Tender Document For. Issued By:

Tender Document For Installation of Fire Alarm Detector System, Fire Suppression System, Fire Early Detection Agent and Rodent Management System for D...
Author: Lauren Webb
1 downloads 1 Views 248KB Size
Tender Document For Installation of Fire Alarm Detector System, Fire Suppression System, Fire Early Detection Agent and Rodent Management System for Data Centre and UPS Room at TCIL HQ, New Delhi Tender No: TCIL/15/1363/I/11-MM/02E Issued on: May 31, 2012

Issued By: Material Management Division Fourth Floor, Fax: +91 (11) 26242266 Tel: +91 (11) 26202020/Exn 2406 Email: [email protected], [email protected] Visit us at http://www.tcil-india.com

Telecommunications Consultants India Ltd. (A Govt. of India Enterprise) Material Management Division TCIL Bhawan, Greater Kailash-I New Delhi – 110048 (India)

Page 1 of 51

TABLE OF CONTENTS

SECTION

TITLE

PAGE No.

1.

Notice Inviting Tender

3-5

2.

Instructions to Bidders

6-15

3.

General (Commercial) Conditions of Contract

16-21

4.

Special Conditions of Contract

22

5.

Bill of Quantity (BOQ) and Price Bid Schedule

23-27

6.

Technical Specifications

28-46

7.

Format of Bid Bond (EMD)

47

8.

Format of Performance Bank Guarantee (PBG)

48

9.

Bid Submission Form

49-51

Page 2 of 51

SECTION-1 Tender No.: TCIL/15/1363/I/11-MM/02E

May 31, 2012

NOTICE INVITING TENDER

Electronic tenders are invited from eligible bidders for Installation of Fire Alarm Detector System, Fire Suppression System, Fire Early Detection Agent and Rodent Management System for Data Centre and UPS Room at TCIL HQ, New Delhi. Submission of Online Bids is mandatory for this Tender. Detailed instructions are given in Section-2 of this Tender Document. Important Dates Date of Posting of NIT on TCIL’s e-Tendering Portal Date & time of start of Sale of Tender Document Date of Training to Bidders (Optional) Last date & time of sale of tender documents Last date & time for seeking clarification, if any Last date & time for Online submission of Bids Opening of Technical Part (Part-I) Opening of Financial Part (Part-II)

: : : : : : : :

31-05-2012 01-06-2012, 10:00 hrs. 19-06-2012 22-06-2012, 17: 00 hrs. 22-06-2012, 18: 00 hrs. 28-06-2012, 15: 00 hrs. 28-06-2012, 16: 00 hrs. To be notified later

Bidders are advised to visit the TCIL’s e-tendering (ETS) portal (https://www.tcil-indiaelectronictender.com) regularly for updates/amendments, if any. ELIGIBILITY CRITERIA 1.

The Bidder should be OEM or Authorized Dealer/Distributor of the OEM of offered product. (Please submit manufacturer’s authorization letter, in original, on the OEM’s letter head duly signed by authorized signatory)

2.

Bidder should be QMS, ISO 9001:2008 certified. (Please submit copy of valid ISO Certificate).

3.

Average Annual Financial Turnover during the last 3 years, ending 31 st March 2011, should be at least Rs. 24 Lac. (Please submit Annual Report (Balance Sheet and Profit & Loss Account) for the last three financial years).

4.

Bidder should have experience of having successfully completed similar supplies during the last 2 years ending 31st July, 2011 should be either of the following: i) ii)

One similar orders costing not less than Rs 38 Lac. Or Two similar orders each costing not less than Rs 19 Lac. Page 3 of 51

Similar work means “Installation of Fire Alarm Detector System, Fire Suppression System, Fire Early Detection Agent and Rodent Management System.” (Please submit copy of PO/Completion Certificate from the Client). 5.

The Bidder should have its own support office in Delhi/NCR. (Please submit documentary proof of the Establishment).

6.

The Bidder should not have been barred by any PSU/Govt. Deptt. in doing business with them. (Please submit self declaration).

7.

Bids in Consortium are not allowed.

8.

The Bidder is required to quote for the complete BOQ. Partial quote are liable to be rejected.

Note: Bidder must provide necessary supporting documents as proof in respect of the eligibility criteria mentioned above. EVALUATION The evaluation will be done on the total bid value. The bidder is required to quote for all the items of the BOQ. Partial bid is liable to be rejected. The quote for 3 years AMC charges during post warranty period will not be included for the purpose of evaluation. Earnest Money amounting to Rs. 50,000/- (Rs. Fifty Thousand only) by Demand Draft in favour of “Telecommunications Consultants India Ltd.” payable at New Delhi or Bank Guarantee in the prescribed format from a Scheduled Bank from its branch at Delhi/New Delhi shall be submitted along with the tender. Tenders received without EMD/inadequate EMD, and without the requisite Tender Fee of Rs 400/-/- shall be summarily rejected. The bidder must officially procure/download the tender documents from the ETS portal of TCIL before the last date and time of sale of tender document in order to bid for this tender. - Please note that this is mandatory even in case the tender document is not priced and that the bidder will in no case be able to participate in the tender without having procured/downloaded the official copy of the tender before the due date and time for the same.

Page 4 of 51

Contact Information: TCIL Contact-1

-

Mr. M.K. Merkap, General Manager (MM) Telephone: 011-2620 2474 E-mail ID: [email protected]

TCIL Contact-2

-

Mr. M.S. Sabharwal, Manager (MM) Telephone: 011-2620 2422 E-mail ID: [email protected]

E-Tendering Helpdesk

-

Telephone: +91-11-26241071, 26241072 Emergency Mob.: +91-9868393775, 9868393717 E-mail ID: [email protected]

The price Offers of only those parties who qualify in the first stage shall be opened at time and date to be notified separately. TCIL reserves the right to accept or reject any or all the tenders without assigning any reason.

Group General Manager (MM)

END OF SECTION-1

Page 5 of 51

SECTION-2 Tender No.: TCIL/15/1363/I/11-MM/02E

May 31, 2012

INSTRUCTIONS TO BIDDERS 2.1

INTRODUCTION (DEFINITIONS)

2.1.1 “Purchaser” means Telecommunications Consultants India Ltd. (TCIL), its Head Quarter at New Delhi or any other project/branch offices within or outside India. 2.1.2 “Bidder” means the individual or firm or corporate body who participates in the tender and submits its bid. 2.1.3 ‘‘Goods/Products” means all the hardware equipments, instruments, tools, machinery etc., and/or other materials like components/parts/spares including consumables which the supplier is required to supply to the Purchaser under the Purchase Order. 2.1.4 “Letter of Intent (LOI)” means the communication of the intention of the Purchaser to the Bidder to place the Purchaser Order for the former’s offered goods/services. 2.1.5 “Purchase/Work Order (PO)” means the order placed by the Purchaser on the Supplier duly signed by the Purchaser’s authorized representative to purchase certain goods & services from the vendor/contractor. 2.1.6 “Contract Price” means considerations payable to the supplier/contractor as stipulated in the Purchase or Work Order for performance of specified contractual obligations. 2.2

BIDDER TO BEAR COST OF PURCHASE OF TENDER The Bidder shall bear all costs associated with the preparation and submission of the bid. The Purchaser in any case will not be responsible or liable for these costs regardless or the conduct of the bidding process.

2.3

BID DOCUMENTS

2.3.1 Bid Documents includes:Section 1 Section 2 Section 3 Section 4 Section 5 Section 6 Section 7 Section 8 Section 9

Notice Inviting Tender Instructions to Bidders General (Commercial) Conditions of the Contract Special Conditions of the Contract Bill of Quantity (BOQ) and Price Bid Schedule Technical Specifications Format of Bid Bond (EMD) Format of Performance Bank Guarantee (PBG) Bid Submission Form

2.3.2 Any clarification or communications obtained from the Purchaser

Page 6 of 51

2.4

AMENDMENT TO BID DOCUMENTS

2.4.1 At any time, prior to the date of submission of bids, the Purchaser may for any reason, whether at its own initiative or in response to a clarification requested by a prospective bidder, modify the bid documents by amendments. 2.4.2 The amendments/Corrigendum will be notified on TCIL Website and these amendments will be binding on them. Bidders are advised to visit TCIL Website regularly for updates on this Tender. 2.5

EXTENSION OF TIME In order to give prospective bidders required time in which to take the amendments into action in preparing their bid, the Purchaser may at its discretion extend the deadline for submission of bid suitably.

2.6

BID PRICE Price indicated in the schedule shall be FOR New Delhi. Prices should be inclusive of all taxes and duties including but not limited to Excise Duty, Sales Tax and other taxes, transit insurance, freight and Service Tax etc. However rate of taxes and duties included in the price offer should also be given separately. The prices quoted by the bidder shall remain firm during the entire period of the contract and shall not be subject to variation on any account. The bid submitted with a variation clause (unless asked by the Purchaser) will be treated as non-responsive and rejected.

2.7

BIDDERS ELIGIBILITY AND QUALIFICATIONS Bidder shall furnish as a part of bid documents establishing the bidder’s eligibility to supply the material. The bidder shall also submit documentary evidence in the form of literature, drawing, data on the goods offered.

2.8

BID SECURITY

2.8.1 The Bidder shall submit, as part of bid security as mentioned in the NIT. The bid security shall be in one of the following forms:(a)

A Bank Guarantee as per enclosed format issued by a schedule bank in favour Purchaser valid for a period of 150 days from the date of tender opening.

(b)

Demand Draft or Pay Order from a Scheduled Bank in favour of M/s Telecommunications Consultants of India Ltd., payable at Delhi.

2.8.2 The bid not secured in accordance with the above shall be rejected by the Purchaser as nonresponsive. 2.8.3 The bid security of the unsuccessful bidder will be discharged/ returned as promptly as possible but not later than 30 days after expiry of the bid validity period prescribed by the Purchaser.

Page 7 of 51

2.8.4 The successful bidder’s bid security will be discharged upon the bidder’s submission of the Performance Guarantee. 2.8.5 The bid security may be forfeited under the following circumstances:a)

If a bidder withdraws his bid during the period of bid validity specified by the bidder on the bid form.

b)

In case of a successful bidder, if he fails to submit the Performance Guarantee within the time prescribed or

c)

If he fails to supply the material in terms of the project.

2.8.6 No interest is payable on EMD. 2.8.7 In case of inadequacy or non-submission of prescribed EMD, the tender shall be deemed to be disqualified and shall be summarily rejected in the technical evaluation. 2.9

VALIDITY PERIOD OF BID Bid shall remain valid for 120 days after the date of bid opening. The bid valid for a shorter period shall be rejected by the Purchaser as non-responsive. In exceptional circumstances, the purchaser may request the consent of the bidder for an extension to the period of bid validity. The bid security provided under clause 2.8.1 (a) shall also be suitably extended. A bidder accepting the request and granting extension will not be permitted to modify his bid.

2.10 2.11 2.12 2.13

Deleted. Deleted. Deleted. Deleted.

