Upload
others
View
3
Download
0
Embed Size (px)
Citation preview
TATA INSTITUTE OF FUNDAMENTAL RESEARCH Autonomous Institution of the Department of Atomic Energy, Government of India (A Deemed University)
HOMI BHABHA ROAD, NAVY NAGAR, COLABA, MUMBAI - 400 005.
Tel. No.: 2278 2890 / 2588 Purchase Fax. 2280 4566 E mail: [email protected], [email protected] Website: www.tifr.res.in
Ref.: TFR/PD/CA14-234/141696 November 21, 2014
Dear Sir,
Please submit quotations for the following item:
Sr No. Description Qty. UOM
01 Fire Detection and Suppression system along with VESDA /ASD 1 NO
( TWO PART TENDER )
Note : - Estimated Cost of Tender : Rs. 35,00,000/-
- Cost of EMD : Rs. 70,000/- (In favour of Registrar, Tata Institute
of Fundamental Research, Mumbai)
- Tender should reach us on or before 22.12.2014 at 14:00 hrs.
- Tender will be opened on the same day at 15:00 hrs.
- For further details, specifications, terms and conditions etc. please visit
our website : www.tifr.res.in/tenders or www.eprocure.gov.in/cppp/
for download Tender Documents.
Due Date for submitting your offer is on or before 14.00 hrs. 22.12.2014.
( ADMN. OFFICER)
PURCHASE
1
TECHNICAL SPECIFICATIONS FOR GAS BASED FIRE SUPPRESSION SYSTEMS
1.0 TECHNICAL SPECIFICATIONS FOR FM200/NOVEC BASED FIRE SUPPRESSION
SYSTEMS
SCOPE OF WORK
The bidder shall supply, install, test and put in operation FM200/NOVEC based fire suppression
system. The fire suppression system shall include and not be limited to gas release control panel,
CCOE approved seamless cylinders, discharge valve (with solenoid or pneumatic actuator), discharge
pipe, non-return valve and all other accessories required to provide a complete operation system
meeting applicable requirements of NFPA 2001 standards and installed in compliance with all
applicable requirements of the local codes and standards.
The work under this system shall consist of design, supply, installation, testing, training & handing
over of all materials, equipment, hardware, software appliances and necessary labour to commission
the said system, complete with all the required components strictly as per the enclosed tender
specifications, design details. The scope also include the supply, installation & commissioning of any
material or equipment including civil works that are not specifically mentioned in the specifications
and design details but are required for successful commissioning of the project.
The system design should be based on the specifications contained herein, NFPA 2001 and in
accordance with the requirements specified in the design manual of the agent. The bidder, shall
confirm compliance to the above along with their bid.
The system shall be properly filled and supplied by an authorized OEM (Original Equipment
Manufacturer)
Generally the key components of the FM200/NOVEC system shall:
Comply with NFPA 2001 standards
Must have zero ozone depletion potential (ODP)
Be efficient, effective and does not require excessive space and high pressure for storage;
Commercially available
Contain the required key components such as valves and its accessories, actuators, flexible discharge
and connection hoses, check valves, pressure switch, and nozzles
2
1.2 DESIGN AND ENGINEERING
The system shall be designed taking the minimum design concentration as per NFPA 2001(Latest
Edition) guidelines & as applicable to class 'A' & C risks. The FM200/NOVEC agent shall be stored in
seamless steel cylinders and dry nitrogen shall be added to provide additional energy to give the
required rapid discharge. At the normal operating pressure of 42 bar at 21Deg C, the agent is a liquid in
the container.
The system design must consider the limitations caused by the void height. The vendor should
clearly indicate the quantity of the gas in Kgs. to be used for the system. All voids within each hazard
shall be discharged simultaneously. Each hazard shall have an independent system, unless otherwise
specifically stated.
The system shall have a working pressure of 42 bars and shall be VDS Approved.. A fill density
between 0.50 Kg /Lit. To 0.85 Kg/Lit or as recommended by the manufacturer should be considered for
the agent to be discharged within the specified time of 10 seconds.
The system engineering company should carry out the piping Isometric design and validate the same
with a hydraulic flow calculation generated by using the agent's design software. The appropriate fill
density to be arrived at based on the same.
The design & calculation shall be checked & certified by manufacturer /Consultant. You may note that
the calculation is the only guarantee that the system will work, provided the system is installed exactly
as per the design. The contractor has to take into consideration the routing available while designing
the pipe network.
The Vendor shall enclose their design sheet along with the offer & the offer/BOQ should be in line
with their design. The dimensions of rooms to be protected are given in the BOQ. The vendor shall also
consider the following
The vendor shall consider simultaneous total flooding of all voids within the protected volume. The
system shall be designed in accordance with the OEM’s Design Manual.
In order to extinguish a fire using clean agent, the concentration of agent delivered to each void shall be
above the minimum design concentration. The following shall be considered while designing the
system.
