HINDUSTAN PETROLEUM CORPORATION LIMITED ENGINEERING & PROJECTS HINDUSTAN BHAWAN, 1 ST FLOOR, 8, SHOORJI VALLAVDAS MARG, BALLARD ESTATE, MUMBAI

Size: px
Start display at page:

Download "HINDUSTAN PETROLEUM CORPORATION LIMITED ENGINEERING & PROJECTS HINDUSTAN BHAWAN, 1 ST FLOOR, 8, SHOORJI VALLAVDAS MARG, BALLARD ESTATE, MUMBAI"

Transcription

1 HINDUSTAN PETROLEUM CORPORATION LIMITED ENGINEERING & PROJECTS HINDUSTAN BHAWAN, 1 ST FLOOR, 8, SHOORJI VALLAVDAS MARG, BALLARD ESTATE, MUMBAI TENDER DOCUMENT FOR INTEGRATED BUILDING MANAGEMENT SYSTEM AT DISASTER RECOVERY DATA CENTRE, PLOT NO 40, PHASE II, HITEC CITY MADHAPUR, HYDERABAD SEAL & SIGNATURE OF BIDDER 1

2 HINDUSTAN PETROLEUM CORPORATION LIMITED ENGINEERING & PROJECTS HINDUSTAN BHAWAN, 1 ST FLOOR, 8, SHOORJI VALLAVDAS MARG, BALLARD ESTATE, MUMBAI TENDER NO: TENDER DOCUMENT ISSUED TO: NAME OF BIDDER: ADDRESS : Ch. Manager Procurement (P & P) SEAL & SIGNATURE OF BIDDER 2

3 Section Description INDEX A B C D E F G H I J K L M N O P Notice Inviting Tender Instructions to Bidders Declaration Preamble to Schedule of Quantities Unpriced Bid Time Schedule Special Conditions of Contract Schedule of Quantities Technical Specifications Approved Makes Environment, Health & Safety Requirements EMD Format General Terms and Conditions of Contract Proposal Forms Drawings Priced Bid Section P Priced Bid Format is enclosed separately SEAL & SIGNATURE OF BIDDER 3

4 A. NOTICE INVITING TENDER SEAL & SIGNATURE OF BIDDER 4

5 HINDUSTAN PETROLEUM CORPORATION LIMITED (A Government of India Enterprise) MARKETING DIVISION Hindustan Bhawan, 8, Shoorji Vallabhdas Marg, Ballard Estate, Mumbai , India Phone: / , Fax: NOTICE INVITING TENDER JOB: INTEGRATED BUILDING MANAGEMNT SYSTEM AT DRDC, HYDERABAD Sealed tenders are invited under two bid system (Unpriced & Priced) from competent & eligible Indian bidders for carrying out Integrated Building Management System works at our Disaster Recovery Data Centre (DRDC) at Hi-tech City, Hyderabad as per details given below- 1 Bid Document No. : HD Bid Document on sale : to Bid Due Date : (1500 Hours IST) 4 Unpriced Bid opening : (1530 Hours IST) 5 Bid document cost : Rs 5000/- (non refundable) 6 EMD : Rs 3,00,000/- (Rs three lakh only) For further details including EMD, BID QUALIFICATION CRITERIA, detailed NIT, purchase of tender document etc. please visit our web site and go to tender section by clicking the link Tenders. HPCL reserves the right to extend price/purchase preference as per prevailing guidelines of Government of India. Ch. Manager Procurement (P & P) 1.0 BRIEF SCOPE OF WORK: The brief scope of work comprises of, but not limited to, the following: a. Design, supply, installation and commissioning of Integrated Building Management system comprising of the following: i. Building Automation system for HVAC (Chillers, Primary valves, AHU s etc). Electrical System (HT/LT) including DG operation Vertical Transportation system SEAL & SIGNATURE OF BIDDER 5

6 Water Management System ii. Integrated building management system including the IBMS software to integrate and monitore the following services from a central location. Fire Detection & Alarm Public Address Access Control Closed Circuit Surveillance & Digital Video Recording Lighting Control Water Management Fire Fighting iii The following system specific to the requirement of the Data centre.: Gas based Fire Suppression systems. Water leak detection Aspiration Smoke Detection Ultrasonic Pest Repellent system b. Comprehensive annual maintenance of the commissioned IBMS for 5 years after completion of Defect Liability Period (DLP) 2.0 BID QUALIFICATION CRITERIA: 2.1 Specific Criteria a. Bidder shall have successfully supplied, installed and commissioned Integrated Building Management System (on a single Central Monitoring Station) for a commercial establishment/ data centre comprising of Building Management and Automation System, Gas based fire suppression system, Fire Alarm System, Access Control System and CCTV. b. The system mentioned in 2.1 a should be in successful operation for at least six months as of Commercial Criteria Bidders should have been awarded and satisfactorily completed either of the following in the last 7 years ending At least one order of value Rs 2.65 Crores comprising of the specific criteria mentioned in 2.1a and 2.1b Or At least two orders of Rs 1.65 Crores each comprising of the specific criteria mentioned in SEAL & SIGNATURE OF BIDDER 6

7 2.1a and 2.1b Or At least three orders of Rs 1.30 crores each comprising of the specific criteria mentioned in 2.1a and 2.1b 2.3 Annual Turnover: shall meet the minimum prescribed pre-qualification requirement as follows: As per the audited balance sheet and Profit and Loss account the average annual financial turnover during the last three financial years ( , , ) should be at least Rs. 240 Lakhs. 2.4 Net worth as per the latest ( ) audited balance sheet and Profit & Loss account shall be positive. 2.5 Bidder shall furnish documentary evidence i.e. copies of purchase orders / relevant pages of contract, completion certificates providing the details of equipments supplied, installed and commissioned, certificate of successful operation of the IBMS system from the client/project consultant, annual reports containing audited balance sheets and profit & loss accounts statement in support of their fulfilling the bid qualification criteria. HPCL reserve the right to complete the evaluation based on the details furnished without seeking any additional information. 2.6 Bids from Consortiums shall not be accepted. A Joint venture existing as a company can submit the offer provided; they meet the Bid Qualification criteria as indicated, supported with the Purchase Orders executed and Balance Sheet in the name of Joint Venture participating in the tender. 3.0 GENERAL INFORMATION 3.1 Earnest Money Deposit (EMD) shall be accepted in the form of demand draft (in favour of Hindustan Petroleum Corporation Limited, payable at Mumbai) or original Bank Guarantee issued by a scheduled bank (other than cooperative bank) in the format enclosed with tender document. Amount of EMD is indicated above. In case EMD is submitted in form of Bank Guarantee, it should be made on non-judicial stamp paper of appropriate value (denomination) and should be valid for six months from due date / extended due date of the tender. EMD in any other form shall be treated as offer without EMD and shall not be acceptable. EMD should be kept in separate envelope and should accompany the unpriced bid. If the EMD is not in line with the amount called for or accompanies the price bid, the offer shall be rejected. Public sector undertaking (self declaration required) and Units registered with NSIC (Copy of valid registration up to specified volumes) are exempted from submission of EMD. Offer received without requisite amount of EMD as above shall be rejected. SEAL & SIGNATURE OF BIDDER 7