2.14

CLARIFICATION OF BIDS

2.14.1 To assist evaluation and comparison of the bids, the Purchaser may at its discretion may ask the bidder for clarification of the bid. The clarification and response from bidder shall be in writing. To assist evaluation and comparison of the bids, the Purchaser at its discretion may ask the bidder for clarification of the bid. The clarification will be asked online through the ETS portal. The clarification and response from bidder shall also be online through the ETS portal. 2.14.2 The Purchaser does not bind himself to accept the lowest or any tender and reserves to himself the right to accept the whole or any part of the tender and altering the quantities offered and tenderer shall supply the same at the rate quoted. 2.16

EVALUATION OF TENDERS

2.16.1 The Purchaser shall evaluate the bids in respect to the substantive responsiveness of the bid or otherwise. The Purchaser shall carry out detailed evaluation of the substantially responsive bids. The Purchaser shall check the bid to determine whether they are complete, whether any computational errors have been made or required sureties have been furnished. Page 8 of 51

2.16.2 Arithmetical error shall be rectified on the following basis :a)

If there is a discrepancy between the unit price and total price that is obtained multiplying the unit price and quantity, the unit price shall prevail and the total price shall be corrected by the Purchaser.

b)

In case of discrepancy between words and figures, the amount in words shall prevail.

2.16.3 A bid determined as substantially non-responsive shall be rejected by the Purchaser. 2.16.4 The Purchaser may waive any minor infirmity or non-conformity or irregularity in the bid which does not constitute a material deviation. 2.16.5 The Purchaser shall evaluate in detail and compare the bids which are substantially responsive. 2.16.6 The evaluation of the ranking shall be carried out on the landed price of goods offered inclusive of all taxes. 2.16.7 The distribution of tendered quantity amongst the technically and commercially complied bidders shall be based on merits of each case. 2.16.8 TCIL shall have the sole discretion in deciding the number of parties on whom the orders shall be finally placed. 2.17

PURCHASER’S RIGHT TO VARY QUANTITIES

2.17.1 The Purchaser reserves the right at the time of award of the contract to increase the quantity of the goods and services specified in the schedule of requirements without any change in unit price of the ordered quantity. 2.17.2 In case of division of order among number of parties. The distribution of quantity will be accordingly done by the Purchaser on an individual tender. 2.18

PURCHASER’S RIGHT TO ACCEPT ANY BID AND TO REJECT ANY OR ALL BIDS The Purchaser does not bind himself to accept lowest or any other tender/bid and has the right to cancel the bidding process and reject all bids at any time prior to award of the contract without assigning any reasons whatsoever and without thereby incurring any liability to the affected bidder on the grounds for the Purchaser’s action.

2.19

NOTIFICATION OF SUCCESSFUL BIDDER

2.19.1 Prior to the expiration of the bid period, the Purchaser will notify the successful bidder in writing by registered letter or fax, to be confirmed in writing by registered letter that its bid has been accepted. 2.19.2 Upon successful bidder furnishing of Performance Guarantee, the Purchaser will notify each successful bidder and will discharge its bid bond.

Page 9 of 51

2.20

ISSUE OF LETTER OF INTENT

2.20.1 The issue of Letter of Intent shall constitute the intention of the Purchaser to place the Purchase Order with the successful bidder. 2.20.2 The bidder shall within 10 days of issue of Letter of Intent give its acceptance alongwith Performance Guarantee in conformity with the bid documents. 2.21

CANCELLATION OF LETTER OF INTENT Failure of the successful bidder to comply with the requirement of submission of Performance Guarantee in time shall constitute sufficient ground for the cancellation of the acceptance of bid and forfeiture of the bid bond, in which case Purchaser may make the offer to any other bidder at the discretion of the Purchaser or call for new bids.

2.22

POST BID CLARIFICATIONS No post bid clarification at the initiative of the bidders shall be entertained and any effort by the bidders to influence the Purchaser in the Purchaser’s bid evaluation, bid comparison or award of the contract shall result in rejection of the bid.

2.23

DELIVERY Delivery of the goods shall be made by the supplier in accordance with the terms specified by the Purchaser in the Special condition of the contract and goods shall remain at the risk of the supplier until delivery have been completed in full. The Schedule of delivery shall be the essence of the contract.

2.24

SUBMISSION OF BID Only the following shall be accepted in physical form:  

Tender Fee in the form of Demand Draft EMD in the form of Demand Draft/Bank Guarantee

All other documents shall have to be submitted in Electronic/Soft form and shall not be accepted in physical form. For detail instructions please refer to Clause 2.26. 2.25

OPENING OF PRICE OFFER Price offers of only those bidders whose Techno-Commercial offers are found to be responsive and acceptable to TCIL will qualify to be opened online. The qualified parties shall be notified with the date and time of the opening of the Price Offer in advance. Representative of the qualified parties may attend the Online Price Bid opening. In case of any conflict in any of the terms mentioned at Section – 4,the same shall prevail over the terms mentioned in other sections.

Page 10 of 51

2.26

INSTRUCTIONS REGARDING ONLINE BID SUBMISSION

2.26.1 Bidding Methodology: Single-stage Two-Bid System (Technical Part and Financial Part to be submitted at the same time) shall be followed. 2.26.2 Broad outline of activities from Bidders prespective: i) ii) iii) iv) v) vi)

vii) viii)

ix) x)

Procure Digital Signature Certificates (DSC) for users of the organization (if not procured earlier) Register your organization on Electronic Tendering System® (ETS) Portal of TCIL (https://www.tcil-india-electronictender.com)if not already registered Create Users and assign roles on ETS Assign Tender to a department of your organization on ETS Download Official Copy of Tender Documents from ETS Clarification to Tender Documents on ETS – Post query to TCIL (Optional) – View response to queries posted by TCIL Online Bid-Submission on ETS Attend Online Public Tender Opening Event (TOE) for Techno-Commercial Bid on ETS – Opening of Technical-Part Post-TOE Clarification on ETS (Optional) – Respond to TCIL’s Post-TOE technical queries Attend Public Online Tender Opening Event (TOE) for Financial Bid on ETS – Opening of Financial-Part (Only for Technically Responsive Bidders)

For participating in this tender online, the following instructions are to be read carefully. These instructions are supplemented with more detailed guidelines on the relevant screens of the ETS. 2.26.3 Digital Certificates For integrity of data and its authenticity/ non-repudiation of electronic records, and to become compliant with IT Act 2000, it is necessary for each user to have a Digital Certificate (DC). also referred to as Digital Signature Certificate (DSC), of Class 2 or above, issued by a Certifying Authority (CA) licensed by Controller of Certifying Authorities (CCA) [refer http://www.cca.gov.in]. 2.26.4 Registration To use the Electronic Tender® portal (https://www.tcil-india-electronictender.com) the Bidder need to register on the portal. Registration of bidders organization is to be done by one of its senior persons who will be the main person coordinating for the e-tendering activities. In ETS terminology, this person will be referred to as the Super User (SU) of that organization. For further details, please visit the website/portal, and click on the ‘Supplier Organization’ link under ‘Registration’ (on the Home Page), and follow further instructions as given on the site. Pay Annual Registration Fee as applicable.

Page 11 of 51

Note: After successful submission of Registration details online and Annual Registration Fee (Rs. 6,000/- + Service Tax @ 12.36%) physically to TCIL, please contact e-Tendering Helpdesk (as given in Section 1), to get your registration accepted/activated. The Annual Registration Fee can be submitted by the following modes: i) DD in favour of “Telecommunications Consultants India Limited” is to be submitted to Sr. Manager (F&A-IT), TCIL, TCIL Bhawan, 6th Floor, G.K.-I, New Delhi-110048. Or ii)

Fee Amount can be deposited in TCIL’s Bank Account No. 000705005880 in ICICI Bank, Canaught Place Branch, IFSC Code: ICIC0000007 by electronic transfer and Transaction Details to be emailed to [email protected]

2.26.5 On-Line Submission The On Line Submission will have the following activities: i) ii) iii) iv) v)

Submission of digitally signed copy of Tender Documents/ Addendum Submission of Acceptance/Rejection of General Terms & Conditions Submission of Acceptance/Rejection of Special Terms & Conditions Submission of particulars of EMD Submission of Technical Part as under: -

Submission of Electronic Form (Mandatory) Submission of Main Bid (Mandatory) Submission of Bid Annexure (Optional)

Technical Part must contain the following which is required to be submitted in the Main Bid/Bid Annexure: a) Duly filled in Bid Submission Form as per Section – 9 b) Statement showing Clause by Clause Compliance to all Terms & Conditions of all the Sections of the Tender. c) Scanned copy of Documentary Evidence of Eligibility Criteria d) Technical Offer e) Data Sheet f) Product Brochure g) Un-priced Bid Schedule as per Section-5 h) Any other supporting documents the bidder wishes to submit as a part of Technical Offer vi)

Submission of Financial Part as under: -

Submission of Electronic Form (Mandatory) Submission of Main Bid (Mandatory) Submission of Bid Annexure (Optional)

Financial Part must contain the Price Bid Schedule as per Section-5. The entire bid-submission as above would be online on ETS. Page 12 of 51

2.26.6 Offline Submissions: The bidder is requested to submit the following documents offline (i.e. physically) to GGM (MM), TCIL Bhawan, 4th Floor, Greater Kailash-I, New Delhi-110 048 before the due date & time of submission in a Sealed Envelope, the envelope shall bear, the Tender No. & Description and the words ‘DO NOT OPEN BEFORE’ (due date & time): i)

ii)

EMD/Bid Security (Original) for Rs. 50,000/- by Demand Draft in favour of “Telecommunications Consultants India Ltd.” / Bank Guarantee in the prescribed format from a scheduled bank from its branch at Delhi/New Delhi. Tender Fee of Rs. 400/- by Demand Draft in favour of “Telecommunications Consultants India Limited” payable at New Delhi.

2.26.7 Special Note on Security of Bids Security related functionality has been rigorously implemented in ETS in a multidimensional manner. Starting with 'Acceptance of Registration by the Service Provider', provision for security has been made at various stages in Electronic Tender's software. Specifically for Bid Submission, some security related aspects are outlined below: As part of the Electronic Encrypter™ functionality, the contents of both the ‘Electronic Forms’ and the ‘Main-Bid’ are securely encrypted using a Pass-Phrase created by the Bidder himself. Unlike a ‘password’, a Pass-Phrase can be a multi-word sentence with spaces between words (eg I love this World). A Pass-Phrase is easier to remember, and more difficult to break. It is recommended that a separate Pass-Phrase be created for each Bid-Part. Typically, ‘Pass-Phrase’ of the Bid-Part to be opened during a particular Online Public Tender Opening Event (TOE) is furnished online by each bidder during the TOE itself, when demanded by the concerned Tender Opening Officer. A bid cannot be opened without a correct Pass-Phrase. It may also be noted that if a bidder fails to furnish the correct Pass-Phrase during the TOE of Technical Part, the bid shall be rejected. If the bidder fails to furnish the correct PassPhrase during the TOE of Financial Part, not only shall the bid be rejected but also the EMD shall be forfeited. There is an additional protection with SSL Encryption during transit from the client-end computer of a Supplier organization to the e-tendering server/ portal. 2.26.8 Online Public Tender Opening Event (TOE) ETS offers a unique facility for ‘Online Public Tender Opening Event (TOE)’. Tender Opening Officers as well as authorized representatives of bidders can attend the Online Public Tender Opening Event (TOE) from the comfort of their offices. For this purpose, representatives of bidders (i.e. Supplier organization) dully authorized are requested to carry a Laptop and Wireless Connectivity to Internet. Every legal requirement for a transparent and secure ‘Online Public Tender Opening Event (TOE)’ has been implemented on ETS. As soon as a Bid is decrypted with the corresponding ‘Pass-Phrase’ as submitted online by the bidder himself (during the TOE itself), salient points of the Bids are simultaneously Page 13 of 51

