28
Insertion……………. Overwriting………… PUBLIC WORKS DEPARTMENT (Govt. of Delhi) NIT No. 81/EE(E)/PWD EMD M-153(N)/2013-14 Name of Work : MOEI and Fans, including RMO Pump Sets, Lifts, Sub-station, DG Set, Fire Fighting and Fire Alarm System at Sardar Vallabh Bhai Patel Hospital, Patel Nagar, New Delhi. (SH: RMO Fire Fighting and Fire Alarm System). Head of Account : 4210 Estimated Cost : Rs. 5,87,076/- Earnest Money : Rs.11,742/- Security Deposit : Rs. 5% of Tender Value Performance Guarantee : Rs. 5% of Tender Value Time allowed : 12 Months Technical Sanction No. : /EE(E)/PWD EMD M-153(N)/2013-14 Certified that this NIT contains Pages Marked as 01 to 26 Pages with corrections slips. Executive Engineer (E) PWD EMD M-153(N) I.T.I., Pusa Campus, New Delhi

NIT No. 81/EE(E)/PWD EMD M-153(N)/2013-143.imimg.com/data3/OE/JM/HTT-1302/1302_2013-07-17... · NIT No. 81/EE(E)/PWD EMD M-153(N)/2013-14 Name of Work : MOEI and Fans, including RMO

  • Upload
    others

  • View
    0

  • Download
    0

Embed Size (px)

Citation preview

Page 1: NIT No. 81/EE(E)/PWD EMD M-153(N)/2013-143.imimg.com/data3/OE/JM/HTT-1302/1302_2013-07-17... · NIT No. 81/EE(E)/PWD EMD M-153(N)/2013-14 Name of Work : MOEI and Fans, including RMO

Insertion……………. Overwriting…………

PUBLIC WORKS DEPARTMENT (Govt. of Delhi)

NIT No. 81/EE(E)/PWD EMD M-153(N)/2013-14 Name of Work : MOEI and Fans, including RMO Pump Sets, Lifts, Sub-station, DG Set, Fire

Fighting and Fire Alarm System at Sardar Vallabh Bhai Patel Hospital, Patel Nagar, New Delhi. (SH: RMO Fire Fighting and Fire Alarm System).

Head of Account : 4210 Estimated Cost : Rs. 5,87,076/- Earnest Money : Rs.11,742/- Security Deposit : Rs. 5% of Tender Value Performance Guarantee : Rs. 5% of Tender Value Time allowed : 12 Months Technical Sanction No. : /EE(E)/PWD EMD M-153(N)/2013-14 Certified that this NIT contains Pages Marked as 01 to 26 Pages with corrections slips.

Executive Engineer (E) PWD EMD M-153(N) I.T.I., Pusa Campus, New Delhi

Page 2: NIT No. 81/EE(E)/PWD EMD M-153(N)/2013-143.imimg.com/data3/OE/JM/HTT-1302/1302_2013-07-17... · NIT No. 81/EE(E)/PWD EMD M-153(N)/2013-14 Name of Work : MOEI and Fans, including RMO

Insertion……………. Overwriting…………

INDEX

Name of Work: MOEI and Fans, including RMO Pump Sets, Lifts, Sub-station, DG Set, Fire Fighting and Fire Alarm System at Sardar Vallabh Bhai Patel Hospital, Patel Nagar, New Delhi. (SH: RMO Fire Fighting and Fire Alarm System).

S.NO. DESCRIPTION PAGE NO.

1. NIT Approval 1

2. Notice Inviting Tender (Press Notice) 2

3. Instructions to Contractors 3

4. Form CPWD-6 – Notice Inviting Tenders 4 to 5

5. Item Rate Tender Forms CPWD-8 6 to 13

6. Schedule of Work 14

7. Scope of Work (Annex ‘A’) 15 to 16

8. Terms and Conditions (Annex ‘B’) 17 to 19

9. Maintenance Schedule for Fire Alarm System (Annex ‘C’) 20 to 23

10. Maintenance Schedule for Fire Fighting System (Annex ‘D’) 24 to 26

Page 3: NIT No. 81/EE(E)/PWD EMD M-153(N)/2013-143.imimg.com/data3/OE/JM/HTT-1302/1302_2013-07-17... · NIT No. 81/EE(E)/PWD EMD M-153(N)/2013-14 Name of Work : MOEI and Fans, including RMO

Insertion……………. Overwriting…………

NIT APPROVAL

Name of Work : MOEI and Fans, including RMO Pump Sets, Lifts, Sub-station, DG Set, Fire Fighting and Fire Alarm System at Sardar Vallabh Bhai Patel Hospital, Patel Nagar, New Delhi. (SH: RMO Fire Fighting and Fire Alarm System).

Head of Account : 4210 Estimated Cost : Rs. 5,87,076/- Earnest Money : Rs.11,742/- Security Deposit : Rs. 5% of Tender Value Performance Guarantee : Rs. 5% of Tender Value Time allowed : 12 Months Technical Sanction No. : /EE(E)/PWD EMD M-153(N)/2013-14

NIT approved amounting to Rs. 5,87,076/- (Rs. Five Lakh Eighty Seven Thousand and Seventy

Six Only).

Executive Engineer (E) PWD EMD M-153(N) I.T.I., Pusa Campus, New Delhi

Page 4: NIT No. 81/EE(E)/PWD EMD M-153(N)/2013-143.imimg.com/data3/OE/JM/HTT-1302/1302_2013-07-17... · NIT No. 81/EE(E)/PWD EMD M-153(N)/2013-14 Name of Work : MOEI and Fans, including RMO

Insertion……………. Overwriting…………

PRESS NOTICE PUBLIC WORKS DEPARTMENT

ELECTRICAL MAINTENANCE DIVISION M-153(N)

The Executive Engineer (E), PWD Elect. Maint. Div. M-153(N), I.T.I., Pusa Campus, New Delhi invites on behalf of President of

India sealed item rate tenders from the eligible contractors who are enlisted in fire fighting and fire alarm system category of appropriate class in CPWD and the firms who are annually pre qualified for fire fighting and fire alar m system category of appropriate class in CPWD received by e-tendering only upto 03:00 PM on24.07.2013 for the following works:

NIT No. : 81/EE(E)/PWD EMD M-153(N)/2013-14

Name of Work : MOEI and Fans, including RMO Pump Sets, Lifts, Sub-station, DG Set, Fire Fighting and Fire Alarm System at Sardar Vallabh Bhai Patel Hospital, Patel Nagar, New Delhi. (SH: RMO Fire Fighting and Fire Alarm System).

Estimated Cost Rs. 5,87,076/- Earnest Money : Rs. 11,742/- Time allowed : 12 Months

Start time & date of : 16 .07.2013 at 10:00 AM Downloading

Last time & date of : 24.07.2013 at 02:30 PM Downloading

Start time & date of : 16.07.2013 at 10:00 AM Bid Submission

Last time & date of : 24.07.2013 at 03:00 PM Bid Submission

Submitted Hard Copy of EMD : 24.07.2013 at 03:00 PM & Documents

Date of Opening : 24.07.2013 at 03:30 PM

The earnest money has to be submitted physically/ Manually up to 15.00 hrs. on 24.07.2013 in the form of treasury challan/ deposit

at call receipt of schedule bank / fixed deposit receipt of schedule bank / demand draft of a schedule bank issued in favour of Executive Engineer (E), PWD Electrical Maintenance Division M – 151(N), DAP Lines, Vikas Puri, New Delhi. The tenderer will have to submit the Qualification/ Eligible Bid containing the scanned copy of Upto date D-VAT Certificate; Registration Certificate; Registration Certificate of ESIC & EPF with latest Challan; Earnest Money along with above document shall be uploaded with the tender.