8 3.2 The tender document (non- transferable) can be purchased against written request on LETTER HEAD from the office of Chief Manager Procurement (Project & Pipelines) at Mumbai on payment of tender document cost ( Rs. 5000/- non-refundable) by crossed demand draft in favour of Hindustan Petroleum Corporation Ltd., payable at Mumbai issued by any Scheduled bank (other than cooperative bank). Units registered with NSIC (Valid certificate copy required) are exempted from payment of tender document cost. Tenders can be purchased on any working day (Monday - Friday) between Hrs IST to Hrs IST and Hrs IST to Hrs IST. Parties willing to obtain document by post must send their request (at above address) along with DD towards tender document cost. HPCL shall not be responsible for any postal delays or non-receipt of tender document whatsoever. 3.3 Bidder can also download the Tender Document from HPCL website In case bidder opts to quote on the basis of such downloaded tender document from website, the bidder shall enclose the requisite bid document fee (Rs 5000/-) by crossed demand draft as explained above, in the EMD envelope. In case of NSIC registered bidders, valid NSIC certificate shall be submitted along with Un-priced bid. Offers not in conformity with the above shall be rejected. 3.4 Bid document is non-transferable. Bidder must buy the bid document in his own name and submit the bid directly. Bids received from bidders in whose name bid document has been purchased shall only be considered. Bid submitted by bidder who have not purchased the bidding document either directly or through their authorized agents will be rejected. 3.5 HPCL may issue clarifications/amendments in the form of addendum/corrigendum during the bidding period. For the addendum/corrigendum issued during the bidding period, bidders shall confirm the inclusion of addendum/corrigendum in their bid. Bidder shall follow the instructions issued along with addendum/corrigendum. 3.6 A firm which is not a PSU or an associate or a joint venture of a PSU, hired to provide consultancy services for preparation or implementation of project, and any of its affiliates, will be disqualified from subsequently providing goods or works or services related to the initial assignment for the project. 3.7 Completed Tenders should be deposited in the tender box provided in the office of Chief Manager Procurement (Projects & Pipelines) at Hindustan Bhawan-Ground Floor, 8, Shoorji Vallabhdas Marg, Ballard Estate, Mumbai super scribing Tender No. on top cover on or before bid due date and time as mentioned in NIT. Unpriced (Technical) bids shall be opened on the date and time as mentioned in the NIT at above address in presence of attending bidders / their authorized representatives (authorization letter required). Tenders received after stipulated due date and time, for any reason whatsoever, including postal delays, will not be considered. 3.8 Completion period: For Supply, Installation & Commissioning: 5 months from date of LOI 3.9 Bids not received by the due date and time shall be rejected and representative of such bidders shall not be allowed to attend the bid opening 3.10 HPCL shall not be responsible for any expenses incurred by bidders in connection with the preparation & delivery of their bids, site visit and other expenses incurred during bidding SEAL & SIGNATURE OF BIDDER 8

9 process regardless of the conduct of outcome of the biding process Fax/ bids shall not be accepted HPCL reserves the right to accept or reject any one or all the tenders without assigning any reason whatsoever irrespective of the outcome of the bidding process Hindustan Petroleum Corporation Ltd (HPCL) has developed the Grievance Redressal Mechanism" to deal with references / grievances if any that is received from parties who participated/ intends to participate in the Corporation Tenders. The details of the same are available on our website HPCL reserves the right to extend price/purchase preference as per prevailing guidelines of Government of India. Chief Manager Procurement (P&P) SEAL & SIGNATURE OF BIDDER 9

10 B. INSTRUCTIONS TO BIDDERS SEAL & SIGNATURE OF BIDDER 10

11 INSTRUCTIONS TO BIDDERS 1.0 PROJECT DESCRIPTION/SITE INFORMATION M/s Hindustan Petroleum Corporation Limited is in the process of constructing a state of art data centre at Hitech City Phase II in Hyderabad at the following address: 40, Hitech City, Phase-II Madhapur, Hyderabad, Ranga Reddy District The building is about sq ft approximately in three floors. The plot plan is enclosed along with Floor wise details of Access Control System & Gas Supression system for the building. The civil works for the building are nearing completion. The facilities proposed in the three floors are also indicated in the floor layout which is enclosed. The site is situated about 15Km from the International/Domestic Airport (Begumpet), 16Km from Nampally Railway station and 19KM from Secunderabad Railway Station. 1.1 SCOPE OF WORK The brief scope of work comprises of, but not limited to, the following a. Design, supply, installation and commissioning of Integrated Building Management system comprising of the following: i. Building Automation system for HVAC (Chillers, Primary valves, AHU s etc). Electrical System (HT/LT) including DG operation Vertical Transportation system Water Management System iii. Integrated building management system including the IBMS software to integrate and monitore the following services from a central location. Fire Detection & Alarm Public Address Access Control Closed Circuit Surveillance & digital video recording Lighting Control Water Management Fire Fighting iii The following system specific to the requirement of the Data centre.: Water leak detection SEAL & SIGNATURE OF BIDDER 11

12 Aspiration Smoke Detection Gas based Fire Suppression systems. Ultrasonic Pest Repellent system b. Comprehensive annual maintenance of the commissioned IBMS for 5 years after completion of Defect Liability Period (DLP) In case of any clarifications regarding the scope of work, the same shall be obtained from Shri. Jaideep Roy, Sr. Manager E&P, Hindustan Bhawan, Ist Floor, 8, Shoorji Vallabhdas Marg, Ballard Estate, MUMBAI Tel. No and Fax Nos or The prospective bidders are requested to thoroughly read and comprehend the various sections of this tender document and visit the site before quoting for the tender. All sections of this tender document are to be read in conjunction with each other and accordingly quote in the priced bid. The descriptions of the items in the priced bid have been abridged and the bidder has to quote in the Priced Bid after thoroughly comprehending the Schedule of Quantities in conjunction with all other sections of this tender document. 2.0 SITE VISIT & BIDDING DOCUMENT 2.1. The bidder is advised to visit and examine the site of works and its surrounding and obtain for himself on his own responsibility all information that may be necessary for preparing of the bid and entering into the contract. The cost of visiting the site shall be at bidder s own expenses. No extra claim on account of non-familiarity of site conditions shall be entertained during execution of works. 2.2 The bidder and any of his personnel or agents will be granted permission by the Owner to enter upon his premises and lands for the purpose of such inspection, but only upon the explicit condition that the bidder, his personnel or agents will release and indemnify the Owner and his personnel and agents from and against all liabilities in respect thereof and will be responsible for personnel injury (whether fatal or otherwise), loss of or damage and expenses incurred as a result hereof. 2.3 All expenses towards site visit shall be to the bidders account BIDDING DOCUMENT One set of bidding document can be purchased from the Office of Chief Manager Procurement (P&P) at Hindustan Bhavan - Ground Floor, 8, Shoorji Vallabhdas Marg, Ballard Estate, Mumbai on payment of requisite tender fee. Alternatively, bidders can down load the bidding document from HPCL s website and shall submit the tender fee on or before the time of submission of bid. Bids submitted without tender fee shall be rejected. 4.0 INFORMATION REQUIRED WITH UNPRICED BID The following details are required to be submitted in one original along with offer with the pages numbered sequentially: SEAL & SIGNATURE OF BIDDER 12