made available for downloading by all participating bidders. The tedium of taking notes during a manual ‘Tender Opening Event’ is therefore replaced with this superior and convenient form of ‘Online Public Tender Opening Event (TOE)’. ETS has a unique facility of ‘Online Comparison Chart’ which is dynamically updated as each online bid is opened. The format of the chart is based on inputs provided by TCIL for each Tender. The information in the Comparison Chart is based on the data submitted by the Bidders. A detailed Technical and/ or Financial Comparison Chart enhances Transparency. Detailed instructions are given on relevant screens. ETS has a unique facility of a detailed report titled ‘Minutes of Online Tender Opening Event (TOE)’ covering all important activities of ‘Online Tender Opening Event (TOE)’. This is available to all participating bidders for ‘Viewing/ Downloading’. 2.26.9 Other Instructions For further instructions, the Bidder should visit the home-page of the portal (https://www.tcil-india-electronictender.com), and go to the User-Guidance Center The help information provided through ‘ETS User-Guidance Center’ is available in three categories – Users intending to Register / First-Time Users, Logged-in users of Buyer organizations, and Logged-in users of Supplier organizations. Various links are provided under each of the three categories. Important Note: It is strongly recommended that all authorized users of Supplier organizations should thoroughly peruse the information provided under the relevant links, and take appropriate action. This will prevent hiccups, and minimize teething problems during the use of ETS. The following ‘FOUR KEY INSTRUCTIONS for BIDDERS’ must be assiduously adhered to: i)

Obtain individual Digital Signature Certificate (DSC or DC) well in advance of tender submission deadline on ETS Register your organization on ETS well in advance of tender submission deadline on ETS Get your organization’s concerned executives trained on ETS well in advance of tender submission deadline on ETS Submit your bids well in advance of tender submission deadline on ETS (There could be last minute problems due to internet timeout, breakdown, etc.) While the first three instructions mentioned above are especially relevant to first-time users of ETS, the fourth instruction is relevant at all times.

ii) iii) iv)

2.26.10

Minimum Requirements at Bidders end    

Computer System with good configuration (Min P IV, 1 GB RAM, Windows XP SP3 ) Broadband Internet Connectivity. Microsoft Internet Explorer 6.0 or above Digital Certificate(s)

Page 14 of 51

2.26.11

Bidders Training Program One day training (10:00 hrs. to 17:00 hrs.) is arranged on payment basis which is scheduled on 19-06-2012 at TCIL Bhawan, Greater Kailash-I, New Delhi-110048. Training is optional. Bidders opting for Training shall have to pay Rs. 2,500 + Service Tax @12.36% by Demand Draft in favour of “Telecommunications Consultants India Limited” payable at New Delhi and are required to carry a Laptop with device for Wireless Connectivity to Internet as TCIL will not provide Internet connectivity to the trainees. Bidders are required to inform number of participants from their organization latest by 15-06-2012 at 17:00 hrs to the email-id of e-Tendering Helpdesk mentioned in the Contact Information given in Section 1.

-END OF SECTION 2-

Page 15 of 51

SECTION - 3 Tender No.: TCIL/15/1363/I/11-MM/02E

May 31, 2012

GENERAL (COMMERCIAL) CONDITIONS OF THE CONTRACT 3.1

PRICE APPLICABILITY Prices in the Purchase Order shall remain valid for the period of delivery schedule or extended delivery schedule. In case of delayed supplies, after delivery period, the advantage of reduction of taxes/duties shall be passed onto the Purchaser and no benefit of increase will be permitted to the Supplier.

3.2

STANDARDS The goods supplied under the contract shall conform to the standards mentioned in the Technical Specifications.

3.3

PATENT RIGHTS The Supplier shall indemnity the Purchaser against all third party actions/claims of infringement of patent, trademark or industrial design rights arising from the use of goods or any part thereof.

3.4

PERFORMANCE SECURITY

3.4.1 Within 10 days of the Supplier’s receipt of Letter of Intent (LOI)/P.O., the Supplier shall furnish a Performance Security for the amount specified in special condition of the tender in the form of a Bank Guarantee issued by a schedule Bank from its branch in Delhi in the prescribed format given in this tender. 3.4.2 The proceeds of the Performance Security shall be payable to the Purchaser as compensation for any loss resulting from the Supplier’s failure to complete its obligations under the contract. 3.4.3 The Performance Bond shall be in the form of bank guarantee issued by a scheduled bank situated in india and the form provided by TCIL . 3.4.4 The Performance Bond will be discharged by the Purchaser after completion of the supplier’s obligations including any warranty obligations under the contract. 3.4.5 As regards validity of PBG, please refer to Special Conditions of the contract (Section-4). 3.5

INSPECTION AND TESTS

3.5.1 The Purchaser or its representatives or ultimate client shall have the right to inspect and test the goods for their conformity to the specifications. The Purchaser may also appoint an agency for this purpose. The technical specifications shall specify what inspection and tests the Purchaser requires and where they are to be conducted. Where the Purchaser decides to conduct such tests on the premises of the Supplier, all reasonable facilities and assistance like testing instruments and other test gadgets including access to the drawings and production data shall be furnished to the Inspector free of costs. In case the tested goods fail to conform to the specifications, the Inspector may reject them and the Supplier shall Page 16 of 51

either replace the rejected goods or make alteration necessary to meet the specifications requirements free of cost to the Purchaser. 3.5.2 Notwithstanding the pre-supply tests and inspections, the material on receipt in the Purchaser’s premises shall also be tested and if any material or part thereof is found defective, the same shall be replaced free of cost to the Purchaser. If any material before it is taken over is found defective or fails to fulfill the requirements of the contract, the Inspector shall give the Supplier notice setting forth details of such defects or failures and the Supplier shall make the material good or alter the same to make it comply with the requirements of the contract and in any case within a period not exceeding 2 months of the initial report. These replacements shall be made by the Supplier, free of the all charges, at the site(s). 3.5.3 As regards Inspecting Authority and other details please refer to Special Condition of the Contract (Section-4). 3.6

TRAINING (WHERE REQUIRED)

3.6.1 The Bidder shall provide training for installation and maintenance staff of the Purchaser free of cost, where required. 3.6.2 The Bidder shall specify in his bid the number of trainees, quantum of proposed training, pre-training qualifications required of the trainees and the duration of the proposed training required. 3.6.3 The Bidder shall provide all training materials and documents and aids. 3.6.4 Conduct of training of the Purchaser’s personnel shall be at the suppliers’ plant and/ or onsite in assembly start-up operation, maintenance and/or repair of the supplied goods. 3.7

WARRANTY

3.7.1 The Supplier shall give warranty that goods to be supplied shall be new and free from all defects and faults in material, workmanship, and manufacture and shall be of the highest grade and consistent with the established and generally accepted standards for materials of the type ordered and shall perform in full conformity with the specifications and drawings. The Supplier shall be responsible for any defects that may develop under the conditions provided by the supplier and under proper use, arising from faulty materials, design or workmanship such as corrosion of the equipment, inadequate contact protection, deficiencies in circuit design and or otherwise and shall remedy such defects at his own cost when called upon to do so by the Purchaser who shall state in writing in what respect goods are faulty. This warrantee shall survive inspection or payment for, and acceptance of goods, after the goods have been taken over. However the warranty period specified, if any, in the Special Condition of Contract (Section – 4) the same shall rule. 3.7.2 If it becomes necessary for the supplier to replace or renew any defective portion/portions of the equipment under this clause, the provisions of the clause shall apply to the portion/portions of equipment’s replaced or renewed or until the end of the abovementioned period of sixty months, whichever may be later. If any defect is not remedied within a reasonable time, the Purchaser may proceed to get the work done at the Supplier’s risk and expenses, but without prejudice to any other rights which the Purchaser may have against the Supplier in respect of such defects. Page 17 of 51

3.7.3 Replacement under warranty clause shall be made by the Supplier free of all charges at site including freight, insurance and other incidental charges. 3.8

CHANGE ORDERS

3.8.1 The Purchaser may at any time by written order given to the Supplier make changes within the general scope of the contract in any one or more of the following:a) b)

Drawings, designs or specifications where goods to be furnished under the contract are to be specifically manufactured for the Purchaser. Method of transportation or packing.

c)

Place of delivery.

d)

Services to be provided by the supplier.

3.8.2 If any such change causes an increase or decrease in the cost or the time required for the execution of the contractor, an equitable adjustment shall be made in the contract price or delivery schedule or both and the contract shall accordingly be amended. 3.9

SUB-LETTING The Bidder cannot assign or transfer and sub-contract its interest/ obligations under the contract without prior written permission of the Purchaser.

3.10

LIQUIDATED DAMAGES

3.10.1 The date of the delivery of the goods/services stipulated in the acceptance of tender should be deemed to be the essence of the contract and the delivery must be completed not later than the dates specified therein. Extension in delivery period will not be given except in exceptional circumstances. Should, however, deliveries be made after expiry of the contract delivery period and accepted by the consignee, such deliveries will not deprive the Purchaser of the right to recover Liquidated Damages. 3.10.2 In case the Supplier fails to supply the goods/services against the order, the same shall be procured from other suppliers at the cost and risk of the Supplier and the excess money will be recovered from any dues of the party. 3.10.3 For late deliveries, as liquidated damages, a sum equal to 2% of the price of any goods/services not delivered or total order value in case where part delivery is of no use to a Purchaser, for a week or part of a week subject to maximum limit of 10% of the total order will be recovered from the Supplier. The Purchaser also reserves the right to cancel the order in such cases and forfeit the EMD/Performance Bank Guarantee and may also debar the Supplier for future purchases. 3.10.4 LD can be recovered from any dues of the Supplier. 3.11

ARBITRATION

3.11.1 In case of Foreign Bidders Any dispute of differences arising out of the contract which cannot be amicably settled Between the supplier and the purchaser shall be decided as per arbitration rules of international chamber of commerce, Geneva. For arbitration, the venue shall be Geneva. Page 18 of 51

3.11.2 In the event of any dispute arising between TCIL and the Supplier in any matter covered by this contract or arising directly or indirectly therefrom or connected or concerned with the said contract in any manner of the implementation of any terms and conditions of the said contract, the matter shall be referred to the Chairman & Managing Director, TCIL who may himself act as sole arbitrator or may name as sole arbitrator an officer of TCIL notwithstanding the fact that such officer has been directly or indirectly associated with this contract and the provisions of the Indian Arbitration Conciliation Act, 1996 shall apply to such arbitration. The supplier expressly agrees that the arbitration proceedings shall be held at New Delhi. 3.11.3 The proceedings of arbitration shall be in English language: 3.11.4 In case any supplier wants to take the dispute to a court of law after arbitration award as aforesaid, it is clearly understood that only courts in Delhi shall have the Jurisdiction. 3.11.5 In case of Public Sector Undertaking/Government Departments In the event of any dispute or difference relating to the interpretation and application of the provisions of the contracts with any Public Sector Undertaking / Government Department, such dispute or difference shall be referred by either party for Arbitration to the sole Arbitrator in the Department of Public Enterprises to be nominated by the Secretary to the Government of India in-charge of the Department of Public Enterprises. The Arbitration and Conciliation Act, 1996 shall not be applicable to arbitration under this clause. The award of the Arbitrator shall be binding upon the parties to the dispute, provided, however, any party aggrieved by such award may make a further reference for setting aside or revision of the award to the Law Secretary, Department of Legal Affairs, Ministry of Law & Justice, Government of India. Upon such reference, the dispute shall be decided by the Law Secretary or the Special Secretary / Additional Secretary, when so authorized by the Law Secretary, whose decision shall bind the Parties finally and conclusively. The Parties to the dispute will share equally the cost of arbitration as intimated by the Arbitrator. 3.12

RISK PURCHASE

3.12.1 In the event of Supplier’s failure to execute the contract to the satisfaction of the Purchaser, the Purchaser reserves the right :

3.13

(a)

to reject any part of the Contract executed and withhold payment for such portion of the Contract till such time the defects are rectified to the satisfaction of the Purchaser.