The minimum design concentration shall be as per Class A&C fire design concentration.
3
The protected volume has a floor and ceiling void the spaces which should be included in the protected
volume, employing a minimum design concentration not below that of the main room compartment.
The discharge nozzles shall be located within the protected volume in compliance to limitations and
with regard to spacing, floor and ceiling coverage, etc. The nozzles shall be positioned such that they
would cover the entire area up to the extreme corners of the area under protection and the design
concentration will be established in all parts of the protected volumes and it shall be ensured that the
nozzles are NOT placed directly above the racks
The final numbers of discharge nozzles shall be according to the OEM’s product manual.
The gas flow calculations shall be carried out on special software given by the OEM. The software
should support usage of seamless cylinders which have a different design compared to the standard
containers used worldwide. and the average pressure at each nozzle to be not less than 10 Bar.
The agent discharge time shall not exceed 10 seconds.
The design concentration shall follow at minimum NFPA 2001 for under floor, room and ceiling space.
Unless otherwise approved, room temperature for air-conditioned space shall be taken around 20 - 23
Deg C. For non-air conditioned space, the temperature shall be taken around ambient temperature. The
system shall be designed with minimum design concentration should be as applicable to Class A & C
fire.
The system engineering company should carry out the piping Isometric design and validate the same
with a hydraulic flow calculation generated by using the agent's design software. Appropriate fill
density to be arrived at based on the same.
1.3 Refilling and Maintenance
In case of any leakage or accidental discharge of the agent, it should be possible to refill the cylinders
in India itself in the CCOE approved filling station. The contractor should indicate the source of
refilling and time that will be taken for refilling and replacement.
1.4 Discharge Time
As gas has to be fully discharged within 10 seconds for effective quenching of fire as per the relevant
standards, the contractor has to ensure that the design meets this requirement. Once the discharge takes
place there should be warning signs restricting personal from entering the protected area until the gas
has been cleared from the area.
1.5 Materials and Equipments
All materials and equipments shall be from approved manufacturers and shall be suitable for the
performance of their respective functions. The cylinders should be complete with all accessories. The
contractor shall indicate the dimensions of the cylinders required for each area while quoting.
4
1.6 CYLINDER
The cylinder shall be high pressure, seamless steel gas cylinder, flat type, concave bottom as per IS
7285 complete with neck ring. Welded and non-CCE approved cylinders will not be accepted.
Each cylinder shall be seamless steel type manufactured from billets and tested in accordance with IS
7285
As per the regulations of the Chief Controller of Explosives (CCOE) Nagpur, any system which has a
working pressure above 19 bar (280 psi) will require the use of seamless cylinders that have been duly
approved by the CCE, Nagpur.
The maximum fill density of FM200/NOVEC in a cylinder shall not exceed 0.85 Kg/Lit. Of internal
volume. Appropriate fill density shall be chosen based on the cylinder location and piping. The
hydraulic calculations should prove that the fill density is appropriate and total discharge will take
place within 10 seconds.
The cylinders shall be super-pressurized with dry nitrogen to 42 bar at 20°C. The cylinder shall be
capable of withstanding any temperature between -30° C and 70°C.Cylinder shall be mounted
according to manufacturer recommendations. The cylinder shall withstand Hydrostatic test pressure up
to 250 bars and maximum working pressure at 15°C shall be 150 bars
The cylinder/valve assembly shall have suitable metallic protection for the valve enabling
transportation of the filled cylinders safely.
All cylinders shall be distinctly and permanently marked with the quantity of agent contained, the
empty cylinder weight, the pressurization pressure and the zones they are protecting.
1.7 CYLINDER VALVE
Each cylinder shall be provided with a valve of suitable size. Each cylinder valve shall have a provision
for fixing a supervisory pressure switch and a safety burst disc to protect the cylinder from over
pressure. The cylinder valve shall necessarily have a disabling plug (locking pin) to prevent accidental
discharge of the valve during transportation and installation. The Valve assembly shall be mounted
directly on the cylinder
Each valve is to be fitted with a pressure gauge for monitoring loss of pressure.
The master cylinder valve is to be released electrically which is performed by means of a solenoid
valve arrangement. Pilot cylinder actuation and pyrotechnic devices shall not be used.
5
1.8 Cylinder valve Actuators
In a single cylinder system the cylinder shall have a solenoid operated actuator and a manual actuator
incorporating a strike knob mounted on top of the solenoid operated actuator. Multi cylinder systems
shall have the same fitted on to the master cylinder and pressure operated actuators fitted on each slave
cylinder. All actuators shall be original OEM make and locally manufactured actuators shall not be
used.
1.9 Hoses
Each cylinder valve shall be provided with a plug in type flexible rubber discharge hose of minimum
40mm size and shall with stand a test pressure as atleast 150 -200% of the cylinder stored pressure.