13 a) Information about Bidders as per Form PF-1. b) Following documents required as per form PF-2: i. Sales Tax Clearance Certificate & PAN Number. ii. Power of Attorney in the name of person who has signed the bid. iii. Solvency Certificate from Scheduled bank (Other than Co-Operative Banks). The date of solvency certificate shall not be prior to one year from the date of opening of unpriced bid. iv. Copy of Audited Balance Sheet and Profit and Loss Account for the last three years i.e. for the years , and c) Details of works (as per clause 2.0 of NIT) done during past seven years with name & postal address of clients along with copies of letters of Intent/work orders including schedule of items and completion certificate/ any other document which indicates Completion of the subject contract and other documents as per Form PF-6. d) Site organization proposed to be deployed at the site separately for execution of the work with bio-data of site-in-charge & key personnel as per form PR-3/3A. f) List of Equipment, Tools and Tackles proposed to be deployed as per Form PF-7. g) List of Exception & Deviation, if any, as per Form PF-4. In case of no deviation the bidder shall furnish Form PF-4 duly signed & stamped. h) Compliance to Bid Requirement as per PF-5 duly signed and stamped. i) Quality Assurance / Quality Control Plan. j) Work completion Schedule in the form of Bar chart separately. k) All pages of the tender document including Unpriced Bid/Schedule of Quantities, duly signed & stamped. l) Checklist & Commercial Questionnaire duly filled in. m) Details of concurrent works being executed by the bidder which shall include Name of client, PO No & date, Value of the PO, Completion period, Date of commencement, Scheduled completion period, percentage of PO value completed and expected date of completion.. n) Technical details / documents as specified elsewhere in bidding document particulars & catalogues of various bought out items mentioned in this Tender document or proposed to be used by the prospective bidders. Any other document sought any where in the tender document but not expressly listed herein. o) Other documents, if any, bidder desires to submit to facilitate evaluation of their bid. p) Copies of EPF Registration and ESIC Registration. q) Declaration r) Covering letter of Bid. s) The Certificate from the client for successful operation of the system (qualified for bid criteria) for at least 6 months. Bidder to note that the pages are to be numbered sequentially in continuation to the unpriced tender document i.e. the last page of the unpriced tender document (excluding drawings) is 269 and then the numbering of the pages in the bidder s offer shall start from SPLIT-UP OF WORK Total work shall be awarded to single agency and the scope of work shall not be split SEAL & SIGNATURE OF BIDDER 13

14 6.0 SUBMISSION AND OPENING OF BID 6.1 This is only a Price Enquiry (Invitation to Offer) and not an Order. 6.2 The bidder shall take utmost care of the following: 6.3 The Bid shall be submitted in two parts namely, UNPRICED and PRICED Part, respectively. 6.4 Bid shall be submitted in a sealed cover (Sealed envelope-1) super scribed tender No and BID DO NOT OPEN. The Bid shall contain separately sealed envelopes super scribed as below. Name of work, Tender Document No., due date and name of bidder shall also be clearly written out side the sealed envelopes. PART I: TECHNO-COMMERCIAL PART or UNPRICED BID Unpriced bid shall be kept in an envelope (No 2), duly sealed and legibly printed on the top of envelop Part I - UNPRICED BID for Tender No. PART II: PRICE PART DO NOT OPEN WITH PART-I Priced bid shall be kept in an envelope (No 4), duly sealed and legibly printed on the top of envelop Part II - PRICE BID for Tender No PART-I (Sealed envelop-2) of offer shall contain Earnest Money Deposit in a separately sealed envelope (sealed envelope-3) for the amount as specified in NIT. In case of PSU the self declaration and in case of SSI units registered with NSIC, the copy of the valid registration certificate shall be enclosed in this envelope for being eligible for EMD exemption Bidding Document marked ORIGINAL duly signed and stamped on each page. No cutting or overwriting should be done. Proforma of Schedule of Rates forming part of this shall not be filled in Covering letter, technical submission & other details in accordance with Clause 3.0 above forming part of the offer in original. 6.6 PART-II of offer, i.e. Priced Bid shall be submitted in separately sealed envelope (Sealed envelope-4) clearly super scribing on top of the envelope as PRICE-PART. This shall contain only the Priced Bid, with all rates (in figures & in words) and amounts duly printed/typed in the respective column with no Xerox or any other copy. Conditions, additions, deletions or modifications in PRICE-PART are not permitted. All corrections must be stamped and signed. Bidders are requested to quote their best prices considering SEAL & SIGNATURE OF BIDDER 14

15 the fact that price negotiation, if required may be held with the Lowest Bidder only. Any claim of whatsoever nature shall not be considered at a later date. Any condition mentioned in PART-II shall not be taken into account either for evaluation or for award of work and shall render the offer liable for rejection. 6.8 The sealed Cover (Sealed envelope-1) and all the respective sealed envelopes (envelopes-2, 3 and 4) shall all bear the address given below Ch. Manager- P&P, Hindustan Petroleum Corporation Limited, 8, Hindustan Bhavan, Ground Floor, Shoorji Vallabhdas Marg, Ballard Estate, Mumbai If the priced bid is found in open condition or Part I and Part II are wrongly marked such offer will be rejected. 6.9 Technical and Unpriced Part of the Offer will be opened by HPCL as per the due date and time mentioned in the NIT (Notice Inviting Tender) in the presence of Bidders/ Bidder s duly authorized representative. The Priced part of the Offer will be subsequently opened in the presence of techno- commercially qualified bidders after appropriate intimation The bidding document shall be read in conjunction with any amendment issued subsequently Bidding documents once issued are non transferable in other name and shall at all times remain the property the exclusive property of the owner with a license to the bidder to use the bidding documents for limited purpose of submitting the bids. 7.0 VALIDITY OF EMD 7.1 Earnest Money Deposit (EMD) shall be accepted in the form of demand draft (in favour of Hindustan Petroleum Corporation Limited, payable at Mumbai) or in the form of Original Bank Guarantee for the amount given in the NIT and issued by any Scheduled bank (Other than Co-Operative Bank). Proforma of BG for EMD is given in this tender document. EMD in any other form will be treated as Offer without EMD. No adjustment shall be made with EMD submitted earlier with other tenders of HPCL or any outstanding amount with HPCL. Earnest Money Deposit furnished by the Bidder shall be valid for a period of 06 (SIX) MONTHS from the date of submission of the bid. 7.2 EMD of the unsuccessful bidders shall be returned as promptly as possible upon award of PO/contract. 7.3 EMD of successful bidder will be returned upon the bidder s accepting the contract, and furnishing the requisite Security Deposit. 7.4 EMD may be forfeited for: i. If a bidder withdraws its bid during the validity period of the bid. SEAL & SIGNATURE OF BIDDER 15