(b)

to terminate the Contract by giving 2 weeks notice in writing without assigning any reason and to get the Contract executed by other agency at the risk and cost of the Supplier.

APPLICABLE LAWS This contract shall be interpreted, construed and governed by the laws of the Republic of India and the parties hereby submit to the exclusive jurisdiction of the Court at Delhi and to all Courts at Delhi having jurisdiction in appeal there from. Any dispute in relation to the contract shall be submitted to the appropriate Court of the Republic of India for determination. The parties to the contract shall continue to fulfill their respective obligations under the contract during the currency of the contract pending the final decision of the Court. Page 19 of 51

3.14

GENERAL LIEN Whenever under this contract any sum of money is recoverable from and payable by the Supplier, the Company shall be entitled to recover such sum by appropriating in part or in whole the security deposit of the Supplier, if a security is taken from the Supplier. In the event of the Security being insufficient or if no security has been taken from the Supplier, the balance or the total sum recoverable, as may be, shall be deducted from any sum due to the Supplier or which at any time thereafter may become due to the Supplier under this or any other contract with the Company. Should this sum be not sufficient to cover the full amount recoverable, the Supplier shall pay to the Company on demand the remaining balance due.

3.15

PACKING The supplier shall ensure that the Goods/Equipment is securely and adequately packed to ensure safe arrival at the destination fully withstanding all hazards such as rough handling etc. during transit.

3.16

REPLACEMENT OF DEFECTIVE EQUIPMENT

3.16.1 If any equipment or any part thereof, is found defective or fails to meet the requirements of the contract before it is accepted TCIL shall give the Supplier a notice setting forth details of such defects or failures and the Supplier shall forthwith arrange to set right the defective equipment or replace the same by the good one to make it comply with the requirements of the contract. This in any case shall be completed within a period not exceeding one month from the date of the initial report pointing out the defects. The replacement or rectification shall be made at site by the Supplier free of cost. Should the Supplier fail to do the needful within this stipulated time frame, the purchaser reserves the right to reject the equipment in full or in part and get it replaced at the cost of the Supplier. The cost of any such replacement made by the Purchaser shall be deducted from the amount payable to the Supplier against this purchase order. 3.16.2 If any equipment or part thereof is lost or rendered defective during transit, pending settlement of the insurance claim, fresh order shall be placed on the Supplier for such loss or defective equipment and the Supplier shall arrange to supply the same within three months of such order at the same prices and on the same general terms and conditions as mentioned in this purchase order. 3.17

FORCE MAJEURE If any time, during the continuance of this contract, the performance in whole or in part by either party under obligation as per this contract is prevented or delayed by reasons of any war or hostility, act of the public enemy, civil commotion, sabotage, fire, flood, explosion, epidemic, quarantine restrictions, strike, lockout or acts of God (hereinafter referred to “eventuality”), provided notice of happening of any such eventuality is given by either party to the other within 21 days of the date of occurrence thereof, neither party shall be reason of such an “eventuality” be entitled to terminate this contract nor shall either party have any claim or damages against the other in respect of such non-performance or delay in performance and deliveries under the contract. The contract shall be resumed as soon as practicable after such “eventuality” has come to an end or ceased to exist. In case of any dispute, the decision of CMD, TCIL, shall be final and conclusive, provided further that if the performance in whole or part of any obligation under this contract is prevented or Page 20 of 51

delayed by reason of any such eventuality for a period exceeding 60 days, either party may at its option, terminate the contract. Provided also that if the contract is terminated under this clause the Purchaser shall be at liberty to take over from the Supplier at a price to be fixed by the Purchaser, which shall be final, all unused, undamaged and acceptable materials, bought out components and other stores in the course of manufacture which may be in the possession of the Supplier at the time of such termination, or such portion thereof as the Purchaser may deem fit except such material, as the Supplier may, with the concurrence of the Purchaser, elect to retain. 3.18

TERMINATION FOR DEFAULT

3.18.1 The Purchaser, may, without prejudice to any other remedy for breach of contract, by written notice of default, sent to the Supplier, terminate this contract in whole or in part. a) b) c)

d)

if the supplier fails to deliver any or all the goods within the time period (s) specified in the contract, or any extension thereof granted by the Purchaser . if the Supplier fails to perform any other obligation(s) under the contract; and if the Supplier, in either of the above circumstances, does not remedy his failure within a period of 15 days (or such longer period as the Purchaser may authorize in writing) after receipt of the default notice from the Purchaser. On a notice period of 30 days.

3.18.2 In the event the Purchaser terminates the contract in whole or in part pursuant to above para the Purchaser may procure, upon such terms and in such manner as it deems appropriate, goods similar to those undelivered and the Supplier shall be liable to the Purchaser for any excess cost for such similar goods. However, the Supplier shall continue the performance of the contract to the extent not terminated. 3.19

TERMINATION FOR INSOLVENCY The Purchaser may at any time terminate the Contract by giving written notice to the Supplier, without compensation to the supplier if the supplier becomes bankrupt or otherwise insolvent as declared by the competent court provided that such termination will not prejudice or effect any right of action or remedy which has accrued or will accrue thereafter to the purchaser.

3.20

ADD ON ORDER TCIL reserves the right to place Add on order for additional quantity upto 25% of the original quantity at the same rate and terms & conditions of the purchase order within six months from the date of issue of purchase order.

3.21

REPEAT ORDER TCIL reserves the right to place Repeat Order for additional quantity upto 100% of the original quantity of the Purchase Order at the same rate, terms & conditions of the existing purchase order within six months from the date of completion of supplies.

3.22

In case of any conflict in any of the terms mentioned at Section-4, the same shall prevail over the terms mentioned in other sections. - END OF SECTION 3 Page 21 of 51

SECTION – 4 Tender No.: TCIL/15/1363/I/11-MM/02E

May 31, 2012

SPECIAL CONDITIONS OF CONTRACT 4.1

PRICE BASIS F.O.R TCIL BHAWAN, G.K. PART-I, NEW DELHI-110048. No ‘C’ Form will be issued by TCIL. Evaluation will be done on all inclusive prices.

4.2

PAYMENT TERMS 80% payment shall be made subject to the condition that the goods have been received in good condition, installed and working satisfactory. Balance 20% shall be payable after 30 days of satisfactory installation of Equipment/System at site. No payment will be made for goods rejected on testing.

4.3

SCOPE OF WORK Supply, Installation, Testing & Commissioning of Fire Alarm Detector System, Fire Suppression System, Fire Early Detection Agent and Rodent Management System.

4.4

PAYING AUTHORITY General Manager (LPF) 3rd Floor, TCIL Bhawan, G.K.-I New Delhi-110048

4.5

CONSIGNEE General Manager (Civil) 3rd Floor, TCIL BHAWAN, G.K.-I New Delhi-110048.

4.6

DELIVERY SCHEDULE Supply of all Equipment/deliverables to be made within 16 weeks from the date of issue of PO and Installation, Testing & Commissioning to be completed within a period of 2 weeks thereafter.

4.7

PERFORMANCE BANK GUARANTEE (PBG) The bidder is required to submit PBG for an amount equivalent to 10% of the P.O. value valid up to end of Warranty Period.

4.9

WARRANTY 3 (Three) year comprehensive warranty. - END OF SECTION 4 – Page 22 of 51

SECTION 5 Tender No.: TCIL/15/1363/I/11-MM/02E

May 31, 2012

BILL OF QUANTITY (BOQ) AND PRICE BID SCHEDULE

SUMMARY OF SYSTEMS Sr. No

DESCRIPTION

1

FM200 Gas Suppression System

2

Fire Alarm & Detection System

3

VESDA System

4

Rodent System

Amount (INR)

Supply Total Optional Item

Sr. DESCRIPTION 1 AMC for Year -1 2 AMC for Year-2 3 AMC for Year-3

Amount (INR)

Page 23 of 51

FM-200 GAS SUPPRESSION SYSTEM SITC of Following item DESCRIPTION Qty Units Unit Price INR

Sr. No 1

80 Ltrs. Cylinder / Valve Assembly

2

Dupont - FM 200 Agent Filled in above Cylinder (Kgs)

3

No.

170

Kgs

Accessories For Master Cylinder 3

Solenoid Actuator Assy 24V DC

2

No.

4

Manual Actuator

2

No

5

Discharge Hose

2

No

6

Master Cynder Adapter - ENOT

2

No

Acessories for Slave Cylinder 7

Pneumatic Actuator Assy

1

No

8

Pilot Hose Assy

1

No

9

Discharge Hose

1

No

Other Accessories 10

80 Ltrs. Cylinder Strap

6

Nos

11

Nozzles

6

Nos

12

Warning Sign Stickers

3

Nos

13

Manifold with 2 Check Valves

1

Nos

14

Discharge Pressure switch

2

Nos

15

Gas Release Module

2

No

Page 24 of 51

Amount INR

16

Manual Abort Switch

2

Nos

17

Manual Release Switch

2

Nos

18

Piping confirming to ASTM A 106 Gr.B Sch. 40 Seamless pipe standards (inclusive of accessories, supports, fittings)

1

Lot

10

Nos

19 20

Supply of 5 Kg Clean gas ( Halotron) portable fire extinguishers Installation Charges Total

Rs.

Page 25 of 51

-

FIRE ALARM AND DETECTION SYSTEM Sr.

DESCRIPTION

Qty

Units

No SITC Following Item Addressable Fire Alarm Control Panel with Repeater panel

1

No.

2

Photo electric smoke Detector

30

Nos.

3

Electronic Hooter

3

Nos.

4

Addressable Manual Call Point

3

No

5

Relay Module

2

Nos

6

Isolator Module

2

Nos

7

Response Indicator

10

Nos.

8 9

2C x 1.5 sq. mm FRLS Armoured Cable Cat 5 data cable wiring in PVC conduit from GF to Security post Installtion Charges Total

400

Mtr

100

Mtr

1

10

Page 26 of 51

Unit Price

Amount

INR

INR

VESDA SYSTEM Sr. No

Qty

Units

SITC of VESDA as per technical specification

2

No.

2

Self Contained Power Supply 30VDC with Enclosure and battery back up

2

No

3

Piping with all necessary accessories

2

Lot

4

Hooter

2

No

5

2C x 1.5 sq. mm FRLS Armoured Cable

2

Lot

6

Installtion Charges

2

1

DESCRIPTION

Unit Rate

Amount

Total

RODENT SYSTEM Sr. No

DESCRIPTION

Qty

Units

1

VHFO Master Console

2

No.