The tender documents are available on Delhi Government E-Procurement Website https://govtprocurement.delhi.gov.in vide Tender ID No. 2013_PWD_

Executive Engineer (E) PWD EMD M-153(N) I.T.I., Pusa Campus, New Delhi

l0 54¼153l0 54¼153l0 54¼153l0 54¼1531111½@yksfufooS½@yksfufooS½@yksfufooS½@yksfufooS----vuqvuqvuqvuq----eaeaeaea----,e&153¼u½@,e&153¼u½@,e&153¼u½@,e&153¼u½@2013&14@2013&14@2013&14@2013&14@476476476476 fnukad%fnukad%fnukad%fnukad% 16161616----00007777----2012012012013333 Ikzfrfyfi izsf’kr%&Ikzfrfyfi izsf’kr%&Ikzfrfyfi izsf’kr%&Ikzfrfyfi izsf’kr%& 1 v|h{k.k bathfu;j ¼oS|qr½] yks0 fu0 fo0A oS0 ea0 vuq ifj M&15] ,e- ,l- vks Hkou] ubZ fnYyh 2&3 dk;Zikyd vfHk0 ¼oS0½] yks0 fu0 fo0 oS0 vuq ea0 M-151] M-152 fn0 l0 ubZ fnYyhA 4&6 lgk;d b+athuh;j ¼oS|qr½] yks0 fu0 fo0 oS0 eaMy M&1531] M&1532] M&1533] ubZ fnYyhA 7 lgk;d b+athuh;j ¼oS|qr½ ;kstuk] yks0 fu0 fo0 oS0 eaMy M&153] ubZ fnYyhA 8&10 eq[; fyfid] uksfVl cksMZ] jksdfM;k] ykss0 fu0 fo0 oS0 vuq eaMy M&153¼N½] ubZ fnYyhA 11 djkj ds fy,A

Executive Engineer (E)

Page 5: NIT No. 81/EE(E)/PWD EMD M-153(N)/2013-143.imimg.com/data3/OE/JM/HTT-1302/1302_2013-07-17... · NIT No. 81/EE(E)/PWD EMD M-153(N)/2013-14 Name of Work : MOEI and Fans, including RMO

Insertion……………. Overwriting…………

INSTRUCTION TO CONTRACTOR

Name of Work: MOEI and Fans, including RMO Pump Sets, Lifts, Sub-station, DG Set, Fire Fighting and Fire Alarm System at Sardar Vallabh Bhai Patel Hospital, Patel Nagar, New Delhi. (SH: RMO Fire Fighting and Fire Alarm System).

The contractor submitting the tender should read the schedule of quantities, additional

conditions, additional specifications, particular specifications and other terms and conditions given in the NIT and drawing. The tenderer should also read the General Conditions of Contract for CPWD Works 2010 with upto date correction slips, which is available as Government of India Publications, however provisions included in the tender document shall prevail over the provisions contained in the standard form. The set of drawings and NIT shall be available with the Executive Engineer (E), PWD Electrical Maintenance Division M-153(N), NCTD, I.T.I., Pusa Campus, New Delhi. The contractor should also visit the site of work and acquaint himself with the site conditions before tendering. The following conditions, which already form part of the tender conditions, are specially brought to his notice for compliance while filling the tender. They are requested to comply following instructions.

Tenders with any condition including that of conditional rebates shall be rejected forthwith.

The successful tenderer shall be required to submit a performance guarantee of 5% (Five percent) of the agreement amount within 15 days of issue of letter of acceptance. This period can be further extended by Engineer-in-Charge upto a maximum period of 7 days on the written request of the contractor.

VAT / Sales Tax, Excise Duty, Work Contract Tax etc. as applicable shall be borne by the contractor himself. The contractor shall quote his rated considering all such taxes.

However, the Service tax, EPF & ESIC charges will be reimburse to the firm after submission of

proof of deposit the same to the concerned department.

Executive Engineer (E) PWD EMD M-153(N) I.T.I., Pusa Campus, New Delhi

Page 6: NIT No. 81/EE(E)/PWD EMD M-153(N)/2013-143.imimg.com/data3/OE/JM/HTT-1302/1302_2013-07-17... · NIT No. 81/EE(E)/PWD EMD M-153(N)/2013-14 Name of Work : MOEI and Fans, including RMO

Insertion……………. Overwriting…………

C.P.W.D. – 6

GOVERNMENT OF NCT OF DELHI PUBLIC WORKS DEPARTMENT

NOTICE INVITING TENDER

1. Item rate e-tenders are invited on behalf of the President of India from the eligible contractors who are enlisted in fire fighting and fire alarm system category of appropriate class in CPWD and the firms who are annually pre qualified for fire fighting and fire alarm system category of appropriate class in CPWD for the work of “MOEI and Fans, including RMO Pump Sets, Lifts, Sub-station, DG Set, Fire Fighting and Fire Alarm System at Sardar Vallabh Bhai Patel Hospital, Patel Nagar, New Delhi. (SH: RMO Fire Fighting and Fire Alarm System).”

The enlistment of the contractors should be valid on the last date of downloading. In case only the last date of downloading of tender is extended, the enlistment of contractor should be valid on the original

date of downloading. 1.1 The work is estimated to Cost Rs.5,87,076/-. This estimate, however, is given merely as a rough guide. 1.1.1 The authority competent to approve NIT for the combined cost and belonging to the major discipline will consolidate NITs

for calling the tenders. He will also nominate Division, which will deal with all matters relating to the invitation of tenders. 1.2 Tenders can be available for downloading by the eligible contractors who are enlisted in fire fighting and fire alarm

system category of appropriate class in CPWD and the firms who are annually pre qualified for fire fighting and fire alarm system category of appropriate class in CPWD in appropriate Class provided they produce definite proof from the appropriate authority, which shall be to the satisfaction of the competent authority, of having satisfactorily completed similar works of magnitude specified.

1.3 The tenderer shall submit the offer with following documents : (i) Scanned copy of Earnest Money. However, Earnest Money in original is to be submitted in the office of

Executive Engineer (E), PWD EMD M-153(N) (GNCTD), I.T.I., Pusa Campus, New Delhi before the time and date of closing of the bid as mentioned in the para 5 below.

(ii) Scanned copy of TIN Number as issued by DVAT department. However attested copies to be submitted in the office of Executive Engineer (E), PWD EMD M-153(N) (GNCTD), I.T.I., Pusa Campus, New Delhi before the time and date of closing of the bid

(iii) Scanned copy of proof of having submitted the latest DVAT/CST returns etc. However attested copies to be submitted in the office of Executive Engineer (E), PWD EMD M-153(N) (GNCTD), I.T.I., Pusa Campus, New Delhi before the time and date of closing of the bid.

(iv) Scanned copy of Valid proof of the eligible contractors who are enlisted in fire fighting and fire alarm system category of appropriate class in CPWD and the firms who are annually pre qualified for fire fighting and fire alarm system category of appropriate class in CPWD However attested copies to be submitted in the office of Executive Engineer (E), PWD EMD M-153(N) (GNCTD), I.T.I., Pusa Campus, New Delhi before the time and date of closing of the bid.

(v) Scanned copy of EPF & ESIC registration certificate with latest challan. However attested copies to be submitted in the office of Executive Engineer (E), PWD EMD M-153(N), ITI Campus, Pusa, New Delhi before the time and date of closing of the bid.

2. Agreement shall be drawn with the successful tenderer on prescribed Form No. CPWD 8, which is available as a Govt. of India Publication. Tenderer shall quote his rates as per various terms and conditions of the said form, which will form part of the agreement.

3. The time allowed for carrying out the work will be 12 Months from the date of start as defined in schedule ‘F’ or from the first date of handing over of the site, whichever is later, in accordance with the phasing, if any, indicated in the tender documents.

4. The site for the work is available. 5. Tenders forms can be down loaded upto 24.07.2013 (2.30 PM) Tender documents consisting of plans, specifications, the schedule of quantities of the various classes of work to be done

and the set of terms & conditions of contract to be complied with by the contractor whose tender may be accepted and other necessary documents can be seen in the office of the Executive Engineer (E) PWD EMD M-153(N), I.T.I., Pusa Campus, New Delhi between hours of 11.00 AM & 3.00 PM from 17.07.2013 to 24.07.2013 every day except on Sundays and Public holidays. Tender documents, excluding standard form, can be downloaded from the website https://govtprocurement.delhi.gov.in free of cost and deposited along the following: -

(i) The Earnest money Rs. 11,742/- shall be in the form of Receipt, Treasruy Challan/ Deposit at Call receipt of a scheduled bank/ fixed deposit receipt of a scheduled bank/ demand draft of a scheduled bank issued in favour of Executive Engineer (E) PWD EMD M – 151(N) DAP Lines, Vikas Puri, New Delhi. Xerox copy of the above is to be scanned and uploaded along with the tender and the original Receipt of Treasury Challan / Deposit at Call receipt of a scheduled bank/ fixed deposit receipt of a scheduled bank/ demand draft of a scheduled bank shall be deposited (in sealed envelope with name of work and due date written on the envelope) in the office of Executive Engineer (E) PWD EMD M – 153(N) I.T.I., Pusa Campus, New Delhi upto 3.00 PM on due date. Failure to furnish the original Receipt of Treasury Challan / Deposit at Call receipt of a scheduled bank/ fixed deposit receipt of a scheduled bank/ demand draft of a scheduled bank will entail rejection of bid and Price Bid shall not be opened.