Each hose shall be permanently marked with the test pressure and OEM’s part number. Multi cylinder
systems shall have an interconnect hose for each cylinder. The interconnect hose shall have a length not
less than 700 mm and shall be labeled with the test pressure of 100 Bar and the OEM’s part number.
All hoses shall be original OEM make and locally manufactured hoses shall not be used.
1.10 Manifold with Check valve
The manifold shall be fabricated from ASTM A106 Schedule 80 seamless pipe and shall have integral
check valves provided for each cylinder.
1.11 OTHER ACCESSORIES
Electric Control Head, Pressure operated control head, Master Cylinder Adapter Kit, Flexible discharge
hose, discharge Nozzles, and other required accessories shall be approved or listed for use with FM
200/NOVEC All the gaskets, O-ring, sealant and other components shall be constructed of materials
compatible with the clean agent. The system should be engineered using hardware & accessories
approved by the Engineering System Distributors of FM200/NOVEC. The Vendor shall submit the
detailed data sheets & drawings of each accessories with the required part Nos and also the common
system data sheet containing these parts with part Nos.
1.12 PIPES & FITTINGS
All Pipes shall be of ASTM - A-106, Gr: B, schedule - 40 seamless Mild Steel Pipes and fittings shall
be as per ASTM-A-105 standard. Distribution piping and fittings shall be installed in accordance with
the manufacturer's requirements, NFPA 2001, and approved piping standards and guidelines. All
distribution piping shall be installed by qualified individuals using accepted practices and quality
procedures. All piping shall be adequately supported and anchored at all directional changes and nozzle
locations.
6
All piping shall be reamed, blown clear and swabbed with suitable solvents to remove burrs, mill
varnish and cutting oils before assembly.
All pipe threads shall be sealed with Teflon tape pipe sealant applied to the male thread only.
1.13 DISCHARGE NOZZLE
Engineered discharge nozzles shall be provided within the manufacturer's guidelines to distribute the
FM200/NOVEC agent throughout the protected spaces Nozzle shall control the flow of
FM200/NOVEC to ensure high velocity, proper mixing in the surrounding air and uniform distribution
of the agent throughout the enclosure.
The number of nozzles and their positions must be chosen so that the design concentration is
maintained everywhere in the enclosure. Nozzle shall be located where they can be adequately
supported on walls, ceiling or structural members. Software generated calculation supporting the nozzle
design shall be submitted by the successful bidder before signing of contract.
1.14 Fire Detection & Gas Release Panel & operation process
Fire detection shall be achieved using the microprocessor based fire detection cum gas release panel
specifically used for each protected area. The detectors shall be in cross zone and the trigger from the
panel shall be for 2 stage action.
Some of the enhance features of the detection cum gas release panel shall be,
• Easy on-site configuration
• Upload / download of configuration data's
• Event logging facilitates identifying origin of events
• Display countdown timer before extinguishing release
• Extinguishing automatic activation with various alarm
combinations
• 72h battery backup time
• Various system test modes
• Automatic calibration facility for actuators control lines (solenoid
or pyrotechnical actuators)
7
• Manual Release button for manual activation of extinguishing
• Emergency hold button to temporary stop the extinguishing or
abort button to cancel the
• initiated extinguishing release as long as the pre-warning time is
running
• Remote transmission facility for transmitting alarms and faults
• Repeater panel ( Wired and Wireless repeater panel )
• In compliance with EN12094-1 / EN54-2 +A1 / EN54-4 +A2
If in case the fire detection part is handled by a separate fire control panel, the panel shall have the
capability to integrate with larger fire detection system. Also the panel shall have the facility to connect
repeater panel for remote status indication and remote control.
AUTO MODE OPERATION
The sequence of operation of the gas release system shall be as follows.
When the any one of the detector connected to the building fire alarm panel goes into alarm,
immediately the sounder cum strobe shall get activated.
The fire detection cum gas release panel shall ensure that the access control shall get deactivated.
The first stage activation in the gas release circuit shall happen only when any one of the detectors in
the protected area goes into alarm.
When the first stage gets activated, the specific zone numbers and the detectors location shall be
displayed and the panel buzzer shall start operating. The stage 1 bells shall be identified by the fact that
they pulsate at the rate defined by timer 1.
The panel shall also illuminate the "ALARM" lamp on the control panel face.
The sounder cum strobe shall remain on until the alarm is silenced in the panel. The panel shall return
to normal only after the fire alarm condition is cleared and a reset is performed in the panel.
The second stage activation in the gas release panel shall happen when the second detector in the
protected area goes into alarm in the second stage or vice versa.
The PAC units shall be deactivated. The panel shall also illuminate the "PRE DISCHARGE" lamp on
the control panel face
8
When the second stage is activated, the second zone number and the detectors location shall also be
displayed on the panel and the sounder shall be activated which is identified by a continuous tone. The
stage 2 bells indicate that area is to be evacuated.