16 ii. iii. If a bidder does not accept the relevant clause no 15.0 of Instruction to bidders If the successful bidder fails within the specified period to furnish the requisite Security Deposit. 7.5 Any bid not in accordance with above clauses will be rejected as non-responsive. 8.0 VALIDITY OF OFFER 8.1 Bid submitted by Bidder shall remain valid for a minimum period of 06 (SIX) MONTHS from the due date/extended due date for submission of Bids. Bidders shall not be entitled during the said period of six months, without the consent in writing of the Owner, to revoke or cancel their Bid or to vary the Bid given or any term thereof. In case of Bidders revoking or cancelling their Bid or varying any of the terms in regard thereof without the consent of Owner in writing, Owner shall reject such Offers and forfeit Earnest Money paid by them along with their offers. 8.2 Bidders are advised to refrain from contacting by any means HPCL and/or their employees / representatives on their own, on matters related to Bids under consideration. HPCL, if necessary, will obtain clarification on the Bid by requesting for such information/clarifications from any or all Bidders, either in writing or through personnel contact. Bidders will not be permitted to change the substance of Bids after opening of Bids. 8.3 Notwithstanding sub-clauses 8.1 and 8.2 above, HPCL may solicit the bidder s consent to an extension of the period of validity of offer. The request and the response shall be made in writing. If the bidders agree to the extension request, the validity of Bank Guarantee towards Earnest money shall also be suitably extended. Bidders may refuse the request without forfeiting his EMD. However, bidders agreeing to the request for extension of validity of offer will neither be permitted to revise the price nor to modify the offer. 9.0 BID CLARIFICATIONS/AMENDMENTS BY HPCL 9.1 HPCL may issue clarifications/amendments in the form of addendum/corrigendum during the bidding period and may also issue amendments subsequent to receiving the bids. For the addendum/corrigendum issued during the bidding period, bidders shall confirm the inclusion of addendum/corrigendum in their bid. Bidder shall follow the instructions issued along with addendum/corrigendum. 9.2 Bidders shall examine the Bidding Document thoroughly and submit to HPCL any apparent conflict, discrepancy or error. HPCL shall issue appropriate clarifications or amendments, if required. Any failure by Bidder to comply with the aforesaid shall not excuse the Bidder from performing the Services in accordance with the contract if subsequently awarded CONFIDENTIALITY OF DOCUMENTS Bidder shall treat the Bidding Document and contents therein as private and confidential and shall not use the Bidding Document for any other purposes APPLICABLE LANGUAGE SEAL & SIGNATURE OF BIDDER 16

17 The bid prepared by the bidder, all correspondences and documents related to this bid shall be written in English language only. For document submitted in any other language, an English translation shall also be submitted, in which case, for the purpose of interpretation of the bid, the English translation shall govern CAUTION AND DISCLAIMER Transfer of Bid document by the bidder is not permitted. Bidder shall make his own interpretation of any and all information provided in the Bidding Document. HPCL shall not be responsible for the accuracy or completeness of such information and/or interpretation. Although certain information s are provided in the Bidding Document, however, bidder shall be responsible for obtaining and verifying all necessary data and information as required by him. HPCL reserves the right to accept or reject any/all tender in whole or in part without assigning any reason whatsoever. HPCL shall not be bound to accept the lowest tender and reserves the right to accept any or more tenders in part. Decision of HPCL in this regard shall be final JOINT VENTURE/CONSORTIUM BIDS Consortium Bid (s) submitted by the bidder (s) shall not be considered and will be rejected by HPCL. A Joint venture existing as a company can submit the offer provided; they meet the Bid Qualification criteria as indicated in Bid Qualification Criteria of the NIT EVALUATION OF TECHNO COMMERCIAL BIDS Prior to detailed evaluation of bids the owner shall determine whether each bid is (i) Accompanied by EMD as specified in the Notice Inviting Tender (a)bids without EMD as specified in the Notice Inviting Tender or with EMD not as per prescribed proforma as per Bidding Document shall be rejected. (b)emd if placed inside the price bid envelope then the offer will be treated as bid without EMD and will be rejected. However Public Sector Enterprise/Undertaking (Self Declaration required along with Unpriced Bid) and SSIs registered with NSIC (Copy of valid registration Certificate should be submitted along with the Unpriced Bid) are exempted from submitting EMD. (c)prospective bidders who are SSI registered with NSIC shall provide a declaration in writing along with their unpriced bid whether they have succeeded in securing orders for same items, in competition (i.e. without price preference) with large scale units during the preceding 12 months. (ii) Totally complying with the requirement of the tender document. (iii) Meeting the Bid Qualification Criteria as stipulated in the Notice Inviting Tender RECEIPT OF BID SEAL & SIGNATURE OF BIDDER 17