(ii) Attested copy of registration; VAT as required shall also be uploaded with tender. The tenders documents can also be seen on our website https://govtprocurement.delhi.gov.in at ID No.

Page 7: NIT No. 81/EE(E)/PWD EMD M-153(N)/2013-143.imimg.com/data3/OE/JM/HTT-1302/1302_2013-07-17... · NIT No. 81/EE(E)/PWD EMD M-153(N)/2013-14 Name of Work : MOEI and Fans, including RMO

Insertion……………. Overwriting…………

6. Tenders will be received online by the Executive Engineer (E) PWD EMD M-153(N), I.T.I., Pusa Campus, New Delhi upto 03.00 PM on 24.07.2013 and tender will be opened online by him or his authorized representative in his office on 24.07.2013 at 03.30 PM.

7. The contractor whose tender is accepted, will be required to furnish performance guarantee of 5% (Five percent) of the tendered amount within the period specified in Schedule F. This guarantee shall be in the form of cash (in case guarantee amount is less than Rs. 10,000/-) or Deposit at call receipt of any scheduled bank/ Bankers’s Cheque of any scheduled bank/ Demand draft of any scheduled bank/Pay order of any scheduled bank (in case guarantee amount is less than Rs. 1,00,000/-) or Government Securities or Fixed Deposit Receipts or Guarantee Bonds of any Scheduled Bank or the State Bank of India in accordance with the prescribed form.

8. The description of the work as follows: As per BOQ attached. Copies of other drawings and documents pertaining to the works will be open for inspection by the tenderers at the office of

the above-mentioned officer. Tenderers are advised to inspect and examine the site and its surroundings and satisfy themselves before submitting their

tenders as to the nature of the ground and sub-soil (so far as is practicable), the form and nature of the site, the means of access to the site, the accommodation they may require and in general shall themselves obtain all necessary information as to risks, contingencies and other circumstances which may influence or affect their tender. A tenderer shall be deemed to have full knowledge of the site whether he inspects it or not and no extra charges consequent on any misunderstanding or otherwise shall be allowed. The tenderer shall be responsible for arranging and maintaining at his own cost all materials tools & plants, water, electricity, access facilities for workers and all other services required for executing the work unless otherwise specifically provided for in the contract documents. Submission of tender by a tenderer implies that he has read this notice and all other contract documents and has made himself aware of the scope and specifications of the work to be done and of conditions and rates at which stores, tools and plant etc. will be issued to him by the Government and local conditions and other factors having a bearing on the execution of the work.

9. The competent authority on behalf of the President of India does not bind himself to accept the lowest or any other tender, and reserves to himself the authority to reject any or all of the tenders received without the assignment of any reason. All tenders, in which any of the prescribed conditions is not fulfilled or any condition including that of conditional rebate is put forth by the tenderer, shall be summarily rejected.

The public enterprises who avails benefits of the purchase preference should be subjected to adequate penalties for cost overruns etc.

10.. Canvassing whether directly or indirectly, in connection with tenders is strictly prohibited and the tenders submitted by the contractors who resort to canvassing will be liable to rejection.

11. The competent authority on behalf of the President of India reserves to himself the right to accepting the whole or any part of the tender and the tenderer shall be bound to perform the same at the rate quoted.

12. The contractor shall not be permitted to tender for works in the CPWD Circle (responsible for award and execution of contracts) in which his near relative is posted as Divisional Accountant or as an officer in any capacity between the grades of Superintending Engineer and Junior Engineer (both inclusive). He shall also intimate the names of persons who are working with him in any capacity or are subsequently employed by him and who are near relatives to any Gazetted officer in the Central Public Works Department or in the Ministry of Urban Development. Any breach of this condition by the contractor would render him liable to be removed from the approved list of contractors of this Department.

13. No Engineer of gazetted rank or other Gazetted Officer employed in Engineering or Administrative duties in an Engineering Department of the Government of India is allowed to work as a contractor for a period of two years after his retirement from Govt. Service without pervious permission of the Govt. of India in writing. This contract is liable to be cancelled if either the contractor or any of his employees is found any time to be such a person who had not obtained the permission of the Govt. of India as aforesaid before submission of the tender or engagement in the contractor’s service.

14. The tender for the work shall remain open for acceptance for a period of Ninety (90) days from the date of opening of tenders. If any tenderer withdraws his tender before the said period or issue of letter of acceptance, whichever is earlier or makes any modifications in the terms and conditions of the tender which are not acceptable to the department, then the Govt. shall without prejudice to any other right or remedy, be at liberty to forfeit 50% of the said earnest money as aforesaid.

15. The Notice Inviting Tender shall form a part of the contract document. The successful Tenderer / Contractor, on acceptance of his tender by the Accepting Authority, shall within 15 days from the stipulated date of start of the work sign the contract consisting of: -

a) The Notice Inviting Tender, all the documents including additional conditions, specifications and drawings, if any, forming the tender as issued at the time of invitation of tender and acceptance thereof together with any correspondence leading thereto.

b) Standard C.P.W.D. Form 8.

Executive Engineer (E) PWD EMD M-153(N),

I.T.I., Pusa Campus, New Delhi

Page 8: NIT No. 81/EE(E)/PWD EMD M-153(N)/2013-143.imimg.com/data3/OE/JM/HTT-1302/1302_2013-07-17... · NIT No. 81/EE(E)/PWD EMD M-153(N)/2013-14 Name of Work : MOEI and Fans, including RMO

Insertion……………. Overwriting…………

GOVERNMENT OF NCT OF DELHI PUBLIC WORKS DEPARTMENT

STATE DELHI CIRCLE PWD EMC M-15

BRANCH E & M DIVISION PWD EMD M-153(N)

ZONE M-1 SUB-DIVISION PWD EMSD M-1531(N)

Item Rate Tender & Contract for Works

Tender for the work of: MOEI and Fans, including RMO Pump Sets, Lifts, Sub-station, DG Set, Fire

Fighting and Fire Alarm System at Sardar Vallabh Bhai Patel Hospital, Patel Nagar, New Delhi. (SH: RMO Fire Fighting and Fire Alarm System).

(i) To be submitted by 03:00 P.M. hrs on 24.07.2013 to EE(E)/PWD EMD M-153(N), I.T.I.,Pusa

Campus, Delhi (time) (date)

(ii) Eligibility criteria to be opened at 03:30 PM on 24.07.2013 in the office of Executive Engineer

(E)/ PWD EMD M-153(N), I.T.I., Pusa Campus, Delhi.

(iii) Price Bid shall be opened at 03:30 PM on 24.07.2013 in the office of Executive Engineer (E)/PWD

EMD M-153(N), I.T.I., Pusa Campus, Delhi

TENDER

I/We have read and examined the notice inviting tender, schedule, A, B, C, D, E & F. Specifications applicable, Drawings & Designs, General Rules and Directions, Conditions of Contract, clauses of contract, Special conditions, Schedule of Rate & other documents and Rules referred to in the conditions of contract and all other contents in the tender document for the work. I/We hereby tender for the execution of the work specified for the President of India within the time specified in Schedule ‘F’, viz., schedule of quantities and in accordance in all respects with the specifications, designs, drawings and instructions in writing referred to in Rule-1 of General Rules and Directions and in Clause 11 of the Conditions of contract and with such materials as are provided for, by, and in respects in accordance with, such conditions so far as applicable.