The timer shall start to trigger the signal for gas release. The delay set time shall be reconfigurable. It
shall be possible to program the delay timing at site
During the delay time period, the Gas release can be aborted by activating the “Manual abort switch”
mechanically. The count down timer shall count down till 10 second and stop. Once if the abort switch
is released, the timer shall start count down from 10 seconds. Releasing and pressing again the manual
abort switch shall reset the count down time to 10 seconds. A buzzer shall be activated when the abort
switch is operated.
After the expiry of the timer, the output from the actuator output terminal of the panel shall activate
and operate the solenoid valve in the master cylinder. It is important to note that the actuator output on
the panel shall be enabled only if the automatic gas release mode is selected
A Gas sign board with lamp (Located outside the protected area) shall also illuminate indicating that
the gas discharge have taken place
The gas shall discharge into the protected area with in 10 seconds as stipulated in the NFPA 2001
guidelines (2004 edition). The gas shall permeate into all the voids in the desired quantity so that the
fire shall be quenched.
As long as both the stages remain in alarm, the output to solenoid shall be active. If at least one of the
two stage returns to normal as explained above, the delay timer shall stop. The gas release shall not
happen if the delay is set to zero.
MANUAL MODE OPERATION
The manual release shall happen in three ways. Manual Release thro the panel, Manual release station
& Manual Release directly from the cylinder
The electric manual release (activated thro the panel) shall be a dual action switch device which
provides a means of manually discharging the suppression system from the panel
The manual release station shall also be a dual action device requiring two distinct operations to initiate
a system actuation.
Manual actuation shall be capable of bypass the time delay or shall have the time delay depending upon
the client requirements. It shall be possible to program both at site and abort functions and shall cause
all release and shutdown devices to operate in the same manner as if the system had operated
automatically.
9
Manual release station shall be located at each entry from the protected hazard and the abort station
shall be located at the exit side
If the “Manual release lever on the master cylinder shall be activated by operating the lever, the gas
shall get released immediately. Abort function can not be performed after activating the manual release
lever.
CONNECTION DETAILS
The Addressable detectors shall be connected in loops which are independently addressed from the fire
alarm panel. Or Conventional detectors shall be used and the same shall be connected to the
conventional fire detection cum gas release panel.
The manual abort station and manual release stations shall be connected to fire alarm cum gas release
panel. In addition the gas release panel shall have the manual mode switch as explained above
The discharge pressure switch shall be connected to the gas release panel thro addressable monitor
modules.
The sounder cum strobes shall be connected gas release panel
The solenoid actuator shall be connected to gas release panel in the Gas release terminal
The fire trip input for the PAC units are looped and connected to thro addressable control modules to
the fire alarm cum gas release panel
The Access controlled door release shall be connected to the fire alarm cum gas release panel thro
addressable control modules
The monitor module shall be connected from the Building fire alarm panel to the gas release panel for
alarm communication * fault status of the gas release panel.
1.15 MANUAL RELEASE UNITS / STATIONS
Manual release units - double action type shall be provided at each exit of the protected area and as
indicated on the drawings. Manual release unit casings shall be coloured YELLOW and shall be
inscribed with the lettering " AGENT (NAME) MANUAL RELEASE POINT". Mounting heights for
manual release units shall be agreed on site.
10
1.16 ABORT UNITS / STATIONS
Abort switches, where provided, shall be located within the protected area and shall be located near the
means of egress for the area. The abort switch shall be of a type that requires constant manual pressure
to cause abort, In all cases the normal and manual emergency control shall override the abort function.
The abort switch shall be clearly recognizable for the purpose intended.
The abort units shall be momentary devices requiring constant pressure to maintain contact closure and
shall be coloured RED and shall be inscribed with the lettering " AGENT (NAME) ABORT POINT".
Mounting heights for abort units shall be agreed on site.
REMOTE LAMP UNIT
Remote lamp units shall be provided to give indication of an activated smoke detector within a ceiling
or floor void.
1.17 Documentation
The successful contractor should prepare & submit the piping Isometric drawing and support the same
with a hydraulic flow calculation generated by using the agent's design software. The calculations shall
validate the fill density assumed by the bidder.
The bidder shall submit copies of the datasheets of the hardware used in the system.
The bidder shall also submit calculations to evidence the qty of agent considered for the system.
The System Company should provide, as part of handing over, the as-built drawing, operation manual
and maintenance manual. The as-built drawing shall exactly match the Isometric drawing submitted
with the flow calculation prior to commencement of work.
The successful vendor must submit, along with the supply invoice, a certificate of authenticity, for the
agent.
The design & the installation shall be certified by principal system supplier .
Testing procedures FOR GAS based fire suppression system
1.18 GENERAL
Prior to placing the completed system in service, the installation should be inspected and tested by
qualified personnel to confirm that the system has been properly installed and will function as specified
below.
11
1. Conformance to System design.
2. Suitability of piping, its correctness to project design, and its supports.
3. Operating Sequences.
4. Suitable Hazard Environmental controls and Safety precautions and.
5. Compliance with the norms of NFPA STD. 2001 (2008 Edition) and other applicable
standard.