18 Bids received late i.e. after due date and time, due to any reason (s) whatsoever shall be rejected. Late and rejected bid and representative of such bidders shall not be allowed to attend the bid opening. Unopened bids shall be returned to the Bidder DEVIATIONS TO TENDER REQUIREMENTS The bidders are required to submit offers strictly as per the terms and conditions/specifications given in the Bidding Document and not to stipulate any deviations. The offer of bidders stipulating deviations to any of the following terms/conditions of the Bidding Document shall not be considered for price bid opening. i. Security Deposit [Clause No. 4 (b) of GCC] ii. Defect Liability period (Clause No. 5.n of GCC) iii. Suspension & Termination (Clause No.5e & 12 of GCC) iv. Increase in Time Schedule of Completion v. Liquidated Damages (Clause No. 10 of GCC) vi. Force Majeure (Clause No. 13 of GCC) vii. Validity of offer viii. Firm Price (Clause 3.3 & 3.4 of SCC) In case Bidders wish to stipulate any deviation to Bidding Document requirements other than those stated above, they shall indicate the same as per the proforma enclosed in the Bidding Document. Bidder shall note that clarification/queries/deviations mentioned elsewhere in the offer shall not be given any cognizance. However HPCL reserves their right to reject bids containing deviations to any of the Bidding Document stipulations UNSOLICITED POST BID MODIFICATION Bidders are advised to quote strictly as per terms and conditions of the Bidding Document and after submission of offer not to stipulate any deviation / exceptions. Once, quoted the bidders shall not make any subsequent price changes, whether resulting or arising out of any technical / commercial clarifications sought/allowed on any deviations or exceptions mentioned in the bid unless discussed and agreed by HPCL in writing DETERMINATION OF RESPONSIVENESS i) Prior to the financial evaluation of bids, the HPCL will determine whether each bid is substantially responsive to the requirements of the Bidding Document. ii) For the purpose of this Clause, a substantially responsive bid is one which conforms to all the terms and conditions and specifications of the Bidding Document including Bid Qualification Criteria (BQC) without material deviation or reservation. A material deviation or reservation is one which affects in any substantial way the scope, quality, or performance of the works or which limits in any substantial way, inconsistent with the Bidding Document, HPCL s right or Bidder s obligation under the Contract and retention of which deviation or SEAL & SIGNATURE OF BIDDER 18

19 reservation would affect unfairly the competitive position of other bidders presenting substantially responsive bids. iii) If a bid is not substantially responsive to the requirements of the Bidding Document, it may be rejected by the HPCL. Such rejection may be intimated to the Bidder COMPLETE SCOPE OF WORK The complete scope of work has been defined in the bidding document. Only those bidders who take complete responsibility for the complete scope of work as contained in the bidding document shall be considered for qualifying. HPCL reserves the right to take into accounts the concurrent commitments and past performance of Bidders during evaluation of bids EVALUATION OF PRICE BIDS 15.1 The PRICE BIDS of only substantially responsive bidders shall be considered for opening Bidders shall quote the prices in Indian Rupees only The quoted prices shall be checked by the bidder to determine the arithmetical correctness of the same before submitting his price bid HPCL reserves their right to extend price /purchase preference to NSIC/Public Sector Enterprises as admissible under the prevailing policies of Government of India HPCL reserves their right to negotiate the quoted prices with L1 bidder before award of work HPCL reserves the right to delete any of the items in the Schedule of Quantities (SOQ) at the time of placement of Fax of Intent/Purchase Order. The decision of HPCL shall be final and binding The bidder shall quote for all the items of the Price Bid. In case any bidder fails to quote for more than 10 items then the bid shall be treated as non responsive and shall be rejected. For bids to be responsive, it may be noted that any item(s) left unquoted, then such offer will be loaded with the highest quoted rate for those item(s) for evaluation purpose. If such bidder happens to be the successful Bidder, price of unquoted items shall be negotiated before award of work In the event of error in quoting the rate in figures and in words for any item(s) then the lower shall prevail. The bidder shall have to accept the same and shall be binding on the bidder. SEAL & SIGNATURE OF BIDDER 19

20 15.9 While evaluating item(s) amount, in case of multiplication error by bidder, the following shall prevail: Lower of following shall prevail and be binding on the bidder. Amount mentioned against item(s) by bidder AND The amount calculated by multiplying the item(s) quantity with the lower of the rate in figures and in words for that item(s) In case of error in adding up the amount column then the following shall prevail: Lower of following shall prevail and be binding on the bidder Amount written by the bidder as total (Contract Value) AND The total calculated as per 15.8 and 15.9 above. In the event of the bidder s total being lower than the total arrived at as per 15.8 & 15.9, then the rates quoted by bidder shall be proportionately (equally apportioned to all items) reduced to arrive at total (Contract value). The bidder shall have to accept the same and shall be binding on the bidder For the purpose of evaluation the rates quoted for Comprehensive AMC in the price bid shall be considered for arriving at the lowest offer. All bidders should ensure that they quote for the same. The rates quoted for Comprehensive AMC shall remain valid up to the completion of the 5 years after DLP REBATE No suo-moto reduction in prices quoted by bidder shall be permitted after opening of the bid. If any bidder unilaterally reduces the prices quoted by him in his bid after opening of bids, the bid (s) of such bidder(s) will be liable to be rejected. Such reduction shall not be considered for comparison of prices but shall be binding on the bidder in case he happens to be a successful bidder for award of work CONTRACT AGREEMENT 17.1 Purchase Order (PO) shall be prepared after award of works. Successful bidder shall be intimated regarding award of works through Fax/Letter of Intent. Until the final PO documents are prepared and executed, this Bidding Document together with the annexed documents, modification, deletions agreed upon by the HPCL and Bidder s acceptance thereof shall constitute a binding contract between the successful bidder and the HPCL based on terms contained in the aforesaid documents and the finally submitted and accepted prices. In case the successful bidder wishes to sign a contract document then he or she may clearly specify in the cover letter of his unpriced bid that he or she intends to enter in to SEAL & SIGNATURE OF BIDDER 20

21 contract with HPCL. No clause/ terms in contract document shall be in contradiction to PO/tender terms or accepted deviations. Such contract will be executed after issuance of PO and all cost towards execution of the contract shall be to the bidders account. All documents of the PO shall also become a part of the contract and the date of LOI/PO (whichever is earlier) shall be considered as the date of commencement of job. The purchase order up to commissioning of the air conditioning system ie without comprehensive AMC shall be placed on the successful bidder. A separate Purchase Order shall be placed on the same bidder before completion of the Defect Liability Period for the Comprehensive AMC on the basis of the quoted AMC rates in the Price Bid and the bidder shall carry out the job in line with schedule of quantities and relevant technical specifications. This shall be binding on the bidder and his bid shall be treated as nonresponsive in case of failure to accept the same The Contract document/po shall consist of the following: a) Original Bidding Document along with its enclosures issued. b) Addendum/Corrigendum to Bidding Document issued, if any. c) Fax/Letter of Intent. d) The detailed Letter of Award/Acceptance along with Statement of Agreed Variations (if any) and enclosures attached therewith A firm which is not a PSU or an associate or a joint venture of a PSU, hired to provide consultancy services for preparation or implementation of project, and any of its affiliates, will be disqualified from subsequently providing goods or works or services related to the initial assignment for the project. SPECIAL NOTE TO THE BIDDERS: THE SUCESSFUL BIDDER SHOULD SUBMIT ALL NECESSARY DRAWING, TECHNICAL DETAILS TO MAIN FIRE FIGHTING VENDOR DURING THE INSPECTION BY THE STATUTORY AUTHORITIES. THE ELECTRICAL VENDOR SHOULD HAVE VALIED AND PROPER LICENCE ISSUED BY ELECTRICAL INSPECTRATE, GOVT OF ANDRA PRADESH/GOVT OF INDIA. SEAL & SIGNATURE OF BIDDER 21