We agree to keep the tender open for ninety (90) days from the due date of submission thereof and not to

make any modifications in its terms and conditions. A sum of Rs. 11,742/- is hereby forwarded in Cash/ Receipt Treasury Challan/Deposit at call receipt of a Scheduled Bank/fixed deposit receipt of scheduled bank/demand draft of a scheduled bank as earnest money. If I/we fail to furnish the prescribed performance guarantee within prescribed period, I/we agree that the said President of India or his successors in office shall without prejudice to any other right or remedy, be at liberty to forfeit the said earnest money absolutely. Further, if I/we fail to commence work as specified, I/we agree that President of India or his successors in office shall without prejudice to any other right or remedy available in law, be at liberty to forfeit the said earnest money and the performance guarantee absolutely, otherwise the said earnest money shall be retained by him towards security deposit to execute all the works referred to in the tender documents upon the terms and conditions contained or referred to therein and to carry out such deviations as may be ordered, upto maximum of the percentage mentioned in Schedule ‘F’ and those in excess of that limit at the rates to be determined in accordance with the provision contained in Clauses 12.2 and 12.3 of the tender form. Further I/We agree that in case of forfeiture of earnest money or both Earnest Money & Performance Guarantee as aforesaid. I/We shall be debarred for participation in the re-tendering process of the work.

C.P.W.D. – 8

Page 9: NIT No. 81/EE(E)/PWD EMD M-153(N)/2013-143.imimg.com/data3/OE/JM/HTT-1302/1302_2013-07-17... · NIT No. 81/EE(E)/PWD EMD M-153(N)/2013-14 Name of Work : MOEI and Fans, including RMO

Insertion……………. Overwriting…………

I/We hereby declare that I/We shall treat documents drawings and other records connected with the work as secret/ confidential documents and shall not communicate information /derived there from to any person other than a person to whom I/We am / are authorized to communicate the same or use the information in any manner prejudicial to the safety of the State.

Dated ………………….

Witness:

Address:

Occupation:

ACCEPTANCE

The above tender (as modified by you as provided in the letters mentioned hereunder) is accepted by me for and on behalf of the President of India for a sum of Rs. _____________________ (Rupees ___________________________________________________________________________________) The letters referred to below shall form part of this contract Agreement:- a)

b)

c)

For & on behalf of the President of India.

Signature __________________________

Dated ………………… Designation ________________________

Signature of Contractor Postal Address

Page 10: NIT No. 81/EE(E)/PWD EMD M-153(N)/2013-143.imimg.com/data3/OE/JM/HTT-1302/1302_2013-07-17... · NIT No. 81/EE(E)/PWD EMD M-153(N)/2013-14 Name of Work : MOEI and Fans, including RMO

Correction…………...

Insertion……………. Overwriting…………

SCHEDULES

SCHEDULE ‘A’ As per Schedule attached (Page 14) Schedule of quantities (Enclosed.)

SCHEDULE ‘B’ Schedule of materials to be issued to the contractor.

S.No. Description

Of item Quantity Rates in figures & words

At which the material will be charged to the contractor.

Place of Issue

1 2 3 4 5

NOT APPLICABLE

SCHEDULE ‘C’ Tools and plants to be hired to the contractor.

S.No. Description Hire charges per day. Place of Issue

1 2 3 4

NOT APPLICABLE

SCHEDULE ‘D’ Extra schedules for specific requirements / documents for the work, if any. - Enclosed -

SCHEDULE ‘E’ Schedule of component of Cement, Steel, Other Materials, Labour etc. for price escalation.

Page 11: NIT No. 81/EE(E)/PWD EMD M-153(N)/2013-143.imimg.com/data3/OE/JM/HTT-1302/1302_2013-07-17... · NIT No. 81/EE(E)/PWD EMD M-153(N)/2013-14 Name of Work : MOEI and Fans, including RMO

Correction…………...

Insertion……………. Overwriting…………

CLAUSE 10 CC

Component of Cement expressed as per cent of total value of work Xc Not Applicable

Component of Steel expressed as per cent of total value of work Xs Not Applicable

Component of Materials expressed as per cent of total value of work Xn Not Applicable

Component of Labour expressed as per cent of total value of work Y Not Applicable

Component of POL expressed as per cent of total value of work Z Not Applicable

SCHEDULE ‘F’

Reference to General Conditions of contract. Name of Work : MOEI and Fans, including RMO Pump Sets, Lifts, Sub-station, DG Set, Fire Fighting

and Fire Alarm System at Sardar Vallabh Bhai Patel Hospital, Patel Nagar, New Delhi. (SH: RMO Fire Fighting and Fire Alarm System).

Estimated cost of work. : Rs. 5,87,076/-

(i) Earnest Money : Rs.11,742/-

(iii) Performance Guarantee: 5% (five percent) of the tendered value. (iv) Security Deposit : 5% (five percent) of the tendered value.

GENERAL RULES & DIRECTIONS : Officer inviting tender EE(E)/PWD M-153(N), ITI Maximum percentage for quantity Pusa Campus, Delhi of items of work to be executed beyond which rates are to be determined in accordance with Clauses 12.2 & 12.3 See below. Definitions: 2 (v) Engineer –in – charge EE(E)/PWD M-153(N), ITI Pusa Campus, Delhi

Page 12: NIT No. 81/EE(E)/PWD EMD M-153(N)/2013-143.imimg.com/data3/OE/JM/HTT-1302/1302_2013-07-17... · NIT No. 81/EE(E)/PWD EMD M-153(N)/2013-14 Name of Work : MOEI and Fans, including RMO

Correction…………...

Insertion……………. Overwriting…………

2 (viii) Accepting Authority EE(E)/PWD M-153(N), ITI Pusa Campus, Delhi 2 (x) Percentage on cost of materials 15 % and labour to cover all overheads and profits. 2 (xi) Standard Schedule of Rates. Market Rates / SR-2012 Part I & II 2 (xii) Department PWD (Delhi Govt.) 9 (ii) Standard CPWD Form CPWD form 8 as modified & corrected upto date.

Clause 1

i) Time allowed for submission of Performance Guarantee 15 Days From the date of issue of letter of acceptance, in days

ii) Maximum allowable extension beyond the period provided 7 Days in i) above in days

Clause 2

Authority for fixing SE(E)/ PWD EMC M15 Compensation under Clause 2. 8th floor, MSO Bldg

New Delhi Clause 2 A

Whether Clause 2 A shall be applicable Not applicable

Clause 5 Number of days from the date of issue of letter 15 days Of acceptance for reckoning date of start

Miles Stone(s) as per table given below:-

TABLE OF MILE STONES (S)

S.No. Description of

Milestone(Physical) Time Allowed in days (from date of start)

Amount to be with - held in case of non achievement of milestone.

Page 13: NIT No. 81/EE(E)/PWD EMD M-153(N)/2013-143.imimg.com/data3/OE/JM/HTT-1302/1302_2013-07-17... · NIT No. 81/EE(E)/PWD EMD M-153(N)/2013-14 Name of Work : MOEI and Fans, including RMO

Correction…………...

Insertion……………. Overwriting…………

AS PER TERMS AND CONDITION

OR

S.No. Financial Progress Time Allowed

(from date of start) Amount to be with - held in case of non achievement of milestone.

AS PER TERMS AND CONDITION

Time allowed for execution of work 12 Months

Clause 6 Clause applicable (6) 6 Clause 7 Gross work to be done together with net payment/ adjustment of advances for Material collected, if any, since the last such payment for being eligible to interim payment.

Clause 10 A

List of testing equipment to be provided by the contractor at site lab. Not applicable.

Clause 10 B (ii)

Whether Clause 10 B (ii) shall be applicable Not applicable

Clause 10 CA Material covered under the Clause Not Applicable

Clause 10 CC

Clause 10 CC to be applicable in contracts ____N/A_____ With stipulated period of completion exceeding The period shown in next columns.

Page 14: NIT No. 81/EE(E)/PWD EMD M-153(N)/2013-143.imimg.com/data3/OE/JM/HTT-1302/1302_2013-07-17... · NIT No. 81/EE(E)/PWD EMD M-153(N)/2013-14 Name of Work : MOEI and Fans, including RMO

Correction…………...

Insertion……………. Overwriting…………

Clause 11 Specifications to be follow as per CPWD General Specification for Elect. Execution of work Works Part-I (Internal) 2013, Part-

II (External) 1994, Part –V (Wet riser & Sprinkler systems) 2006 as amended upto date.

Clause 12

12.2 & 12.3 Deviation limit beyond which Clause 12.2. & 12.3 shall apply for maintenance work

50%

12.5 Deviation limit beyond which

clauses 12.2 & 12.3 shall apply for foundation work.