1.19 PIPING
1. Verify that pipe sizes and layout are as indicated on the project working drawings.
2. Verify the piping supports and ensure the pipes are secured and restrained from the
movement.
3. After the installation after system piping is completed, and prior to the connection of the
cylinders, accessories, nozzles etc., the discharge piping should be blown out and then
4. Pressure tested for leakage. Plug or Cap all pipe outlets and apply 40 psi (3 bar)
pressure with air for 10 minutes. At the end of 10 minutes, the pressure loss shall not
exceed 20% of the test pressure. Under no conditions should water be used in testing.
1.20 CYLINDERS
1. Inspect cylinders and ensure bracketing and cylinders are secure.
2. Check pressure gauge and ensure pressure is correct for temperature at cylinder location.
3. Check cylinder discharge bends and check valves for proper orientation, connection and
tightness.
4. Ensure that the cylinder operating components and auxiliary control devices are
installed in accordance with the project drawing.
5. All the required labeling as done on the cylinders
12
1.21 NOZZLES
1. Ensure each nozzle has an orifice drilled to suit the specific location and discharge flow
requirements.
2. Verify that nozzle locations and orifice sizes are as indicated in the project drawing.
1.22 ELECTRICAL
1. All testing of the extinguishing system electrical circuits, Interlocks, Fire detectors and
other electrical devices like solenoid actuators shall be carried out in accordance with
the systems control panel.
2. The control panel should indicate normal supervisory condition.
3. Check the smoke detectors are in cross zone.
Any other test that is required for checking the quality & performance of the system
13
2.0 SMOKE DETECTION SYSTEM FOR VERY EARLY WARNING. (VESDA)
Engineering Specifications
The aspirating smoke detector (asd) shall offer very early warning smoke detection, early warning smoke
detection and standard smoke detection settings. the sensitivity range shall be from 0.00046%/ft – 4.0%/ft.
operating temperatures shall be from 32°f (0°c) to 100°f (38°c). sampled air temperatures shall range from
–4°f (–20°c) to 140°f (60°c). operating humidity shall range from 10-95% non-condensing. the asd shall
have dual source (blue led and infra-red laser) optical smoke detection for a wide range of fire detection
with enhanced immunity to nuisance particulates. the asd shall operate in air flows from 0-4000 ft/min (0-
1,219 m/min). pipeiq software shall provide pipe design, asd system configuration, and asd system
monitoring in a single software program.
Approvals
The ASD shall be tested, approved and/or listed by underwriters laboratories (UL, ULC), and factory mutual
(FM).
The ASD shall include a field replaceable filter and an internal particle separator to reduce the amount of non-
combustible materials reaching the detection chamber. It shall use ultrasonic sensors to confirm proper air
flow through the pipe network. It should store events. Events shall include smoke levels, alarm conditions,
operator actions, and faults. The dates and time of each event shall be recorded.
User interface
The system shall provide a user interface with:
Air flow/fault display
10 particulate levels
5 alarm levels
On/off indication
Low voltage indication
The user interface shall offer interactive buttons. The buttons shall have a security passcode system to prevent
unauthorized access if chosen. Connection to the FACP SLC loop shall automatically lock out the ASD
user interface, and the security passcode will be required for access. The buttons shall allow the following
features to be activated at the device:
Test
Reset
Isolate
14
Information generation – the buttons shall provide the local device address and the ip address of the device
through a coded sequence
Password input if required to activate buttons
Communication
The ASD shall include an onboard web server interface to enable remote monitoring and device configuration.
Connection to the device shall be through an RJ45 jack. A password shall be required to access the web
server. The software shall include the ability to enter multiple e-mail addresses to send automatic updates
for alarms and/or faults. Each e-mail address shall have the ability to select the type of updates which will
be sent.
3.0 General conditions
3.1 All work performed and all material and equipment furnished under this contract shall be free from
defects and shall remain so for a period of at least one (1) year from the date of acceptance. The full
cost of maintenance, labor and materials required to correct any defect during this one year period
shall be included in the submittal bid. Supplier should also show willingness to maintain the system
for next 4 years post-warranty period. The proposal for AMC for next four year should be included.
3.2 Complete maintenance and repair service for the fire alarm system shall be available from a factory
trained authorized representative of the manufacturer of the major equipment for a period of four (4)
years after expiration of the guaranty.
3.3 As part of the bid/proposal, include a quote for a comprehensive maintenance contract to provide all
maintenance, tests, and repairs
3.4 Maintenance and testing shall be on a quarterly basis
4.0 Pre-Qualification for Contractor
4.1 Supply and installation of Fire Alarm System must be the main activity of the contractor.
4.2 Average annual financial turnover of the bidder during last 3 financial years should be at
least equal to 30% of the estimated cost.