22 C. DECLARATION SEAL & SIGNATURE OF BIDDER 22

23 DECLARATION (to be submitted along with unpriced bid) M/s hereby declare/clarify that we have not been banned or delisted by any Government or quasi Government agencies or Public Sector Undertakings. Stamp & Signature of the Bidder NOTE: If a bidder has been banned by any Government or Quasi Government agencies or PSU s, this fact must be clearly stated with details. If this declaration is not given along with the unpriced bid, the tender will be rejected as non-responsive. CONTACT PARTICULARS NAME OF PERSON TEL NO. OFFICE TEL NO. RES. MOBILE NO. ID SEAL & SIGNATURE OF BIDDER 23

24 D. PREAMBLE TO SCHEDULE OF QUANTITIES SEAL & SIGNATURE OF BIDDER 24

25 IMPORTANT NOTE: PREAMBLE TO SCHEDULE OF QUANTITIES IF ANY DEVIATION IS FOUND WHILE ON EXECUTION BETWEEN THE SPECIFICATION AND THE DRAWINGS IT IS TO BE EXPRESSELY NOTED THAT THE SPECIFICATION WILL HOLD GOOD AND SUPERSEED THE DRAWINGS. THE BIDDER IS REQUIRED TO PERUSE CAREFULLY ALL PARTS OF TENDER DOCUMENTS AND DRAWINGS AND IF ANY DIFFERENCE / INCONSISTANCY IS NOTICED, HE SHALL BRING IT TO ATTENTION OF HPCL BEFORE SUBMISSION OF TENDER AND SHALL GET THE CLARIFICATION(S) REQUIRED. FAILURE TO DO SO WILL NOT ENTITLE THE SUCCESSFUL BIDDER FOR ANY EXTRA CLAIMS ON ACCOUNT OF SUCH DISCREPENCIES/INCONSISTENCIES. I. GENERAL This Preamble is to be read in conjunction with the description of various items given in the Schedule of Quantities (SOQ). These items are deemed to be a part of the SOQ and shall be read along with the same. The rates quoted for various items in SOQ are deemed to include the various provisions made herein. Whether specifically mentioned or not in the SOQ, the requirements given below shall be deemed to be included: 1. Abbreviations M.S. - Mild Steel Rmt. - Running Meter Sqm. - Square Meter Cum. - Cubic Meter Q.R.O. - Quote Rate only C / C - Centre to Centre C.M. - Cement Mortar M.T. - Metric Ton C.P. - Chrome Plated No. - Number/Each MM - Millimeter SEAL & SIGNATURE OF BIDDER 25

26 G.I. - Galvanized Iron C.I. - Cast Iron All dimensions are in mm unless otherwise stated. 2. The quoted rate shall be all inclusive and cover the cost of material including wastage, freight, all types of taxes, duties, royalties, erection, construction, testing of materials, samples brought for approval, tools and tackles, plant and equipments, supervision, overheads, profit and any other expenditure incurred for completion of work as per drawings, specifications and to the full satisfaction of HPCL/Consultants. 3. The rates quoted shall be valid for working at all heights, depths and on all floor levels. No extra payment shall be made for scaffolding, staging, ladders, etc., for transportation of men and material at higher or lower levels. 4. The contractor will have to carryout the work in accordance with the drawings, technical specifications and / or other conditions laid down in tender document and to the full satisfaction of HPCL / Consultants. 5. HPCL / Consultants reserve right of operating any item for any work on any floor. 6. Rates of all items shall remain constant irrespective of floor level and no extra shall be paid for handling and stacking of material, removing debris etc. from the site. 7. Unless otherwise mentioned explicitly in this tender document, the method of measurement will be as per I.S Wherever contractor proposed to use "equivalent" makes (i.e. other than specified) he shall obtain corporation's prior approval. Corporation may consult Consultants before giving approval to the same. Any additional cost and time lost due to this will be on Contractor's account and no claims will be entertained. 9. The contractor should take approval for make & manufacturer from the consultants / HPCL before using any material which does not appear in the list of approved manufacturers. 10. Rate for all items include materials, labour, testing of materials at laboratory or site unless other wise mentioned in specification, tools & tackle, lift & lead charges, transportation charges, loading - unloading charges, insurance cover as per tender, all taxes & duties including works Contract Tax, VAT, service tax etc. 11. All materials which shall be brought on site shall be of approved make & manufacturers failing which payment shall be deducted suitably from every running bills/final bill. Percentage of the same shall be assessed by EIC / Consultants and they at their discretion either to ask contractor to remove / rectify the same or to decide the new proper rate of that particular item. 12. The electrical installation shall be carried out through a Licensed Contractor who possesses valid Licence to work in Hyderabad issued by the Electrical Licensing Authority. SEAL & SIGNATURE OF BIDDER 26

27 13. The Bidder is required to inspect the site of the work and ascertain for himself site conditions, facilities available and other aspects before quoting for the work. The bidder is also required, before quoting, to carefully peruse the tender documents, the tender drawings and connected details so as to understand clearly the scope and intent of the tender. Any claims by the successful bidder at a later date on account of his failure to comply with the above instructions will not be entertained. 14. The bidder should note that the IBMS and connected works are to be carried out and installed in the existing building. The bidder should note that he should execute his part of the work without causing any damage to any component of the building or services. Any damage so caused shall be made good at the cost and risk of the successful bidder. The successful bidder shall protect all other items of work of other agencies, such as interior furniture, electrical fixtures, flooring, piping, electrical wiring, pumps, AC ducting, AHU, Precision ACs etc. from any damage and shall be responsible for final clearing of the floor, walls etc. from their debris and materials before handing over. No extra is payable towards this the successful bidder shall include in their bid the rate all minor civil works such as chasing wall, drilling hooks etc. and making good and no extra is payable towards this. Neat house keeping at all shapes of work is the responsibility of the successful bidder, who shall also ensure that removal of debris, waste materials etc. from the site at his own cost is organised at regular basis. The successful bidder shall also be responsible for safety and security of all his materials and also for ensuring fire prevention steps are taken at all times. 15. The bidder should note that the tender drawings and other documents describing each item of the schedule are only indicative in nature and cannot be taken as complete in detail. Being tender for IBMS which calls for high end technology finish including use of good quality materials of high standard, it is expected that the bidder should understand the intent of the tender drawings and specifications and provide for materials, workmanship, finishes and accessories appropriately so as to deliver the product of high standards in keeping with the function for which the system is being specified. No claim from the contractor at a later date will be entertained for his failure to understand this condition. The decision of HPCL /Consultants in respect of the quality of materials, type of construction, fabrication / assembling, workmanship, finish, etc., shall be final and binding and the contractor's claim for not providing in his tender for such materials, construction, workmanship and finish cannot be entertained. 16. HPCL /Consultants reserve the right to insist on selection of material, workmanship, detailing and finishes which they consider are appropriate, and suitable for the intended use. The contractor is not eligible for extra claims on this account. 17. HPCL /Consultant will require the contractor to produce samples of all materials, accessories/prior to procurement / manufacture if required by client. Failure to comply with these instructions may result in rejection of the work. 18. All the works done under this contract shall be guaranteed for a period of one year from virtual date of completion of works certified by HPCL/Consultants covering, materials, workmanship and finish. Any defects or design failure or other forms of deterioration shall be made good by the contractor at his own cost within the guarantee period, immediately on being informed of such defects. Failure to comply will entail HPCL to unilaterally decide on getting the repair done through other agency at the cost and risk of the contractor. SEAL & SIGNATURE OF BIDDER 27