N.A.

Clause 16 Competent Authority for SE (E)/PWD EMC M-15 (NCTD) Deciding reduced rates. New Delhi upto 5% of contract value Clause 42 i) (a) Schedule/ statement for determining Not Applicable. theoretical quantity of cement & bitumen on the basis of Delhi Schedule of Rates ____printed by C.P.W.D. ii) Variations permissible on theoretical quantities. Not applicable

(a) Cement for works with estimated : Not applicable Cost put to tender not more than Rs. 5 Lakhs.

For works with estimated cost put to : Not applicable Tender more than Rs. 5 lakhs. b) Bitumen All works. : Not applicable c) Steel Reinforcement and structural steel : Not applicable sections for each diameter, section and category d) All other materials : Not applicable

Page 15: NIT No. 81/EE(E)/PWD EMD M-153(N)/2013-143.imimg.com/data3/OE/JM/HTT-1302/1302_2013-07-17... · NIT No. 81/EE(E)/PWD EMD M-153(N)/2013-14 Name of Work : MOEI and Fans, including RMO

Correction…………...

Insertion……………. Overwriting…………

RECOVERY RATES FOR QUANTITIES BEYOND PERMISSIBLE VARIATION

SI. No.

Description of Item Rates in figures and words at which recovery shall be made from the Contractor. Rates in schedule ‘B’ plus 10% in case materials issued by the Department.

Excess beyond permissible variation.

Less use beyond the permissible variation.

1. Cement

NOT APPLICABLE

2. Steel reinforcement

3. Structural sections

4. Bitumen issued free

5. Bitumen issued at stipulated fixed price.

Executive Engineer (E) PWD EMD M-153(N),

I.T.I., Pusa Campus, New Delhi

Page 16: NIT No. 81/EE(E)/PWD EMD M-153(N)/2013-143.imimg.com/data3/OE/JM/HTT-1302/1302_2013-07-17... · NIT No. 81/EE(E)/PWD EMD M-153(N)/2013-14 Name of Work : MOEI and Fans, including RMO

Correction…………...

Insertion……………. Overwriting…………

SCHEDULE OF WORK

Name of Work :- MOEI and Fans, including RMO Pump Sets, Lifts, Sub-station, DG Set, Fire Fighting and Fire Alarm System at Sardar Vallabh Bhai Patel Hospital, Patel Nagar, New Delhi. (SH: RMO Fire Fighting and Fire Alarm System).

S.No Description of Item Qty Rate Unit Amount 1 Running, maintenance and operation complete fire

fighting and fire alarm system including smoke and heat detectors, control panels, wet riser / down comer system, main fire pump, jockey pump, diesel engine pump, main panel etc. and all other connected accessories, valves, couplings, hoses, hose pipes and safety equipment round the clock on all days of the month including Sundays and holidays by employing minimum following staff. 1) Operator – 03 Nos. (One in Each Shift) 2) Khallasi – 01 No. (In General Shift) 12 Months Month

Total Note:

1. Scope of work is enclosed with the schedule as per annexure “A”. 2. Terms and conditions as per Annexure “B” enclosed. 3. Routine maintenance shall be carried out as per maintenance schedule for fire

alarm system “Annexure “C”. 4. Routine maintenance shall be carried out as per maintenance schedule for fire

fighting system “Annexure “D”.

Page 17: NIT No. 81/EE(E)/PWD EMD M-153(N)/2013-143.imimg.com/data3/OE/JM/HTT-1302/1302_2013-07-17... · NIT No. 81/EE(E)/PWD EMD M-153(N)/2013-14 Name of Work : MOEI and Fans, including RMO

Correction…………...

Insertion……………. Overwriting…………

SCOPE OF WORK (Annexure “A”)

Name of Work: MOEI and Fans, including RMO Pump Sets, Lifts, Sub-station, DG Set, Fire Fighting

and Fire Alarm System at Sardar Vallabh Bhai Patel Hospital, Patel Nagar, New Delhi. (SH: RMO Fire Fighting and Fire Alarm System).

1. The scope of work covered by this contract is an integral part of the schedule item and includes:

(a) Minimum Deployment of staff shall be as below:-

(i) Skilled Wireman cum Operator with minimum 2 years experience in the field of fire alarm & fire fighting system

operation – 1 No. i.e. 1 No. in each three shift. (on all days of month i/c Sunday and holidays) Total 3 Nos.

(ii) Khallasi - 1 No. in general shift. on all days of the month.

2. Absentations from duty or shifts shall make the contractor liable for a penalty as detailed below:

i) Wireman cum Operator - Rs 725/- for each absence per day, per person, each shift.

ii) Khallasi - Rs 600/- for each absence per day, per person.

3. No staff shall leave his duty unless relieved by his relievers. Engineer-in-charge reserves the right to detain the

operator for duty in the next shift if the reliever fails to turn up.

4. Every missed visit and routine by the Engineer along with service staff to carry out schedule routines (as per Annex C

& D) at the specified frequency shall attract the penalty/recovery as below for item 1.

Events Penalty (i) Failure to carry out weekly routine Rs. 1000/- per missed set of routine (ii) Failure to carry out Monthly routine Rs. 2000/- per missed set of routine (iii) Failure to carry out bi Monthly routine Rs. 2500/- per missed set of routine (iv) Failure to carry out 6 Monthly routine Rs. 3000/- per missed set of routine (v) Failure to carry out annual routine Rs. 5000/- per missed set of routine

5. In case of non-performance of scheduled items in accordance with the scope & terms & conditions of the contract,

the department reserves the right to terminate the same.

6. The staff shall be equipped with following T & P at all time. Staff shall not be treated on duty without this T&P.

(i) Multimeter, (ii) Megger, (iii) Set of Screw Drivers, (iv) Wire Cutter, (v) Pliers, (vi) Hot air blower, (vii) Smoke

Generator.

7. Agency shall arrange additional T&P required specifically as and when required.

8. Maintaining and up keeping of every associated equipment and installation such as Main fire alarm and indication

control panel, zonal/sectoral panels, conventional smoke detectors, heat detectors of all types, associated wiring,

batteries, mimic diagrams and ensuring their proper installation and functional availability at the time of need.

9. Carrying out diagnostic tests and checks on the FA system zonal and sectoral panels, associated sub systems and

installations to ensure their healthy condition and availability of expected services all the time i/c getting the same

acknowledged as required.

10. Carrying out maintenance routine as specified in (Annex C & D) and at the specified frequency, i/c recording of

results in prescribed formats and getting the same acknowledge by the concerned JE (E) and AE (E).

Page 18: NIT No. 81/EE(E)/PWD EMD M-153(N)/2013-143.imimg.com/data3/OE/JM/HTT-1302/1302_2013-07-17... · NIT No. 81/EE(E)/PWD EMD M-153(N)/2013-14 Name of Work : MOEI and Fans, including RMO

Correction…………...

Insertion……………. Overwriting…………

11. Arranging for the demonstrations to the effect of healthy condition of system and its availability once a month on

the dates as decided by the AE/EE in-charge i/c arranging for the additional demonstrations as and when called for.

12. Informing the Department well in advance about the requirement and / or necessary spares and consumable items,

if any, required in order to keep the system fit and available. Deptt. Shall arrange only that material which is

required because of normal wear and tear like detectors, batteries, amplifiers etc and all other material i/c

locating/removing faults in wiring shall be contractor’s responsibility.

13. Replacement of Minor spare parts such as indicating lamps, lugs etc are within the scope of the contract.

14. Following material shall be arranged by the contractor at his own cost.

(i) Distilled water and petroleum jelly.

(ii) C.T.C./CRC Old dhoti/cotton waste, soap, vim, grease etc.

(iii) Necessary T&P such as multimeter, screw driver, plier, test lamp , indicating lamps, test lamp, torch, broom,

duster, cleaning material.

(iv) Log book, maintenance schedule in register, attendance register etc.

15. Bringing to the immediate notice of the Department any defect/mal-functioning of any of the system, sub system or

equipment and machinery which requires attention of the Department if not otherwise covered by the scope of the

contract.