AND
Experience of having successfully completed similar works during last 5 years ending last day of month previous
to the one in which applications are existed should be either of the following:
Three (3) similar works completed costing not less than the amount equal to 40% of the estimated cost
OR
Two (2) similar works completed costing not less than the amount equal to 50% of the estimated cost
15
OR
One (1) similar work completed costing not less than the amount equal to 80% of the estimated cost
Documents supporting this must be included with the offer.
4.3 Contractor must give details of manpower employed in his company.
4.4 Contractor must allow and organize site visits to his earlier completed sites of similar magnitude during
the
process of technical evaluation of tender.
4.5 Copies of original documents defining the constitution or legal status, place of registration, and
principal place of business; written power of attorney of the signatory of the Bid to commit the Bidder.
5.0 Guarantee and defects liability period :
5.1 The equipments supplied shall be guaranteed against all types of defects for at least a period of
one year from the date of handing over of the equipment to the Institute. Any defects in the
system/sub-assemblies found within the guarantee period shall be rectified/replaced by the tenderer
free of cost. During this period, servicing, including preventive maintenance, at not less than FOUR
servicing and attending to ANY NUMBER of breakdown calls, as prescribed by the manufacturer
and as mutually agreed to, shall be carried out free-of-cost. Tenderer shall also indicate the service
facility they can offer at the place of installation and the telephone number & address of their service
centre. The tenderers shall also quote their charges separately for Annual comprehensive
maintenance service contract after the expiry of the guarantee period
5.2 The service contract rate shall also take into account all the cost, including travel cost from the
nearest service station. This being an emergency system, any fault in the system shall be rectified
wintin 48 hrs
6.0 Training:
The tenderer shall impart training to the Institute's staff for a period not less than one week on the system
before handing over of the system without any charge to the Institute. If need, as solely decided by the
Institute, arises tenderer shall make arrangement to train Institute's staff during the Guarantee and
maintenance contract period without charging the Institute.
7.07.07.07.0 General terms:
7.1 Contractor should use proper tools and equipment to carry out the work.
7.2 Contractor should ensure that the place is maintained clean and all waste materials have to
be removed from the site on day to day basis to specified garbage areas.
7.3 The contract value is for the complete work, as per actual measurements. Excess/waste
material should be taken back by contractor.
16
7.4 The quantity mentioned in the tender is an estimate; hence contractor should make a site survey
and take necessary permission before starting the work and purchase of material for the project.
7.5 Deviation from the specified makes of the material and specifications will not be allowed. In the
case of any class of work for which there is no such specifications as referred to above, such work shall
be carried out in accordance with Bureau of Indian Standards specifications. In case there is no such
specifications in Bureau of Indian Standards, the work shall be carried out as per manufacturers’
specifications. In case there are no such specifications as referred to the above the work shall be carried
out in all respects in accordance with the instructions and requirements of the Engineer-in-Charge
(TIFR).
7.6 Contractor has to attend the site meeting regularly to take stock of the things and monitor the
progress/quality of work.
7777....7777 Contractor has to prepare working drawings and take necessary approval before starting the work.
7777....8888 Three (3) sets of as built drawings have to be submitted after completion of work as hard copy and
soft copy on a CD. Preparation of the documents which include the preparation of the drawings for
each junction box, floor –wise drawing and lamination of these drawing and fixing of drawing inside
each box.
7.9 Storage space will be provided by TIFR at the site. The material brought for work will be under the
custody of contractor and the contractor is responsible for the safety of their material.
7777....10101010 All works have to be executed under the supervision of Engineer-in-Charge (TIFR).
7777....11111111 The contractor has to arrange for his own tools and equipment required for completing the project.
Power required for day to day work has to be tapped from nearby power source with prior permission
from Engineer-in-Charge (TIFR).
8. Work at Site :
8.1 Access to the works shall be allowed only to the Contractor/ Supplier, Sub-contractors or his duly
appointed representatives. The Contractor/ Supplier shall not object to the execution of work by other
contractors or tradesmen and shall afford them every facility for execution of their several works
simultaneously with his own.
8888....2222 Work at the Purchasers premises shall be carried out at such time as the purchaser may approve but the
Purchaser shall give the Contractor / Supplier all reasonable facilities for the same. The Contractor /
Supplier shall provide sufficient fencing, notice boards etc. to guard the works and warn the public.
8888....3333 The Contractor shall obey Central, Local and State regulations and enactments pertaining to workmen
and labor and the Engineer-in-Charge (TIFR) shall have the right to enquire into and decide all
complaints on such matters.
17
9.0 Contractors Representative :
The Contractor shall employ at least one qualified representative whose name shall have previously been
communicated in writing to the Engineer-in-Charge (TIFR) and approved by him to supervise the erection.
Any written order or instructions given to the representative shall be deemed to have been given to the
Contractor / Supplier. The Engineer-in-Charge (TIFR) shall be at liberty to object to any particular
representative / or any persons employed by the Contractor / Supplier on the work and the Contactor /
Supplier shall remove the person objected to, on receipt from the Engineer-in-Charge (TIFR), in writing, a
request requiring him to do so and shall provide in his place another competent representative acceptable
to the Engineer-in-Charge (TIFR).