2

Transducers

20

No

3

Stand Bracket

2

Lot

4

Junction box for Transducers

16

No

5 6

Connecting Cables Installtion Chagres

2

Lot

Unit Rate

Sub Total

Amount

-

Note: The quantity mentioned above is estimated. Payment will be made based on the actual measurement. - END OF SECTION 5 – Page 27 of 51

SECTION – 6 Tender No.: TCIL/15/1363/I/11-MM/02E

May 31, 2012

TECHNICAL SPECIFICATIONS

INTRODUCTION TCIL datacenter is housing many online applications. TCIL intend to upgrade the datacenter physical Security i.e. automatic fire detection, alarm & fire suppression system, Aspiration Smoke Detection System and Rodent Control . for datacentre room and the UPS room. The details of TCIL datacenter and UPS Room are as under: Description

Length

Width

Height

(in mm)

(in mm)

(in mm)

UPS Room

7620

3200

4870

Data Center

7600

6550

3700

SCOPE OF WORK The tenderer is required to be undertaken the project on turn-key basis, taking total responsibility for various activities involved in realizing the "Automatic fire detection, alarm & fire suppression system, Aspiration Smoke Detection System & Rodent Control System " as per specification, (where ever relevant) design and engineering including software, sub-system procurement, system integration and installation and commissioning of whole system in the TCIL Datacenter, so as to meet the end objective and technical requirements as set out in the tender. The scope of work shall include the following. Automatic fire detection, alarm & gas based fire suppression system. a) Aspiration Smoke Detection System The specification broadly mentioned in ‘Sub Section -1’. b) Analogue Addressable Fire Alarm System The specification broadly mentioned in ‘Sub-Section-2’. c) Fire Suppression System The specification broadly mentioned in ‘Sub Section -3’.

Page 28 of 51

Rodent System. a) VHFO Based Rodent Control The Specification broadly mentioned in “Sub-Section-4”. SPECIFICATIONS This specification deals with general information and criteria for supply, installation, commissioning & testing of total security system in Datacenters, at TCIL Bhawan, GK I, New Delhi- 48. Sub Section - 1 1. ASPIRATION SMOKE DETECTION SYSTEM SCOPE OF WORK 1.1

This specification covers the requirements of design, supply of materials, installation, testing , and commissioning of Air sampling Smoke Detection System. The system shall include all equipment’s, appliances and labour necessary to install the system, complete with suitable highly sensitive technology providing sensitivity of the order of minimum 0.0015 – 20% obs/m or better with aspirators connected to network of sampling pipes.

1.2

Air sampling system is provided to give early warning of smoke in critical areas, ceiling high areas.

1.2. CODES AND STANDARDS 1.2.1 The entire installation shall be installed to comply with NFPA Standards, USA. 1.3. APPROVALS 1.3.1 All the equipments shall be tested, approved / listed by at least one of the following: (a) FM (b) UL 1.4. DETECTOR / AIR SAMPLING UNIT 1.4.1 The air sampling type very early smoke detection system shall detect the invisible by-products of materials, before getting degraded during the pre combustion stages of an incipient fire and shall actively and continuously sample the air and shall operate, independent of air movements. 1.4.2

The System shall consist of a highly sensitive BLUE LED providing sensitivity of the order of minimum 0.0015 – 20% obs/m or better using suitable smoke detector, aspirator, and filter. Page 29 of 51

1.4.3

It shall have a display featuring LEDs and Reset/Isolate button. The system shall be configured by a programmer that is either integral to the system, portable or PC based. The system shall allow programming of: a) Multiple Smoke Threshold Alarm levels. b) Time Delays. c) Faults including airflow, detector, power, a s p i r a t o r , filter block and network as well as an indication of the urgency of the fault. d) Configurable relay outputs for remote indication of alarm and fault Conditions.

1.4.4

It shall consist of an air sampling pipe network to transport air to the detection system, supported by calculations from a computer-based design modeling tool.

1.4.5

The offered device should utilize a 3 stage filtration. The sampled air should pass through an electronic particle separator which segregates large particles that are not associated with elements of combustion. The particle separator would require no cleaning or maintenance.

4.5

Once the sample air passes thro the particle separator it shall goes through a replaceable 30 micron filter to further strip nuisance based particles of the sample. The filter must be a disposable filter cartridge.

4.6

Finally it should utilize advanced algorithms to discriminate the samples detected by both detection sources based on particle size, color and signature

4.7

System Shall have the capability being remotely monitored over a TCP/IP over a handheld tablet PC / laptop (Ethernet enabled)

1.5. DETECTOR / AIR SAMPLING UNIT PERFORMANCE REQUIREMENTS 1.5.1

Shall provide very early smoke detection and provide multiple output levels corresponding t o Aler t , Act io n1, Action 2 and F ire 1 & 2 . These le ve ls shall be completely programmable.

1.5.2

The detectors shall have sensitivities ranging from 0.0015 – 20% obscuration /Meter or better.

1.5.3

Shall report any fault on the unit locally and shall have the facility to replicate the same on real time basis.

1.5.4

Shall monitor for filter contamination.

1.5.5

Shall incorporate a flow sensor in each pipe and provide staged airflow faults.

1.5.6

Shall have a clean air supply to maintain Aspiration Detection chamber clean all the time.

1.6 TECHNOLOGY 1.6.1 Both Light Scattering and Particle Counting shall be utilized in the device as Page 30 of 51

follows: a) The Aspiration Detection Chamber shall be of the mass Light Scattering type and capable of detecting a wide range of smoke particle types of varying size. A particle counting method shall be employed for the purposes ofI Preventing large particles from affecting the true smoke reading. II. Monitoring contamination of the filter (dust & dirt etc.) to notify automatically when maintenance is required. 1.6.2

The detector shall have learning tools for acclimatize itself to the surrounding conditions in which it is installed and shall thus be able to auto adjust its sensitivity to adapt to its environment over a 24 hours period. 1.7 DETECTORS SPECIFIC FEATURES 1.7.1

Detectors offering various covering areas shall be used depending on the area being protected. These detectors could be single for smaller areas and four pipes/channels for the large areas.

1.7.2

Each detector shall have following features per channel & zone: a) It shall have a display featuring LEDs. b) The system shall be configured by a programmer that is either integral to the system, portable or PC based.

1.7.3

The system shall allow programming of: a) Multiple Smoke Threshold Alarm Levels. b) Time Delays. c) Faults including airflow, detector, power, aspirator, filter block and network as well as an indication of the urgency of the fault. d) Configurable relay outputs for remote indication of alarm and fault Conditions. e) Shall report any fault on the unit using the fault relay. f. day/night , weekend settings to allow environmental changes

1.7.4

Shall provide very early smoke detection and provide multiple output levels corresponding to Alert 1, Alert 2, Action, Fire 1 & 2. These levels shall be programmable a) Shall report any fault on the unit by using configurable fault output relays and via the graphics Software. b) Shall monitor for filter contamination automatically. c) Shall incorporate a flow sensor in each pipe and provide staged airflow faults. d) Shall have a clean air supply to maintain Detection chamber clean all the time.

1.7.5

The detector should support individual pipe length of minimum 25 meters to maximum upto 80 meters depending on the area and application.

1.7.6

Each pipe should be capable of supporting minimum 30 air sampling holes.

1.7.7

The detector should have built-in event and smoke logging. It shall store smoke levels, alarm conditions, operator actions and faults. The date and time of each even shall be recorded. Each detector shall be capable of storing up to 18,000 events. Page 31 of 51

1.8. SOFTWARE 1.8.1 The software package shall centrally monitor and configure very early warning smoke detection and fire protection systems in multiple locations. 1.8.2

The software package shall be compatible with smoke detection and fire protection systems that are approved by global approvals bodies and meet all local codes.

1.8.3

The software shall consist of monitoring and configuration components. a) The configuration component shall allow users to configure detectors remotely by using a connected PC connected over TCP/IP. b) The monitoring component shall allow users to monitor individual detectors, multiple detectors connected over TCP/IP.

1.8.4

The software shall support multiple no of local and remote password based access control.

1.8.5

The software shall operate on Windows 7 latest version, having user friendly user interface.

1.8.6

The system shall be suitable for providing output in English languages.

1.8.7

The software shall connect directly to Air sampling network through necessary links and connectors. The work station shall interpret status change data, transmitted from ports and provide graphic annunciation, control history, logging and reports.

1.8.8

The software shall be able to connect directly to all Air sampling network interface unit connections, thereby providing an all-in-one monitoring solution: a) Using standard RS232 ports (or Ethernet) on monitoring and control systems, PCs using the software shall connect to and interpret status change data transmitted from the ports and provide graphic annunciation, control, history logging and reporting as specified herein. b) Network systems shall be able to interface, requiring the use of a “dry contact” or “voltage monitoring” interfaces to connect to interface module.

1.8.9

The software shall be compatible with minimum four alarm levels: a) Alert (Alarm Level 1) – may be used to activate a visual and audible alarm in the fire alarm control panel locations. b) Action 1 (Alarm Level 2) – may be used to activate the electrical/electronic equipment shut down relay and activate visual and audible alarms c) Action 2 – Alarm Level 3- May be used to activate the the electrical/electronic equipment shut down relay and activate visual and audible alarms. d) Fire 1 (Alarm Level 4) – may be used to activate an alarm condition in the Fire Alarm Control Panel to call the Fire Brigade and activate all warning systems. e) Fire 2 (Alarm Level 5) – may be used to activate a suppression system and/or other suitable counter measures (e.g. evacuation action or shutdown of Page 32 of 51

systems). 1.8.10

The system & Aspiration Unit shall be able to connect to remote sites viaTCP/IP

1.9

SYSTEM DESIGN

1.9.1

Sampling Pipe Network: The main sampling pipes shall be metallic/UPVC with internal diameter of at least 20mm and shall be identified as a Fire Detection Sampling Pipe at intervals not exceeding the NFPA/FIA guidelines for labeling pipe. The far end of each trunk or branch pipe shall be fitted with an end cap and drilled with a hole appropriately sized to achieve the performance as specified and as calculated by the system design. All joints shall be air tight and made by using solvent cement, except at entry to detector mounting box.

1.9.2

Sampling Point Network: Sampling holes of at least 2 mm diameter shall be separated by intervals of not more than 9 m along the length of the pipe. These intervals may vary according to calculations. Each sampling point shall be identified in accordance with NFPA. Consideration shall be given to local regulations and Manufacturer’s recommendations in relation to the number of sampling points and the distance of the sampling points from the ceiling or roof structure and forced ventilation systems.

1.9.3

Capillary Sampling Network: Where false ceilings/LT panels are installed, the sampling pipe shall be installed above the ceiling, and capillary sampling points shall be installed on the ceiling/ LT P anels and connected by means of a capillary tube. The minimum internal diameter of the capillary tube shall be 5 mm and the maximum length of the capillary tube shall be 3.5 m. The capillary tube shall terminate at a ceiling sampling point. The performance characteristics of the sampling points shall be taken into account during the system design. A conventional tee fitting with a 15 mm female port shall be provided in the main sampling pipe for each capillary sampling point.