16. The contractor shall ensure proper monitoring of maintenance activities on day to day basis. He or his representing

Engineer shall be present with his team in the J.E.(E) office to meet the concerned A.E. (E)/JE(E) along with site staff

on every Saturday at 10.30 A.M. to take & give feedback. In case of his failure to do so a deduction of Rs. 1000/-

shall be made for each occasion of absence. He shall also demonstrate the functioning of fire alarm & PA system to

show that system is healthy on every 3rd

Saturday of any alternate at 11.00 A.M when site shall be inspected by the

concerned AE (E) /EE (E).

Executive Engineer (E)

PWD EMD M- 153(N),

ITI Campus, Pusa,

New Delhi

Page 19: NIT No. 81/EE(E)/PWD EMD M-153(N)/2013-143.imimg.com/data3/OE/JM/HTT-1302/1302_2013-07-17... · NIT No. 81/EE(E)/PWD EMD M-153(N)/2013-14 Name of Work : MOEI and Fans, including RMO

Correction…………...

Insertion……………. Overwriting…………

TERMS AND CONDITIONS ( Annexure “B”)

Name of Work: MOEI and Fans, including RMO Pump Sets, Lifts, Sub-station, DG Set, Fire Fighting and Fire Alarm System at Sardar Vallabh Bhai Patel Hospital, Patel Nagar, New Delhi. (SH: RMO Fire Fighting and Fire Alarm System).

General

1. The work has to be carried out as per CPWD specifications of electrical works, Part-I (Internal)-2013, Part-II

(External)-1994 Part –IV( substation), Part-V ( wet riser & sprinkler system) 2006, amended up to date and should

also comply with relevant provisions of the Indian Electricity rules and / Acts as applicable, amended up to date.

2. The work is to be carried out to the entire satisfaction of the Engineer-in-charge and his authorized representative.

3. (a)Subsequent to award of work, the agency would be required to file the antecedents of proposed staff on duty,

duly verified along with a photograph, qualification and residence proof etc.

(b)Subsequent changes if necessary would be with the consent and prior approval of engineer in charge.

(c) Engineer in charge reserves the right to terminate any defaulting staff, and substitution there-of would be

agency’s responsibility.

4. Staff on duty shall be in prescribed uniform, and contractor shall provide them with the documents to prove their

identity and antecedents when called for.

5. Deptt. Shall in no way be involved in any dispute of whatever kind, between the contractor and the staff engaged by

him.

6. Work might involve inherent professional hazards. Any risk cover and compensation if necessary in this regard shall

be responsibility of agency undertaking the job.

7. In case of any complaint against any of the personal of the contractor, the said person will have to be replaced

immediately by the contractor and the decision of the department in this regard shall be final and binding on the

contractor.

8. In case of any dis-obedience by the staff of the contractor with the occupants/authorities/Engineer-in-charge and his

authorized representatives, the contractor shall be responsible fully for such consequences’ and such staff shall be

removed from the site immediately.

9. The contractor shall maintain logbook exhibiting all the checks, fault with date and time. The logbook is to be

provided by the contractor and the same shall be property of Deptt. After it is filled/ or when work is completed.

10. Boarding and lodging of the maintenance staff of the contractor will be the responsibility of the contractor. The

arrangement will not be permitted inside the campus.

11. The contractor shall authorize his responsible representative to receive the required material from the department

for day to day maintenance work and dismantle material is to be return back to the deptt. Daily.

12. It shall be entirely the responsibility of the contractor to ensure that no unlawful act is done by his persons while on

duty. In case any theft/ loss to the departments property due to the negligence or carelessness on part of staff

employed the contractor for the work the contractor shall be fully responsible and hall have to make good the same.

13. The staff employed by the contractor shall be at the sole responsibility and liability of contactor and they will be

employee of the contractor and all expense in connection with these employees shall be borne by the contractor.

Department shall not bear any liability what so ever with regard to these staff. The contractor shall provide at his

own cost all statuary benefits to the staff employed by the contractor and department will not entertain any liability

what so ever on this account.

14. It shall be the responsibility of the contractor to return passes/token issued for working in the building after

performance of duty discontinue/terms rule of service/ contract. Payment due if any shall be with held and suitable

action shall be taken in case of non-return of passes/token issued. It is further added that only staff possessing good

character and proven and certified antecedents shall be engaged by the contractor.

15. The contractor shall be fully responsible for any damaged caused to building, machineries, equipments which are

properties of the department by any of his staff un-intentionally or will fully and shall be bound to make good the

damage forthwith failing which the Engineer-in-charge shall get damaged rectified /replaced at the contractors risk

and cost and the amount recovered from the contactors dues.

16. Bad workmanship whenever noticed and conveyed to the contractor, verbal or expressed shall be rectified by the

contractor at his own cost and to the satisfaction of the Engineer-in-charge.

Page 20: NIT No. 81/EE(E)/PWD EMD M-153(N)/2013-143.imimg.com/data3/OE/JM/HTT-1302/1302_2013-07-17... · NIT No. 81/EE(E)/PWD EMD M-153(N)/2013-14 Name of Work : MOEI and Fans, including RMO

Correction…………...

Insertion……………. Overwriting…………

17. The work shall be done by the suitable technical and qualified staff of the contractor and contractor shall ensure that

all the persons executing the work have suitable qualification. Consequence arising due to the default of contractor

to comply with the condition would be contractors responsibility.

18. The staff deployed on the work shall be the employees of the contractor. The contractor shall pay the employees

deployed on the work the minimum wages and other admissible allowances as notified by GNCTD from time to time.

Any increase in these rates during the currency of the contract shall be borne by the contractor.

19. The cleaning of the entire system components, its various equipments and components, control panels, room etc.

shall be the responsibility of the contractor at all times. All the material needed for it like brooms, cleaning powder ,

dhotis, cotton waste etc shall be arranged by the contractor at his own cost. If the cleaning is not found satisfactory

at any time, a recovery of Rs. 100/- (Rupees one hundred only) per day shall be made from the bills of the

contractor.

20. The contractor shall give his telephones Numbers both landline and mobile and may change in then shall be

informed to the department immediately.

21. The contractor shall provide petty material such as old dhoti, grease, test lamp, duster, soap etc, for day to day

maintenance within the scope of work.

22. It shall be binding upon the contractor to follow court decisions and orders, without claim of any additional

payment.

23. Minor component such as LED’s glasses, fuses etc. shall have to be replaced by the firm free of cost. Any major

components if required for maintenance have to arrange by the firm if required by the department. The payment for

the same shall be regulated by the relevant Clauses of the agreement.

24. Any minor leakage of the pipe lines and valves etc is to be attended immediately for which nothing extra shall be

paid.

25. Contractor shall be bound to execute the deviations in the schedule quantities to the extent of 50% at the

agreement rates and amount. Deviations in excess to this would be subject to written consent of both the parties.

26. Contractor would be bound to execute such additional items which can be termed as logical, essential and necessary

(even though not listed in schedule of work) for the effective execution of the work in totality, rates for such items of

works shall be rationally analyzed/ derived and would be binding on the contractor.

27. Water and power shall be made available free of cost for bonafied use.

28. Payment to the contractor shall be subject to the satisfactory availability of the system services and purposeful

execution of the scheduled items.

29. Agency undertaking the job is advised to verify the particulars / inventory and satisfy itself as regards the condition

and quantity. It is also advised to file a report duly acknowledged by the site in charge within 15 days of the date of

award of work.

30. In case of contradictions, provisions of standard contract forms (CPWD 8 & CPWD 11 A- as the case may be) shall

prevail and supercede the General provision stated above.

31. Dismantled materials if any resulting from the replacement or repair shall be returned to the JE in charge.

32. Occurrence of any major fault in Fire fighting system/fire alarm/sub system shall be required to be immediately

isolated with rest of the system and healthy functioning of balance system shall be ensured. Failure to revive the

isolated system in a reasonable time shall make the contractor liable for penalty as decided by Engineer in charge.

33. Any damage resulting to the system on account of the negligence or mal operation shall be made good by the

contractor. Failings this department shall be at liberty to make the losses good at his risk and cost.

34. To maintaining the entire Fire Fighting system water supply pump sets/ fountain pump/fire alarm set physically and

functionally in a healthy condition shall be the responsibility of the Agency.

35. Staff provided for duty shall be professionally competent and experienced to handle the eventualities of fire fighting

and shall have competency certificate to handle electrical & mechanical installation.

36. Any loss or damage to the inventory by way of theft. Sabotage or mal operation of equipment and machinery/switch

gears shall be made good by the contractor free of cost.