28 19. The contractor should use only the best material. If required by HPCL/Consultant, the contractor will be required to arrange for testing products and produce test certificate from recognised test houses to establish the quality of materials at his own cost. Any defective material not meeting with the standard shall be replaced at the contractor s own cost. 20. The bidder shall indicate the makes of all the finishing materials with catalogues in his tender, based on which rates have been quoted. The bidder shall be prepared to produce samples when called for before consideration of the tender further at his own cost and responsibility and without any liability on HPCL. 21. Testing of various materials should be carried out as per the relevant IS standards mentioned in the technical specifications attached to the tender. The following will have to be compulsorily tested by drawing random samples from materials brought to site by the party. a. Electrical / Control cables : 1 sample of each size of cable used. Party should submit manufacturer's certificates for the various materials and the above tests will be carried out in addition to the certificates submitted. Cost of testing should be borne by the party. In case of delay in testing materials, HPCL reserves the right to have the same tested at party's cost. 22. One No. of each item of the Bill of Quantities shall be made first for those items advised by HPCL and got approved before proceeding with the remaining quantum of items and work. 23. The time of completion of the entire work shall be Five months from the date of LOI/PO 24. The normal working hours for carrying out the AC job shall be from 8.00 A.M up to 7.30 PM on working days (from Monday to Friday) and shall be 8.00 AM to 6.30 PM on Saturdays and Sundays and all holidays. However the work can be continued during the night hours subjected to the permission given by the EIC and no complaints received from neighbours and police etc in line with the prevailing statutory regulation in Hyderabad/Hitec City. II. SPECIFIC CONDITIONS 1. The various works described in the Schedule of Quantities and in the drawings shall be executed in strict accordance with the specifications and drawings to the entire satisfaction of the Consultants and the HPCL. The quality of materials and workmanship shall be of high quality and shall conform to the relevant I.S. Specifications wherever applicable. 2. The bidders shall ensure that the place of work is kept neat and tidy during the progress of work and also clean at the end of each day's work. The contractor shall also ensure that the site is cleared of all rubbish, and other unwanted materials and handed over in a neat and satisfactory conditions as may be directed by HPCL /Consultants. 3. The bidders shall take maximum precaution in protecting persons, things and properties belonging to the HPCL, Public and also their own during the progress of work. The bidders will be solely responsible for any damage caused during the progress of work and the SEAL & SIGNATURE OF BIDDER 28

29 successful bidder shall indemnify the HPCL by suitable guarantee / insurance cover from any claims on any account due to damages caused during their work. 4. The contractor should maintain measurement books in which he should record measurements of work done from time to time and checked by the EIC/Consultant Site Engineer. There should be no corrections or over writing in the measurements. 5. A register should be maintained at the site which should contain the instructions issued at site by the Consultants or Employer and the instructions are properly made and recorded. 6. The Contractor on starting the work shall herewith furnish to the Client/Consultants a programme for carrying out the work stage by stage with in the stipulated time. A graph or chart on individual work shall be maintained showing the progress week by week. The Contractors shall submit to the EIC a weekly progress report stating the number of skilled and unskilled labourers employed on the works, working hours done, place, type and quantity of work done during the period. The supervision at site shall be carried out by HPCL s representative as well as the representative of the Consultants. The work progress to be reviewed in periodic site meetings at site to be decided by the HPCL and the Consultants. The BAR chart and PERT chart shall be prepared by the contractor in consultation with the Consultants and HPCL and approval shall be obtained, for the same. After approval the contractor shall faithfully adhere to the schedule and where deviations take place, the contractor shall take remedial action to compensate for the delays in completion of the project. 7. a) The Contractor shall provide at his own cost for all necessary storage on the site in a specified area for all materials, which is likely to deteriorate by the action of sun, rain or other causes due to exposure, in such a manner that all such materials, tools, etc., shall be duly protected from damage by weather or any other cause. All such stores shall be cleared away and the ground left in good and proper order on completion of this contract b) The contractor shall provide at his own cost temporary works as per drawings/specifications approved by the Consultants. The contractors should obtain approval of local authorities. The Contractor shall be responsible for removal and disposal of the temporary works before handing over the completed works to the HPCL. c) The contractor shall enclose the work place by providing temporary partitions and segregate the HPCL Zone separately such that no hindrance or inconvenience is caused to the Employees / Records. Also, this would enable dust free environment within the premises. d) All formalities including permission required to be obtained from competent authorities for making the provisions in (a), (b) and (c) above would be done by the contractors at his cost. e) Contractor should soon after the commencement of work make prototype/mock-up samples of items as required by the Consultants for the approval. HPCL / Consultants have the liberty to modify the design in such case the contractor should follow the approved samples very strictly as no extension in contract time will be granted by the HPCL / Consultants in respect of the modification of the design. SEAL & SIGNATURE OF BIDDER 29

30 8. All the toilets in the floor will be kept under lock and key, out of which one toilet shall be earmarked for use by workers. After completion of work, the toilet will be thoroughly cleaned including replacement of broken fittings etc. by the Contractors and handed over to HPCL. Any cost incurred in such cleaning, modifications etc. will be proportionately recovered from various Contractors engaged in the work. 9. The Contractor shall engage an independent Housekeeping debris removal agency on a day-to-day basis. Hence Contractor would be responsible for cleaning up the debris and waste materials accrued from his work and dispose the accumulated debris on a daily basis. If the Contractor fails to comply with this requirement, the Employer will be at liberty to direct the cleaning agency to do the regular cleaning responsibility. 10. HPCL/Consultants reserve the right to delete all /any of these associated works from the scope or include them prior to placement of work order. If awarded, the main agency shall get the associated works carried out only through approved sub-specialist in each trade if specified in the SOQ. Such works shall be done to satisfy standards of HPCL / Consultants and also to meet their requirements and specifications of HPCL. Any suggestions / modifications suggested by HPCL /Consultants for integrating these associated works with the main system of HPCL shall also be got done by the main agency to the satisfaction of HPCL /Consultants. No extra cost is payable on account of executing works through the approved agency for integrating the same with HPCL s overall scheme or implementing the suggestions given by HPCL/ Consultants. The contractor may note that they have to do day to day coordination with other agencies already mobilised in site for executing other related jobs. The contractor to also note that they will have do the work in full coordination with the interior/ AC/ fire fighting/ electrical works contractors, who are already mobilised in site. SEAL & SIGNATURE OF BIDDER 30