1.10

SINGLE UNIT

CHANNEL-SINGLE ZONE AIR SAMPLING DETECTION

1.10.1

The unit should be complete with filters and associated electronics, programmable relays, on-board 18,000 event log memory, TCP/IP .

1.10.2

All the units shall provide potential free relay contacts for both trouble & alarm to interface with the Central Fire Alarm Panel and shall also be networkable over TCP/IP for remote monitoring & control.

1.11

INSTALLATION

1.11.1

The Contractor shall install manufacturers recommendation.

the

1.11.2

Where false ceilings are available, the sampling pipe shall be installed above the ceiling, and Capillary Sampling Points shall be installed on the ceiling and connected by means of a capillary tube. Page 33 of 51

system

in

accordance

with

the

1.11.3

The minimum internal diameter of the Capillary tube shall be 5mm, the maximum length of the capillary tube shall be 2m unless the manufacturer in consultation with the engineer have specified otherwise.

1.11.4

The Capillary tube shall terminate at a ceiling Sampling Point specifically approved by the Client. The performance characteristics of the sampling points shall be taken into account during the system design.

1.11.5

Air Sampling piping network shall be laid as per the approved pipe layout. Pipe work calculations shall be submitted with the proposed pipe layout design for approval

1.12

COMMISSIONING TEST

1.12.1

Commissioning of the entire installation shall be done in the presence of the ENGINEER INCHARGE

1.12.2

All necessary instrumentation, equipment, materials and labour shall be provided by the Contractor.

1.12.3

The Contractor shall record all tests and system calibrations and a copy of these results shall be retained on site in the system Log Book.

1.13

FUNCTIONAL TEST

1.13.1

Introduce Smoke into the Detector Assembly to provide a basic functional test.

1.13.2

Introduce smoke to the least favourable Sampling Point in each Sampling Pipe. Transport time is not to exceed 120 Sec’s.

Page 34 of 51

Sub Section - 2 2.

ANALOG ADDRESSABLE FIRE ALARM SYSTEM

2.1.0 SCOPE OF WORK 2.1.1 The scope of work shall include designing supplying and installing testing and commissioning of Analogue Addressable Fire Detection cum Alarm System with central monitoring system. This shall conform to relevant latest standards for fire alarm systems. 2.1.2 All wiring shall be done using 2 core x 1.5 sqmm PVC insulated armored copper cable. (FRLS). 2.1.3 OEM system should be approved by UL/FM. 2.2.0 FIRE ALARM CONTROL PANEL (FACP) 2.2.1 This is a microprocessor-based panel which shall be connected to the various detectors/devices by means of 2 wire loops. 2.2.2 The Fire alarm control panel shall be able to supervise individual detectors for proper performance as well as to give pinpoint location of fire alarm. 2.2.3 The panel shall have hooter alarm . 2.2.4 The panel shall also have the facility for automatically dialing select phone numbers in case of fire. 2.2.5 Loop a. A loop shall mean a 2-wire circuit connecting minimum 30 addressable detectors and 30 addressable modules. b. The loop card shall have built-in circuit isolator to accommodate Class ‘A’ wiring. c. The loop cards shall be of modular construction. d. The panel must have 2 loop card 2.2.6 Addressable Devices This term indicates the complete group of addressable devices such as detectors, Manual call Stations, addressable output/input modules etc. 2.2.7 Detectors a. The Detector shall be analog addressable type. b. The chamber should be easily removable for the purpose of easy maintenance. c. The address programming shall be done by a Base/detector or from the Fire alarm control panel. d. The detectors shall have a common base to allow easy interchange of various types of detectors. 2.2.8 Manual Call Station a. The Manual Call Station shall be addressable type with input modules to define the device/location. b. The Manual call station shall be breakable type with suitable protection and base box. . Page 35 of 51

2.2.9 Input Module a. The input modules shall be of dual/single point type. b. The dual channel module shall be selectable for Normally Open or closed. 2.2.10 Fault Isolator a. This unit shall be placed on the loop preferably between devices and shall be able to isolate electrical short circuit in the wiring. b. All the other detectors shall remain functional because of the Class A wiring of the loop. c. The isolator shall not utilize an address and shall be built into the detector base wherever required. 2.2.11 Sounders a. The sounders shall be of addressable type/connected by addressable module/ panel. b. The sounders shall derive power from separate cable with voltage adopter/panel. c. It shall be capable of being directly mounted on the wall/ceiling or along with the detector. d. The sounder shall have an output of atleast 85 db at 1 mtr. The sounder shall be programmed to get activated in event of an alarm from a single detector/device or a group of detectors/ devices. 2.3.0 FIRE ALARM SYSTEM 2.3.1 The Fire Alarm System shall give Audio/Visual Alarm Signals when the temperature in case of Heat Detector or smoke density exceeds the pre-set limit. 2.3.2 The system shall give pinpoint location of fire with warning system. 2.3.3 The voice communication for commands and instruction shall be given to PA system console. 2.3.4 The system shall have a microprocessor-based control and monitoring facility. 2.3.5 It shall be possible to program each loop with up to minimum 30 addressable detectors, and 30 addressable modules. 2.3.6 Annunciation facility shall also be inbuilt into the Fire alarm control panel, the panel being able to initiate alarm signal for any particular zone. 2.3.7 The system shall be fully supervised for all fault conditions with distinctive alarm operated for fault and fire conditions. 2.3.8 Test buttons and software features shall be provided to test the electronic circuits and detector health. 2.3.9 In case of Fire in an area handled by Fire suppression system the Fire alarm control panel shall be able to actuate fire suppression system 2.3.10 The system shall be based on an open protocol to ensure flexibility. 2.4.0 FIRE ALARM CONTROL PANEL 2.4.1 The Fire Alarm Control Panel shall be micro processor based fully Analogue Addressable, Analogue Control Unit with centralized monitoring which shall control all Analogue Addressable Detectors, Manual Call Stations and Switching Systems (for actuating Fire Page 36 of 51

suppression system) connected with IP card output for communication with other panel and central control station (CCS). 2.4.2 All addressable units shall be connected to the Fire alarm control panel through the Loop Cards and shall be addressed through individual numbers. The Fire alarm control panel shall be able to obtain analogue value for all detectors in the circuit through a pulsed digitalized current data. The Fire alarm control panel shall be able to analyses all analogue inputs from all addressable units, and through its own software and ambient level screening the Fire alarm control panel shall be able to identify fire, possible fire or fault conditions. The unit supervision shall be dynamic and continuous. 2.4.3 All the events occurring anywhere in Datacenter and UPS room shall be captured in the Main Fire alarm panel provided in the UPS room and repeater panel or should be able to communicate with exiting panel at Data Center. 2.4.4 The Fire alarm control panel shall also give adequate warning signal whenever there is dust accumulation in detectors. It should be possible to change the level of ambient alarm calibration condition by the use of software program. 2.4.5 Short / Open circuit fault shall also be reported at the Fire alarm control panel. In such cases, the system through the use of fault isolators shall be able to isolate that segment. The missing Detectors/Devices shall also be reported at the Fire alarm control panel with identification of the location. 2.4.6 The Fire alarm control panel shall have the facility to set each smoke sensor sensitivity . It shall also be possible to set the sensitivity to a high level or low level based on night or day time.(time based sensing) 2.4.7 When an alarm condition is sensed at the Fire alarm control panel from a smoke or heat detector, a delay time/alarm verification period shall be started. If the sensor is still in alarm after the delay time expires, an alarm condition is reported. The delay time shall be adjustable from 0 to 990 sec’s. 2.4.8 The Fire alarm control panel shall have the facility to perform walk test. 2.4.9 In the walk test mode, the performance of each device is checked out by initiating the device. 2.4.10 As each device is placed into alarm the Fire alarm control panel shall print the condition and automatically reset the device. 2.4.11 Audible devices shall be initiated, if required at a preprogrammed time. 2.4.12 If a zone is inadvertently left in walk test mode, it shall automatically reset to normal after the idle time is exceeded. 2.4.13 During the walk test the zones other than the programmed zones shall be under continuous supervision (normal mode). 2.4.14 In case of any alarm initiated by detector/devices the walk test shall get terminated automatically. Page 37 of 51

2.4.15 Programming functions shall include alarm/trouble type assignment, point descriptor assignment, alarm message assignment, etc. 2.4.16 Programming shall be carried out from the Fire alarm control panel keyboard or utilizing the authorized laptop/desktop computer software. Fire alarm panel 2.4.17 The Fire alarm control panel shall have a Liquid Crystal Display of Alphanumeric type. 2.4.18 In case of testing of the system from the Fire alarm control panel the Display shall be able to give readouts of analogue value of all detectors being tested. 2.4.19 The Fire alarm control panel shall also be able to carry out continuous self monitoring when in normal condition. 2.4.20 The Fire alarm control panel shall have either an in-built or external printer coupled to the Fire alarm control panel, which shall log all events with time. 2.4.21 The printout shall clearly indicate the event - Fire/Pre Alarm/Fault etc. With the unit address and time. 2.4.22 The Fire alarm control panel shall also be able to discriminate between false alarms and fire conditions. 2.4.23 The Fire alarm control panel shall carry out priority selection of alarm in case alarm activities in two or more remotely located units simultaneously. In such cases, the manual call stations shall have the highest priority. 2.4.24 The System shall be failuresafe and adequate safe guards should be ensured that in the event of a failure of a part of the System it shall not handicap the complete System. 2.4.25 The agency shall be responsible for preparation and installation of System Software into the Fire Alarm Control Panel. 2.4.26 The Software shall be user friendly.Fire Alarm panel shall be IP/ TCP, so that it be monitored from remote location on any PC/ laptop 2.4.27 The system shall be secured against Software errors. 2.4.28 The system shall have the ability to be upgraded so as to incorporate more features at a later date. 2.4.29 The Fire alarm control panel shall have its own Battery Backup of a minimum of 24 hours in normal run and then half an hour in alarm condition. 2.4.30 The voltage rating shall be from 14V DC to 31V DC, though the voltage may be change. 2.4.31 The Fire alarm control panel shall be totally enclosed dust and vermin proof type made of minimum 13 gauge dust inhibited sheet with even baked finish. The Fire alarm control panel shall be of completely solid state design. 2.4.32 The Fire alarm control panel shall have UL/ FM approval. 2.4.33 The system shall be designed such that it shall be possible to add atleast 20% of the Detectors for future expansion without extra cost on the panel. 2.4.34 The Fire alarm control panel shall have provision for interfacing with the Public Address System.ire alarm control panel shall be able to call four telephone numbers per channel. The fire alarm panel should be provided with IP integration card

Page 38 of 51

2.5.0 ADDRESSABLE DETECTORS A

Multi sensor Detector

2.5.1 All detectors shall be fitted with plug-in system type, from the maintenance and compatibility point of views. An alarm condition should not affect a detector’s good functioning. After resetting the alarm, the detector shall resume operations without readjustment of any kind. 2.5.2 The detector shall have a Multisensor type integrates photoelectric smoke and fixed temperature heat sensing technology. It shall be possible to use a single detector type for both above and below false ceiling applications. The detector shall be capable of detecting fast flaming fires and slow smoldering fires equally well. The detector shall therefore be a multi technology detector or shall be of unique design whereby a single type/model can be used in applications where either ISD/OSD would be normally used. 2.5.3 The detector shall be able to sense incipient fire by detecting the presence of visible and invisible products of combustion. The detector shall be suitable for low voltage (between 13 to 31V DC) two wire supply. The detector shall be provided with Single/Twin LED indication. The sensitivity of the detector shall not vary with change in ambient temperature, humidity, pressure or voltage variation, air currents and should not trigger the false alarm due to the above condition. 2.5.4 The detector shall be suitably protected against dust accumulation/ ingress. The detector shall be free from maintenance and functionally tested at periodic intervals.All detectors shall be identical in construction design and characteristic to facilitate easy replacement and interchangeable by suitable programming. 2.5.5 The coverage per smoke detector shall strictly follow relevant standards. It shall be possible to connect Smoke Detector with Heat Detector or Manual Push Button in the same circuit. The sensitivity of detector shall be set from the Fire alarm control panel to suit the site requirement. B

Heat Detector

2.5.6 Heat detector shall go into the alarm mode when the temperature reaches 34degree Centigrade in normal course. The operator (users) shall have the option of calling up the temperature measured by the specific detector as and when required. 2.5.7 It shall have in-built locking mechanism to check the removal and pilferage of the detector. The quiescent current flow must not exceed 400 micro amps and alarm condition current shall be maximum 40 mille amps.