37. Any additions or alternations in the particulars of inventory shall have no claim and form no basis for revision of

rates. Nothing extra in this regard shall be payable.

38. Operator on duty should be deployed for all days of the months in respective of any kind of holidays. Substitute for

the rest days and holidays shall be arranged by the contractor and nothing extra on this account shall be payable.

Page 21: NIT No. 81/EE(E)/PWD EMD M-153(N)/2013-143.imimg.com/data3/OE/JM/HTT-1302/1302_2013-07-17... · NIT No. 81/EE(E)/PWD EMD M-153(N)/2013-14 Name of Work : MOEI and Fans, including RMO

Correction…………...

Insertion……………. Overwriting…………

39. All routine cleaning materials (such as brooms, dusters, blowing equipments),Indication lamps, distilled water,

coolant, battery terminals, grease, gland dori, lugs, small quantity of lubricants and alike shall be arranged by the

contractor himself. It will be responsibility of contractor to keep the premises clean, tidy and in a presentable shape.

40. In the urgency, when the department is not able to supply spares or materials for the reasons of non availability or

otherwise the contractor shall be bound to supply and fix the same and keep the equipment/switch gears in a

functional order. Such supplies and composition work shall in general be governed by the clause 6 of the general

conditions.

41. On the expiry of the contract, the installations shall be handed over back to departments authorize representative

with all system and subsystems in working conditions. Falling this defects if any, shall be got rectified at contractor

risk and cost.

42. The contractor would be required to depute his qualified Engineer and technician(s) once a week to carry out

necessary diagnostics and checks on main fire alarm control panel, PA system and talk back panel and each zonal

and sectoral panels.

43. The authorized technicians(s) shall be duly equipped with all tools and testing kits necessary to carry out the

specified diagnostic/routine checks. No T&P is supposed to be issued by the department for the purpose.

44. Service tax, if any, shall be reimbursed by the department to the contractor on production of documentary

proof/evidence of its payment to the concerned department.

Executive Engineer (E)

PWD EMD M- 153(N),

ITI Campus, Pusa,

New Delhi

Page 22: NIT No. 81/EE(E)/PWD EMD M-153(N)/2013-143.imimg.com/data3/OE/JM/HTT-1302/1302_2013-07-17... · NIT No. 81/EE(E)/PWD EMD M-153(N)/2013-14 Name of Work : MOEI and Fans, including RMO

Correction…………...

Insertion……………. Overwriting…………

“ANNEXURE – C”

MAINTENANCE SCHEDULE FOR FIRE ALARM SYSTEM

S.NO. ACTIVITY PERIODICITY REF. OF NOTES

Fire Alarm Systems

1. Inspect the Fire Alarm System weekly 1

2. Check Operation of Control

Panels of Fire Alarm monthly 2

3. Clean the fire detectors and

Also test integrity of the Fire

Alarm System six monthly 3

Associated E&M Components

1. Check other components associated

With Fire Safety monthly 4

Executive Engineer (E)

PWD EMD M- 153(N),

ITI Campus, Pusa,

New Delhi

Page 23: NIT No. 81/EE(E)/PWD EMD M-153(N)/2013-143.imimg.com/data3/OE/JM/HTT-1302/1302_2013-07-17... · NIT No. 81/EE(E)/PWD EMD M-153(N)/2013-14 Name of Work : MOEI and Fans, including RMO

Correction…………...

Insertion……………. Overwriting…………

NOTES ON MAINTENANCE SCHEDULE FOR FIRE ALARM SYSTEM AS PER ANNEXURE “C”

(1) Weekly Inspection of FAS

1. Clean all the control panels, sounders and call boxes.

2. While cleaning each panel, verify whether any fault indication lamps, is on. If it is on with or without an alarm,

investigate and rectify the fault.

3. Check whether all panel lamps are healthy by the “panel lamp test button” in each panel.

4. Check that the system operates under mains failure conditions, by switching of the mains supply to the C & I panel

and testing any zone for fault/fire condition from the zonal panel. Confirm also that the audio visual alarm comes up

in the C & I panel. Restore mains supply after the test.

5. Log all the panel instruments in C & I panel.

6. If lead Acid type battery is used for FAS systems check the electrolyte level (and top up with distilled water, as

required) and specific gravity.

7. Check all fire exit lights for satisfactory operations. Clean/replace lamps as may be necessary.

(2) Check on control panel operation

1. All zonal (sector) panels and C & I panel should be checked once a month.

2. Repeater panels if any should also be checked once a month.

3. The check is to confirm operation of the system in each zone, through the test button in zonal (sector) panel. The

check should confirm initiation of audio visual indication in the zonal (sector panel concerned and in the C & I panel and

also relevant sounders.

4. Check the talk back system from both ends and also PA system of C & I panel.

5. Check that the Air-conditioning/ventilation blowers are automatically switched off, when fire condition is simulated

by the Test button in the zonal (sector) panel.

6. Check the batter conditions from there log book reading of voltage. Check the charger, if there is any problem.

Check battery terminal and replace old grease with fresh grease to prevent corrosion.

(3) Six monthly Checks on FAS.

1. All fire detectors should be cleaned. Do not blow in heavily into the detector. Use a proper suction device. Never

leave a detector base without replacement of the detector. Restore the zonal panel, if it was switched off for this

operation.

2. Check the satisfactory operation of the system by an artificial fire in a bucket keep necessary extinguishers with you,

before this test, as abundant precaution.

(4) Check on associated items

1. Inspect the building that the following are complied with viz. that:

(i) There are no temporary wiring in the building.

(ii) There are no joints in the supply cord for window type AC units or office equipment.

(iii) There is no bare wiring (without metallic conduit or channel cover) over the flooring.

(iv) Heaters are not used in record rooms.

(v) The space in front of SDB’s and other distribution switch boards is kept free.

These checks are included in the schedule for EI as well. Check results may be recorded in Registers for both the

services.

2. See if the system of switching of supply to the building in the evening (off) and mornings (on) is being

followed strictly as fixed in consultation with user departments.

3. In single occupancy buildings, have a joint inspection of the installations with the authorized. Officer of the client

department.

Page 24: NIT No. 81/EE(E)/PWD EMD M-153(N)/2013-143.imimg.com/data3/OE/JM/HTT-1302/1302_2013-07-17... · NIT No. 81/EE(E)/PWD EMD M-153(N)/2013-14 Name of Work : MOEI and Fans, including RMO

Correction…………...

Insertion……………. Overwriting…………

1. Inspection of Fire Alarm System (Weekly)

S.

No

Componen

t Ref. No.

1.1,1.2

1.3 1.4 1.5 Initials

Date Cleaning of FAS Pane

l

lamp

test

Testing of

C & I

panel

under

mains

failure

condition

.

Battery Remarks

& action

take if

any

Progra

m

Actual

Control

panel

Sounde

rs

Call

Boxes

Annun

ciatio

n

Abnormali

ties if any

Electrolyte

level

Voltage JE

(E)

AE

(E)

2. Control Panel Operation ( Monthly)

S. No Date (2.1,2.2,2.3) 2.4 2.5 2.6

Program Actual Panel Ref.

No.

Testing

of panels

Talk back

& PA

system

Talk

back &

PA

systems

Battery Remarks

& action

taken if

any

Initials

Terminals Condition

i/c

charger

JE(E) AE(E)

Page 25: NIT No. 81/EE(E)/PWD EMD M-153(N)/2013-143.imimg.com/data3/OE/JM/HTT-1302/1302_2013-07-17... · NIT No. 81/EE(E)/PWD EMD M-153(N)/2013-14 Name of Work : MOEI and Fans, including RMO

Correction…………...

Insertion……………. Overwriting…………

3. Checking of Fire alarm system ( 6 Months)

S. No Detector

Reference

Date 3.1 3.2 3.3 Remarks

& Action

taken if

any

Initials

Program Actual Cleaning

of

Detector

Testing of

FA

system

with

Artificial

fire

Megger test JE(E) AE(E)

Location Value

4. Checking of Associated Components with Fire Safety ( Monthly)

Executive Engineer (E)

PWD EMD M- 153(N),

ITI Campus, Pusa,

New Delhi

4.1 4.2 4.3 4.4 (i) to (vi) 4.5 Initials

S.

No.