10. HANDOVER
The Fire Alarm Contractor upon completion of the commissioning activity shall hand over the system to the
customer.
At the time of hand over, the Fire Alarm Contractor shall provide the customer with the following
documentation:
1. Copy of detailed report
2. Component and equipment list
3. Product description sheets
4. System design specification
5. System design drawing(s)
6. System schematic diagram(s)
7. System operating and service manuals
8. Certificate of certification
9. Fire system users handbook, containing log book, routine maintenance instructions and schedules
10. Remote monitoring link description and operating instructions
BoQ for Fire Detection and Suppression System and ASD / VESDABattery Room Electrical Room Datacenter
Description Total Qty Unit Supply Installation Supply Installation Make
A1 Cylinders 100 / 120 Ltrs Capacity 1 2 3 6 nos2 Suppression agent 100 200 360 660 Kgs3 Master/Primary actuator complete kit 1 1 1 3 nos4 Slave actuator complete kit 1 2 3 nos5 Check Valve 3 3 nos6 Nozzles 2 2 12 16 nos7 Pressure switch 1 1 3 5 nos
8 Gas release panel with battery backup of 72 Hrs 1 no9 Manual Release switch 1 1 1 3 nos10 Manual Abort Switch 1 1 1 3 nos11 Conventional smoke detector 6 6 16 28 nos12 Manual Call point 1 1 1 3 nos13 Hooter cum strobe 1 1 1 3 nos
14
pipes confirming to ASTM A 106 Gr. B, Sch 40 with
fittings confirming to ASTM A 105, Sch40 1 1 1 3 lot15 Two Core 1.5sqmm armored cable 100 200 300 600 mts16 Repeater Panel with all the required component 1 no
17
Wireless repeter Panel ( for a distance of 300 mts) with
all accessories to operate for 24 Hrs in case of power
failure (optional but necessary to quote) no
TOTAL (A)
B VESDA / ASD
1
Supply of UL Listed Aspiration Detection Unit (ASD /
VESDA) with area of coverage as shown in layout with
TCP/IP network Capability. 1 1 1 3 nos
2 Supply of Capillary Sampling Point 2 2 2 6 nos
TOTAL (B)
C Annual Maintanace Charges (AMC) for 04 Years
TOTAL (C)
TOTAL (A+B+C)
Add : VAT/CST
Add : Service Tax
Add : Escise Duty
Add : Any other tax if any
Grand Total (Including Taxes)
Rate AmountSr. No.
Note: The above mentioned quantity is approximated as per the area. Bidders are requested to quote as per
above quantity. But bidder should seperately mention the exact quantity required as per their design and quote it
seperately. Bidders are instructed not to assume the given quantity as final BoQ and they should recommend the
quantity as per the design and safetly standard. The given quantity and BoQ is for indicative purpose only and for
easy evaluation of tender.
19
20
TATA INSTITUTE OF FUNDAMENTAL RESEARCH Autonomous Institution of the Department of Atomic Energy, Government of India (A Deemed University)
HOMI BHABHA ROAD, COLABA, MUMBAI – 400 005
(PURCHASE SECTION)
Instructions to Bidder
1. PART “I” (Technical Bid) consisting of Technical Bid & Commercial Terms and
PART “II” (Price Bid) consisting of only Price shall be submitted in separate sealed
envelopes duly super scribed with the tender enquiry number, and the due date in bold
letters, addressed to the Admn. Officer (Purchase), Tata Institute of Fundamental
Research, Homi Bhabha Road, Colaba, Mumbai – 400 005. The envelopes should be
clearly marked on top as either PART “I” or PART “II”. The two sealed covers should
be further put in a master cover super scribed with the Tender Enquiry No., Due Date in
bold letters, addressed to the Admn. Officer (Purchase), Tata Institute of Fundamental
Research, Homi Bhabha Road, Colaba, Mumbai – 400 005. The sealed master envelop
has to be delivered by hand/courier at the security Gate Officer of TIFR on or before
14.00 hrs on the due date specified. The technical bid will be opened in the presence of
attending tenderers at 15.00 hrs on the due date at Purchase Section, TIFR Mumbai.
Tenders submitted after 14.00 hrs. on due date will not be considered.
2. In case the PART ‘I’ and Part ‘II’ bids are not sealed in separate envelopes the
tender will be rejected.
3. The technical bid should not contain any indication of the price.
4. After scrutiny of Technical Bids, Price bids of only those bidders who are shortlisted on
technical basis will be opened at on later date. The opening date, time and venue will be
intimated to the technically successful bidder.
5. After downloading the documents please inform your company details such as name,
address, telephone nos., contact person and email address etc. by email to us.
([email protected], [email protected]) to enable us to inform prospective bidder for any
corrigendum/changes if any; in the Tender document before due date.