Page 39 of 51

2.5.8 The heat detector shall be Analogue Addressable type and be able to send analogue output to the Fire alarm control panel regarding its condition. It shall be able to communicate with the Fire alarm control panel by the pulses emitted from the Fire alarm control panel. The detector should be addressed through base/detector and address stored in a non-volatile memory within the sensor or by a decade switch. 2.5.9 The base of the Detector shall be electronics free and interchangeable with other smoke or heat detectors. The enclosure shall meet as per the relevant protection grade. The voltage rating shall be between 15V -30V DC though the voltage may be changed depending upon the working voltages of a proprietary FACP. 2.5.10 The Detector shall have UL /FM approval. It shall be possible to test the Detectors working both from the FACP as well as locally. 2.5.11 The detector shall have twin LED’s/Single LED for 380/180 degree viewing angle. LED on the detector shall blink each time the sensor is scanned by the Fire alarm control panel. If the Fire alarm control panel determines that the sensor is in alarm, the Fire alarm control panel will command the sensor LED to remain on to indicate the same. Each sensor shall be capable of being tested for alarm via command from the Fire alarm control panel. Each sensor shall respond to Fire alarm control scan with the information about its type for identification. 2.6.0 MANUAL CALL STATIONS 2.6.1 The Manual call station shall be breakable type with suitable protection and base box. The device shall be red in colour and suitable for surface or flush mounting. Manual stations shall be interface able to an addressable input module. The manual station shall have normally open fire alarm and enunciator contacts and these contacts shall close on activation. Contacts shall remain closed until station is manually reset. 2.6.2 The Manual Call Station shall be fully addressable with its own addressable module and operated by digitized signals from the FACP. The voltage range shall be from 13V -31V. It shall have protection as per relevant standard. 2.7.0 SOUNDER 2.7.1 The sounder shall be addressable electronic type and shall give discontinuous/ intermittent audible alarm whenever any detector or call box operates. 2.7.2 The sounder shall be powered from Main Fire alarm control panel through separate 2 wire cable. 2.8.0 FIRE ALARM SYSTEM TESTING 2.8.1 Fire Alarm Control Panel a. The FACP shall be visually checked for input voltage and ampere. All zones one by one shall be de wired to check for fault signal indication in the FACP. Page 40 of 51

b. The Power Source shall be cut off and checked for stand by Supply from the Batteries. After six hours the FACP Source shall be switched on to check for auto switch over to the Mains mode. c. Tests shall be conducted for AC fail, charger fail, DC fail, Battery Disconnect or Battery fail. In all such cases the relevant LED should glow and the piezo sound shall also give sound output. d. Low battery indication, fault indication should be made available at the panel. 2.8.2 Smoke Detector a. The testing shall be carried out for each loop / zone. b. Initially one detector in a zone and subsequently 2 or more disassociated detectors in each zone shall be tested for Alarm Priority, Alarm Queuing and Call Logging with time lapse between detectors. c. An identified detector shall be subject to smoke aspiration from burning paper/cigarette puffs, rubber and other materials which give dense smoke held at 0.3 M distance from the detector. d. The FACP should indicate increased analogue output for that address and after the programmed delay time, a fire alarm signal shall be indicated. This delay shall be utilized for alarm verification. 2.8.3 Heat Detector a. The same tests in the same sequence shall be carried out for this detector but with the application of hot air from a hair dryer. 2.8.4 Combined Test a. The combined test shall be in combination of Photoelectric / Heat Detectors simultaneously with time lapse between application of smoke or heat or as Additional Test 2.8.5 Additional Test a. One detector of each type will be disconnected and subjected to slow dust build - up by means as desired by the Consultant/client and again connected in the circuit. b. Any part of the Loop shall be short circuited. The FACP shall indicate the communication failure of all the devices connected in the short circuited segment. c. After the short circuit is corrected, the Fault Isolator shall return to its normal status automatically, this being reflected in the FACP. d. The Loop shall then be in normal operation again. Any part of the Loop shall be de wired and tested as given above for open fault. 2.8.6 All other tests as required by the client at the time of handing over shall also to be conducted. 2.8.7 All fire alarm system i.e Addressable panel , Smoke detector, Hooter ,manual call point should be of same make . Master and slave actuater also be of same make

Page 41 of 51

Sub Section - 3 3.

HFC 227ea GAS SUPPRESSION SYSTEM

3.1

SCOPE OF WORK

3.1.1 The scope of work shall include designing supplying and installing testing and commissioning of (FE-227) Clean Agent Based Fire Suppression System. It shall be used as a standard for the system Equipment, System Installation and Acceptance testing. 3.1.2 Mandatory Bidding Requirements 3.1.3 The Bidder shall be any one of the approved Distributors or their Authorized Partners or Original Equipment Manufacturer (OEM) for FE-227 equipment, authorized and certified by parent companies i.e., FE-227, to manufacture and market their Fire Protection Systems. 3.1.4 Bidder should have Authorisation Certificate from Indian distributors of the OEMs. The Indian distributor shall have an established relationship with the OEM, quantifiable by a track record in terms of jobs executed using the OEM’s systems. The Indian distributor should have held the distributorship for at least for 36 Months years prior to the award of this particular contract. 3.1.5 The Bidder should have received Technical training on HFC – 227ea systems from the principal, and training certificates to this account from the principals should be submitted. 3.1.6 The OEM system should be approved by UL / FM. The Indian Distributor shall have in India, a Chief Controller of Explosives, Nagpur Certified HFC – 227ea refilling station. 3.2

Specific Technical Requirements:

3.2.1 The Storage Container offered shall be of Seamless type meant for exclusive use in HFC – 227ea systems. Welded cylinders are not permitted. 3.2.2 The Seamless storage cylinder shall be approved by Chief Controller of Explosives, Nagpur and shall have NOC from CCOE, Nagpur for import of the same. Documentary evidence to be provided for earlier imports done by the Indian bidder. 3.2.3 The storage pressure in the cylinders will be 25 bars (360 psig) 3.2.4 The Valve operating actuators shall be of Electric (Solenoid) type. The actuators should be capable of being functionally tested for periodic servicing requirements 3.2.5 The individual cylinder bank shall also be fitted with a manual mechanism operating facility that should provide actuation in case of electric failure. This mechanism should be integrated as part of the actuator. 3.2.6 The system flow calculation shall be carried out on software, suitable for the Seamless Steel Cylinder being offered for this project. 3.2.7 Bids will be submitted with the piping layout and pressure drop software calculations. 3.3

GENERAL TECHNICAL REQUIREMENTS.

3.3.1 The designer shall consider and address possible Fire hazards within the protected volume at the design stage. The delivery of the FE – 227 system shall provide for the highest degree of protection and minimum extinguishing time. The design shall be strictly as per NFPA standard NFPA 2001. Page 42 of 51

3.3.2 The suppression system shall provide for high-speed release of FE – 227 based on the concept of total Flooding protection for enclosed areas. A Uniform extinguishing concentration shall be 7% (v/v) of FE – 227 for 70 deg F, or higher as recommended by the system / agent manufacturer. 3.3.3 The system discharge time shall be 10 seconds or less, in accordance with NFPA standard 2001. 3.3.4 Sub floor and the ceiling void to be included in the protected volume. 3.3.5 The FE – 227 Fire Suppression System shall include an addressable detection and control system provision for both pre-alarm and automatic agent release. 3.3.6 The FE – 227 system to be supplied by the bidder must satisfy the various and all requirements of the Authority having Jurisdiction over the location of the protected area and must be in accordance with the OEM’s product design criteria. 3.3.7 The detection and control system that shall be used to trigger the suppression shall employ cross zoning of photoelectric smoke detectors. A single detector in one zone activated, shall cause an alarm signal to be generated. Another detector in the second zone activated, shall generate a pre-discharge signal and start the pre-discharge condition. 3.3.8 The discharge nozzles shall be located in the protected volume in compliance to the limitation with regard to the spacing, floor and ceiling covering etc. The nozzle locations shall be such that the uniform design concentration will be established in all parts of the protected volumes. The final number of the discharge nozzles shall be according to the OEM’s patented and certified software. 3.3.9 The gas shall be stored in seamless storage containers complying with SMPV rules set out by Chief Controller of Explosives, Nagpur, India. The bidder shall be required to produce a NOC from the Chief Controller of Explosives, Nagpur for the storage containers against the cylinder identification numbers punched on them. 3.3.10 Welded cylinders for agent storage will not be acceptable – NOR shall be such seamless cylinders and cylinder manufacturers, that do not already have the approval of Chief Controller of Explosives, Nagpur. 3.3.11 FE – 227 shall be discharged through the operation of an Electric (solenoid) operated device or pneumatically operated device, which releases the agent through a valve. 3.3.12 Systems that employ explosive or pyrotechnic devices for FE – 227 discharge shall not be permitted. 3.3.13 The valve will be of such a design that there are no moving parts to avoid leakage in field. 3.3.14 All system components shall be New and of Current Manufacture and shall be installed in accordance with local codes. Valve design should be such that, pressure losses during discharge is minimum and fill density should be minimum 1 (e.g.80 ltr cylinder should accommodate minimum 80 kg gas) so as to keep minimum hardware 3.3.15 The suppression agent shall be UL and FM component recognized. The hardware ( Actuators ,hoses,etc ) should be strictly FM approved and FM certificates are to be produced . 3.3.16 The bidder shall provide all documentation such as Cylinder Manufacturing Certificates. Test and Inspection Certificates and Fill Density Certificates. 3.3.17 The extinguishing system shall include the following components: 

Agent storage container with cylinder valve, pressure gauge, FE – 227 agent. Page 43 of 51



Discharge nozzle(s).



Solenoid valve(s) and Pneumatic Actuator(s).



Mounting brackets.



Discharge hoses.



Check valves,



Inter-connecting Actuation hoses



Manifolds and piping with fittings.



Any other required for the completeness of the system.