Static

Tank

water

level

Fire

exit

lights

Operation of

fire lift

Location

reference

Date Inspection of

E.I.

Switching off

installation

Remarks &

Action

taken if any

JE(E) AE(E)

Program Actual

Page 26: NIT No. 81/EE(E)/PWD EMD M-153(N)/2013-143.imimg.com/data3/OE/JM/HTT-1302/1302_2013-07-17... · NIT No. 81/EE(E)/PWD EMD M-153(N)/2013-14 Name of Work : MOEI and Fans, including RMO

Correction…………... Insertion……………. Overwriting…………

ANNEXURE-“D”

MAINTENANCE SCHEDULE FOR FIRE FIGHTING SYSTEMS

S.NO. ACTIVITY PERIODICITY REF.OF NOTES

I. Wet Riser/Sprinklers

1. Carry out Routine checks of Wet Riser/Sprinkler system and

log the readings

Daily 6

2. Check auto operation of Wet riser/Sprinkler system from

pump room and the engine battery conditions.

Weekly 7

3. Inspect fire fighting system components in the building Weekly 8

4. Carry out monthly checks on the engine and pumps Monthly 9

5. Check auto operation of wet riser system through hydrant

operation

Bi-monthly 10

6. Check all components related to fire fighting Six monthly 11

7. Conduct the annual checks/tests Annually 12

Executive Engineer (E)

PWD EMD M- 153(N),

ITI Campus, Pusa,

New Delhi

Page 27: NIT No. 81/EE(E)/PWD EMD M-153(N)/2013-143.imimg.com/data3/OE/JM/HTT-1302/1302_2013-07-17... · NIT No. 81/EE(E)/PWD EMD M-153(N)/2013-14 Name of Work : MOEI and Fans, including RMO

Correction…………... Insertion……………. Overwriting…………

Maintenance Schedule related notes

WET RISER/SPRINKLERS/DOWN COMER SYSTEM

6. Daily Routine Checks

6.1 Keep the pump room dry. Constantly wet flooring may turn slippery, invite growth of mosquitoes and cause an

unhealthy environment and must therefore not be permitted.

6.2 Clean the pump room. Wipe out dirt from external surface of equipment. See that the approach to pump room and

ventilation opening in pump room are free.

6.3 Where a priming tank is provided, verify that it is full. If not, investigate the reason and rectify immediately.

6.4 Inspect the engine for any leakage of diesel oil, engine (lub.) oil and coolant in the respective systems. Check the

levels of diesel in daily service tank, lub. Oil in engine crank case and water in radiator.

6.5 Check that the selector in control panel is in AUTO mode.

6.6 Record the readings of voltage of supply battery voltage at engine and at control panel and pressure of water in the

system at pump room and at the top most floors. Record also the current if any electric motor is run.

6.7 Observe whether there is any external sign of leakage in external piping and damage to yard hydrants and attend to

the same immediately.

7. Weekly checks at pump room

7.1 The starting and stopping of pressurization pump should be checked through operation of the test valve (so that

water flows back to the sump) Record the pressure reading of both the operations.

7.2 Check the automatic starting of engine driven fire pump/motor driven fire pump (where provided ) in a similar

manner and record the pressure reading at starting. If both types of drives are provided, check healthiness of

sequence of operation by switching off the supply to motor and checking the starting of the engine. (If the

pressure switch is sluggish in tests 7.1 or 7.2 above, attend to the same. Cleaning /lubrication may be required.)

7.3 While conducting this check, run the pumps one by one for 5 minutes each. Observe for any abnormality of noise,

vibration, smell (from cable end), bearing surface (whether warm)etc. Rectify deficiencies if any.

7.4 Check the alarm systems in the pump room & ensure all indication lamps are functional.

7.5 Check the level of electrolyte in the battery of the engine. Top up with distilled water as necessary. Check specific

gravity. If the battery needs charging (as can be judged by the cell voltage), arrange for its charging early and also

examine whether trickle charger is defective if so get it repaired.

8. Weekly checks of Wet riser components

8.1 Clean the internal hydrant points, in all floors & yard hydrants. See that these spaces are not misused for dumping

rubbish or for storage.

8.2 Look for damages to/pilferages of components, i/c the front glass cover. Attend as required clean front glass.

8.3 Look for leakages in the system within the building. Attend as required, for example bolts at joints may need

tightening; gasket there may need replacement etc.

9. Monthly checks on engine and pumps

9.1 Check engine radiator for air restriction if any. Clean up. Check the condition of drive belts. Hose and radiator

cap.

9.2 Clean the battery terminals and apply grease to prevent corrosion. Check specific

gravity of the electrolyte.

9.3 Clean the exhaust system for leakage, corrosion and vibration. See whether the exhaust

smoke is not very dark.

9.4 Check that there are no restrictions to air flow in air cleaner.

9.5 Check that oil heater is functional.

9.6 Check coupling with pumps for any sign of fatigue.

9.7 Lubricate bearings of motors and pumps as requires. Check the gland seal in pumps for leakages and tighten as

necessary.

Page 28: NIT No. 81/EE(E)/PWD EMD M-153(N)/2013-143.imimg.com/data3/OE/JM/HTT-1302/1302_2013-07-17... · NIT No. 81/EE(E)/PWD EMD M-153(N)/2013-14 Name of Work : MOEI and Fans, including RMO

Correction…………... Insertion……………. Overwriting…………

9.8 Check also the water level in the static tank.

10. Auto operation of Wet Riser/sprinkler system

10.1 All hydrants, internal and external, should be operated to check the operational readiness of the system. For this

purpose, open the hydrant valve of one hydrant at a time and stop the pump after 1 or 2 minutes of operation.

Take due precaution to see that there is not flooding of areas within the building during testing. Water should be

directed towards drains. The test may be for programmed for Saturday when offices are closed.

10.2 While checking the internal hydrants, verify the free turning of First Aid Hose reel at that location. Lubricate if

necessary.

11. Six monthly check on system components

11.1Roll out the hose pipes in an open space and test for leakage by filling with water. After the test, wash the hose

and suspend free from an upper floor vertically in shade (not sunshine) so as to drain and dry evenly, when fully

dry inside and outside, brush the external surface and roll up evenly, with the female coupling end at the center,

so that roll out for fire fighting operating is quick without twisting.

Alternatively the hose may be folded at mid length and rolled up evenly from the fold so that both the male and

female couplings will be on the periphery.

11.2 Check the integrity of all gate valves, in the pump room, internal and external hydrants and elsewhere in the wet

riser/sprinkler system. Lubricate if required.

11.3 Clean the sprinkler heads externally and also the sprinkler bulbs carefully, to be free from dirt. See that the

sprinkler heads are correctly repositioned.

11.4 Look for corrosion of metallic surfaces including GI components used for earthing system. Clean up and treat with

appropriate anti-corrosive paint.

11.5 Inspect, clean & tighten the electrical control panel and starters to see that all power/control contacts are clean &

functional, all terminations are sound; and all fuses are intact.

11.6 Inspect all cable end terminations in the fire protection system, including control, cables, tighten as required.

(Replace thimbles/ferrules if required.)

Check and change filters of diesel oil, engine (lub) oil, coolant and air cleaner element of the engine after checking

total hours of operation and manufacturer’s recommendation.

12. Annual checks

12.1 Drain out static tank, clean and fill up with fresh water. If there is no sedimentation, algae etc., this can be

done once in 2 years.

12.2 Flush out the water from entire piping in sprinkler system and check that the pipes are clear. Charge the

system again.

12.3 Check condition of strainer, foot valve (where provided), suction line hardware etc. Attend as required.

12.4 Check pumps shaft alignment and condition of anti-vibration mountings for all the pump sets (i.e. with their

drives).

12.5 Paint all external MS surfaces in the pump room, machine base plates, yard hydrants (not the couplers)

i/c pipes, supports etc. Take care to see that the sprinkler bulbs and spray outlets are not painted up.

Check also display boards installed for fire safety.

12.6 Inspect the fuel tank for any sedimentation. Clean up.

12.7 Conduct megger test on all cabling, mains and control wiring motors and earth test. (Earth test is to be

done in summer and megger test during monsoon).

12.8 Replace the engine oil as per hours of operation and recommendation of the manufacturer.

Executive Engineer (E)

PWD EMD M- 153(N),

ITI Campus, Pusa,

New Delhi