6. Quotations must be valid for a period of 180 days from the due date.
7. Tenders containing correction, overwriting will not be considered. Late or
delayed/Unsolicited quotations/offers shall not be considered at all. These will be
returned to the firms as it is. Post tender revisions/corrections shall also not be
considered.
8. Tenderer should sign on all the pages of the technical bid and the price bid.
21
9. In case of any interpretational issues in this tender, the interpretational decision of the
TIFR shall be Final binding on the bidder.
10. TIFR reserve the right to ask for or to provide any clarification, changes after the release
of this tender.
11. TIFR reserve the right to cancel the tender even after the receipt of tender, and in such
case the EMD would be refunded without any interest to the bidding parties.
12. The Institute shall be under no obligation to accept the lowest or any other tender
received in response to this tender notice and shall be entitled to reject any tender without
assigning any reason whatsoever.
13. TIFR reserves the right to place the order for part/reduced quantity than what is specified
in the tender.
14. An earnest money (EMD) for Rs. 70,000/- @ 2% of the total estimated cost has to be
deposited in the form of bank draft drawn in favour of Registrar, Tata Institute of
Fundamental Research, Mumbai along with the quotation. Tenders which are not
accompanied with Earnest Money Deposit are liable to be rejected. The earnest money
will be refunded to the unsuccessful bidders on finalization of the contract. Successful
bidders will have to deposit Security Deposit for the due fulfillment of his contract @ 10
% of the contract value in the form of Bank Guarantee valid for a period of 60 days
beyond the date of contractual obligations. Security amount will be forfeited if the Firm
/Supplier fail to perform any of the terms & conditions of our Tender enquiry/ document.
15. The Micro & Small Enterprises (MSE) registered with National Small Industries
Corporation (NSIC) are eligible for the following benefits:
(a) Issue of tender document free of cost.
(b) Exemption from payment of Earnest Money Deposit.
(c) Price preference upto 15% over the quotation of large scale units.
16. TIFR exempted from paying of Custom duty under the notification No.51/96 dated
23.07.1996, Excise duty under the notification No.10/97 dated 01.03.1997, Octroi Duty
under the registration No. 27664 dtd. 07.07.1953 & Letter No. OCT/2101/HCCI Dtd.27-
12-07 for all procurements/supply meant exclusively for Educational, scientific and
research purpose. Whenever the exemption certificate not honored by the authorities, the
applicable duty will have to be paid. Hence Excise duty, Custom duty and Octroi duty, if
any, should be shown separately.
17. Sales Tax: TIFR does not have any exemption/concession on payment of Sales Tax/VAT
and we are not authorized to issue any Sales Tax Form ‘C’ & ‘D’
22
18. The Supplier shall arrange to deliver the ordered materials within the mutually agreed
delivery period mentioned in the order unless extended with / without penalty.
a) In case of delay in supply on the part of the supplier, a penalty @ 0.5% per week of
order value will be charged for delayed period subject to maximum of 10% of order
value.
b) The same rate of penalty shall be applicable for late installation of the equipment /
instrument also.
19. Our standard Payment terms are as follows:
The payment will be made only after delivery of the supply, satisfactory installation,
commissioning and performance of the item/equipment at Balloon Facility, TIFR
Hyderabad and after certification by our technical expert/ Authorized officer.
20. No Advance payment will be made to any local supplier except in case of furnishing
valid Bank Guarantee from any nationalized/ scheduled bank and the B.G shall be valid
till the complete delivery is made at the site.
21. The delivery period should within 03 weeks and earlier delivery may be preferred
22. Specifications are basic essence of the product. It must be ensured that the offers must be
strictly as per our specifications. At the same time it must be kept in mind that merely
copying our specifications in the quotation shall not make the parties eligible for
consideration of the quotation. A quotation has to be supported with the printed technical
leaflet/literature of the quoted model of the item by the quoting party/manufacturer.
23. FORCE MAJEURE: The Supplier shall not be liable for forfeiture of its performance
bank guarantee liquidated damages or termination for default, if and to the extent that, it’s
delay in performance or other failure to perform its obligations under the Contract is the
result of an event of Force Majeure. For purposes of this Clause, “Force Majeure” means
an event beyond the control of the Supplier and not involving the Supplier’s fault or
negligence and not foreseeable. Such events may include, but are not limited to, acts of
the Purchaser either in its sovereign or contractual capacity, wars or revolutions, fires,
floods, epidemics, quarantine restrictions and freight embargoes. If a Force Majeure
situation arises, the Supplier shall promptly notify the Purchaser in writing of such
conditions and the cause thereof. Unless otherwise directed by the Purchaser in writing,
the Supplier shall continue to perform its obligations under the contract as far as is
reasonably practical, and shall seek all reasonable alternative means for performance not
prevented by the Force Majeure event.
ADMINISTRATIVE OFFICER
(PURCHASE SECTION)
TIFR, MUMBAI