Flooding should be done Automatically, Manually and mechanically

3.3.18 The FE - 227 discharge shall be activated by an output directly from the Gas Release control panel, which will activate the solenoid valve. FE - 227 agent is stored in the container as a liquid. 3.3.19 The releasing of FE - 227 Cylinder(s) shall also be possible through direct mechanical actuation, providing a means of discharge in the event of total electrical malfunction. 3.3.20 FE - 227 storage cylinders shall be provided with a safety rupture disc. An increase in internal pressure due to high temperature shall rupture the safety disc and allow the content to vent before the rupture pressure of the container is reached. The contents shall be vented through the discharge piping and nozzles. 3.3.21 FE - 227 containers shall be equipped with a pressure gauge to display internal pressure. The gauge shall be an integral part of the container and shall be color-coded for fast referencing of pressure reading. 3.3.22 Aluminum discharge nozzles shall be used to disperse the gas. The nozzles shall be aluminum with female threads and available in sizes as advise by the OEM system manufacturer. Each size shall come in two styles: 180° and 360° dispersion patterns. 3.3.23 Manual Gas Discharge stations and Manual Abort Stations, shall be provided. 3.3.24 Release of FE - 227 agent shall be accomplished by an electrical output from the HFC - FE Gas Release Panel to the solenoid valve and shall be in accordance with the requirements set forth in the current edition of the National Fire Protection Association Standard 2001. Acceptance Tests: Acceptance for the System installation, inclusive of the piping and requisite cabling shall be strictly in accordance with the installation acceptance guidelines. The bidder shall be required to carry out a simulation test [with the Electrical Solenoid on the FE - 227 bank (Cylinder) disenabled / disengaged so as to prevent discharge of gas], and prove the functionality of the system.

Page 44 of 51

Sub Section - 4 4.

RODENT CONTROL SYSTEM

4.1.0 SCOPE OF WORK The entry of Rodents and other unwanted pests shall be controlled using non-chemical, non-toxic devices. Ultrasonic pest repellents shall be provided in the false ceiling to repel the pests without killing them. However periodic pest control using Chemical spray can be done once in 3 months as a contingency measure to effectively fight the pest menace. The rodent control system should comprise of an Ultrasonic Pest of Repellant System comprising of following: Ultrasonic Pest Repeller (VFHO Model), with 1 Master Console and 10 Satellites. Cable 2 Core x 1.5 mm2 Cu. Are. Factor range shall be between 0.5 and 2.0 (where 2.0 doubles the normal ) of an VFHO Model Configuration : Master console with necessary transducer • Operating Frequency : Above 20 KHz (Variable) • Sound Output : 80 dB to 110 dB (at 1 meter) • Power output : 800 mW per transducer • Power consumption : 15 W approximately • Power Supply : 230 V AC 50 Hz • Mounting : Wall / Table Mounting Minimum coverage area of transducer 300 sq feet / transducer

Page 45 of 51

List of Makes of Materials S.NO. 1 2 3 4 5 6 7 8 9 10 11 12 13 14 15 16 17 18 19 20

ITEM

MAKE

Addressable Fire Alarm Panel Photoelectric Smoke Detector Manual Call Point. Electronic Hooter. Response Indicator Copper Armoured Cable. Seamless Cylinders. Cylinder Valves Master Actuation Package Slave Actuation Package Manifold & Cylinder Rack with straps. M.S. Seamless pipes. Gas Release Module HFC 227ea Gas Vesda SMF Battery VHFO Trasducers PVC pipe Potable Fire Extinguisher

GE ( edwards )/ Honeywell / Apollo U.K GE ( edwards )/ Honeywell / Apollo U.K GE ( edwards )/ Honeywell / Apollo U.K GE ( edwards )/ Honeywell / Apollo U.K GE ( edwards )/ Honeywell / Apollo U.K Polycab / Finolex / Havell’s EKC /WORTHINGTON/RAMA Tyco /Kidde/ Fike/ Honeywell / Fike / Tyco/Kidde Honeywell / Fike / Tyco/Kidde Fabricated ( Seamless schedule 40 ) Maharashtra Seamless / TATA Ravel / Spencer/ Honeywell Dupont Xstralis Exide / SF/Prestolite/Luminious Maser/ Star/ Varna Maser/ Star/ Varna ISI Marked Cease fire/ minimax

- END OF SECTION 6 -

Page 46 of 51

SECTION - 7 Tender No.: TCIL/15/1363/I/11-MM/02E

May 31, 2012

FORMAT OF BID BOND (EMD) Whereas ……………………. (Hereinafter called “the Bidder”) has submitted its bid dated …………… For the supply of …………. Vide Tender No. ……………………….. dated …………… KNOW ALL MEN by these presents that WE ……………………. OF ………………. Having our registered office at ………….. (Hereinafter called “the Bank”) are bound unto Telecommunications Consultants India Limited (hereinafter called “the Purchaser”) in the sum of INR/US$ ………………… for which payment will and truly to be made of the said Purchaser, the Bank binds itself, its successors and assigns by these present. THE CONDITIONS of the obligation are: 1.

If the Bidder withdraws his bid during the period of bid validity specified by the Bidder on the Bid form or

2.

If the Bidder, having been notified of the acceptance of his bid by the Purchaser during the period of bid validity (a) (b)

Fails or refuses to execute the Contract, if required; or Fails or refuses to furnish the Performance Security, in accordance with the instructions to Bidders.

We undertake to pay to the Purchaser up to the above amount upon receipt of its first written demand, without the purchaser having to substantiate its demand, provided that in its demand, the purchaser will note that the amount claimed by it is due to it owning to the occurrence of one or both of the two conditions, specifying the occurred condition or conditions. This guarantee will remain in force upto and including THIRTY (30) days after the Period of bid validity and any demand in respect thereof should reach the Bank not later than the specified date/dates. Signature of the Bank Authority. Name Signed in Capacity of Name & Signature of witness

Full address of Branch

Address of witness

Tel No. of Branch Fax No. of Branch

- END OF SECTION 7 – Page 47 of 51

SECTION-8 Tender No.: TCIL/15/1363/I/11-MM/02E

May 31, 2012

FORMAT OF PERFORMANCE BANK GUARANTEE (PBG) M/s Telecommunications Consultants India Ltd., TCIL Bhawan, Greater Kailash-I New Delhi – 110 048 (INDIA) (With due stamp duty if applicable) OUR LETTER OF GUARANTEE No. : ______________ In consideration of TELECOMMUNICATIONS CONSULTANTS INDIA LIMITED, having its office at TCIL Bhawan, Greater Kailash-I, New Delhi – 110 048 (INDIA) (hereinafter referred to as “TCIL” which expression shall unless repugnant to the content or meaning thereof include all its successors, administrators and executors) and having entered into an agreement dated ___________/issued Purchase Order No. ___________________________________ dated _______ with/on M/s _________________________________________________ (hereinafter referred to as “The Supplier” which expression unless repugnant to the content or meaning thereof, shall include all the successors, administrators, and executors). WHEREAS the Supplier having unequivocably accepted to supply the materials as per terms and conditions given in the Agreement dated ________ /Purchase Order No. __________________________ dated ___________ and TCIL having agreed that the Supplier shall furnish to TCIL a Performance Guarantee for the faithful performance of the entire contract, to the extent of 10% (ten percent) of the value of the Purchase Order i.e. for _______________________. We, __________________________________________ (“The Bank”) which shall include OUR successors, administrators and executors herewith establish an irrevocable Letter of Guarantee No. ____________ in your favour for account of __________________________ (The Supplier) in cover of performance guarantee in accordance with the terms and conditions of the Agreement/Purchase Order. Hereby, we undertake to pay upto but not exceeding ___________ (say ____________________________ only) upon receipt by us of your first written demand accompanied by your declaration stating that the amount claimed is due by reason of the Supplier having failed to perform the Agreement and despite any contestation on the part of above named supplier. This Letter of Guarantee will expire on ___________ including 30 days of claim period and any claims made hereunder must be received by us on or before expiry date after which date this Letter of Guarantee will become of no effect whatsoever whether returned to us or not. _________________ Authorized Signature Manager Seal of Bank - END OF SECTION 8 – Page 48 of 51

SECTION-9 Tender No.: TCIL/15/1363/I/11-MM/02E

May 31, 2012

BID SUBMISSION FORM Offer No.: ____________________________________

Date: _____________

To Group General Manager (MM) Telecommunications Consultants India Limited TCIL Bhawan, Greater Kailash-I, New Delhi-110 048 (INDIA). Dear Sir, In response to your Tender No. TCIL/15/1363/I/11-MM/02E dated May 31, 2012 for Installation of Fire Alarm Detector System, Fire Suppression System, Fire Early Detection Agent and Rodent Management System for Data Centre and UPS Room at TCIL HQ, New Delhi, we hereby submit our offer herewith. 1. 2. 3. 4.

Bidder Name Website Address Email Address Address for Communication

: ____________________________________ : ____________________________________ : ____________________________________ : ____________________________________ ____________________________________ ____________________________________

5.

Telephone Number

: ____________________________________

6.

Fax/Telefax Number

: ____________________________________

7.

Authorised Person -

Name Designation Mobile No. Email ID

: ____________________________________ : ____________________________________ : ____________________________________ : ____________________________________

8.

Alternate Person -

Name Designation Mobile No. Email ID

: ____________________________________ : ____________________________________ : ____________________________________ : ____________________________________

9.

PAN Number

: ____________________________________

10.

TIN Number State

: ____________________________________ : ____________________________________

11.

Service Tax Regn. No.

: ____________________________________

12.

ECC Number

: ____________________________________ Page 49 of 51

13.

Bank Account No. IFSC / NEFT Code Name of the Bank Address of the Branch

14.

Particulars of EMD

: ____________________________________ : ____________________________________ : ____________________________________ : ____________________________________

Amount Mode of Payment (DD/BG) DD/BG No. Date Name of the Bank Address of the Bank Validity of BG 15.

Particulars of Tender Fee Amount DD No. Date Name of the Bank Address of the Bank

16.

: Rs. _________________________________ : ____________________________________ : ____________________________________ : ____________________________________ : ____________________________________ : ____________________________________ : ____________________________________

: Rs._________________________________ : ____________________________________ : ____________________________________ : ____________________________________ : ____________________________________

Turnover of the Bidder in last 3 years (Please submit copy of Annual Report) Year

Annual Report attached at Page No.

Turnover in Rs. (Lakh)

2010-2011 2009-2010 2008-2009 Average Turnover 17.

Details of similar work / order executed during last 2 years (Please submit copy of completion certificate from the client. Description of the Work/Order Executed

Value of Work/Order Executed

Name of the Client

Page 50 of 51

Start Date

Finish Date

Doc. Evidence at Page No.

18.

Are you a MSME Unit. If yes, please furnish Registration Details, Name of the DIC / State. _________________________________________________________________________ _________________________________________________________________________

19.

Following Documents are submitted to substantiate other eligibility criteria. i) _________________________________________________________________ ii) ________________________________________________________________ iii) ________________________________________________________________

DECLARATION

1)

We have read and understood the terms & conditions of the above mentioned tender and comply to all Terms & Conditions of your Tender. (In case of any deviation the Bidder must attach a separate sheet clearly mentioning the Clause No. of the Tender and Deviation thereto)

2)

We certify that the information mentioned above are true and correct to best of our knowledge.

3)

In case of receipt of order we confirm that payment shall be received through e-Banking / Electronics Transfer.

4)

This offer contains ________ No. of pages including all Annexures and Enclosures.

Place: Date:

Signature of Authorised Signatory Name: Designation: Seal:

- END OF SECTION 9 –

Page 51 of 51