31 E.UNPRICED BID SEAL & SIGNATURE OF BIDDER 31

32 UN PRICED BID INTEGRATED BUILDING MANAGEMENT JOB AT DRDC, HYDERABAD S.No. DESCRIPTION UNIT QTY 1 D/S/I/C of PC for IBMS & BAS EACH 2 2 S/I/C of IBMS Software SET 1 3 S/I/C of Interface (I/O - Section I & II) SET 1 4 S/I/T/C of Monitoring Station EACH 4 5 S/I/T/C of 600 DPI Col. Inkjet Printer EACH 1 6 S/I/T/C of 600 A4 Laser Printer EACH 1 7 S/I/T/C of DDC ( I/O - Section II) EACH 1 8 S/I/T/C of DDC ( I/O - Section III) EACH 1 9 S/I/T/C of DDC ( I/O - Section IV) EACH 1 10 S/I/T/C of DDC ( I/O - Section V) EACH 1 11 S/I/T/C of DDC ( I/O - Section VI) EACH 1 12 S/I/T/C of (Chiller) DDC Cntrlr. EACH 1 13 S/I/T/C of (AHU/VFD) DDC EACH 1 14 S/I/T/C of DDC -AHU/CAHU EACH 2 15 S/I/T/C of DDC -CAHU 4Nos EACH 1 16 S/I/T/C of DDC for 22 No PAC EACH 1 17 S/I/T/C of DDC for 7 Nos PAC EACH 1 18 S/I/T/C of Sensors: BAS EACH 1 19 S/I/T/C of Immersion Temp.Sensor EACH 6 20 S/I/T/C of Duct Temp.Sensor EACH S/I/T/C of Pr.Switch for Fan EACH S/I/T/C of Pr.Switch for Filter EACH 11 SEAL & SIGNATURE OF BIDDER 32

33 S.No. DESCRIPTION UNIT QTY 23 S/I/T/C of Pr.Switch a/c Pumps EACH 7 24 S/I/T/C of Pr.Sensor EACH 2 25 S/I/T/C of Inline Flow meter EACH 1 26 S/I/T/C of Static Pr.Sensor SET S/I/T/C of Air Damper Actuator EACH S/I/T/C of Fire Damper Actuator EACH 4 29 S/I/T/C of Duct Smoke Detector EACH S/I/T/C of Fire Alarm Control Panel EACH 1 31 S/I/T/C of Fire Alarm Repeater Panel EACH 1 32 S/I/T/C of Rate of Rise Heat Detector EACH 7 33 S/I/T/C of Photoelec. Smoke Detector EACH S/I/T/C of Elec. Hooter: Fire Alarm Sys EACH S/I/T/C of Manual Call Pt: Fire Alarm Sys EACH S/I/T/C of Fault Isolation Module EACH S/I/T/C of Control Module EACH S/I/T/C of Monitor Module EACH S/I/T/C of Response Indicator EACH S/I/T/C of Gas Detection Detectors EACH 1 41 S/I/T/C Mimic Panel EACH 3 42 S/I/T/C of Displacement Lvl Trans. (UG) EACH 2 43 S/I/T/C of Displacement Lvl Trans. (OH) EACH 2 44 S/I/T/C of Central Ancmt. Consl. SET 1 45 S/I/T/C of Prog. Mixer Amplifier SET 1 46 S/I/T/C OF Equipment Rack SET 1 47 S/I/T/C of Ceiling Rung Spkr EACH S/I/T/C of Wall Mounted Spkr EACH S/I/T/C of Volume Control Units EACH 12 SEAL & SIGNATURE OF BIDDER 33

34 S.No. DESCRIPTION UNIT QTY 50 S/I/T/C of EVC Instrument EACH S/I/T/C EVC Central Console System SET 1 52 S/I/T/C of Music System SET 1 53 S/I/T/C of World Space Receiver EACH 1 54 S/I/T/C Indoor Camera 1/3" Smoked EACH S/I/T/C of IndoorCamera 1/4"Colour EACH 1 56 S/I/T/C of Outdoor Camera 1/4" Colour EACH 8 57 S/I/T/C of Power Supply Unit EACH S/I/T/C of Digital Video Record. EACH 5 59 S/I/T/C of Software: CCTV: Win. Based Lot 1 60 S/I/T/C of Keyboard with joystick EACH 1 61 S/I/T/C of 42" Plasma screen EACH 5 62 S/I/T/C of 21" LCD Monitor(colour) EACH 5 63 S/I/T/C of Outdoor Enclosure EACH 8 64 S/I/T/C of GI Post EACH 8 65 S/I/T/C of Access Contrlr.: 2 Card Rdr EACH 9 66 S/I/T/C of Access Contrlr.: 4 Card Rdr EACH 1 67 S/I/T/C of Access Contrlr.: 8 Card Rdr EACH S/I/T/C of Proximity Card Reader EACH S/I/T/C of Biometric finger Reader EACH S/I/T/C of Pin Pads EACH 7 71 S/I/T/C of Electromagnetic Lock EACH S/I/T/C of Magnetic Contacts EACH S/I/T/C of Emergency release switch EACH S/I/T/C of Door Contacts EACH 9 75 S/I/T/C of Access Control: PC station EACH 1 76 S/I/T/C of Prox.Cd/ Cd holder/ Lanyard EACH 300 SEAL & SIGNATURE OF BIDDER 34

35 S.No. DESCRIPTION UNIT QTY 77 Printing on Lable EACH S/I of Adhesive Lables EACH S/I/T/C of VESDA Laser Compact EACH S/I/T/C of VESDA Laser plus EACH 2 80 S/I/T/C of Power supply for VESDA EACH 6 81 S/I/T/C of Aspiration Tubes METERS S/I/T/C of Capillary Tubes EACH S/I/T/C of Air Termination Nozzles EACH S/I/T/C of Configurator Software EACH 1 85 S/I/T/C of High Level Interface EACH 1 86 S/I/T/C of Elec.Hooter: VESDA EACH 6 87 S/I/T/C of Panel Water Leak Detectn. SET 1 88 S/I/T/C of Module Water Leak Detectn. EACH S/I/T/C of cable. Sensor Water Leak Detectn. EACH S/I/T/C of Water Leak Elec.Hooter EACH 1 91 S/I/T/C of Glassbreak Dtctr.Water Lk EACH S/I/T/C of 80 Litres Cylinders EACH S/I/T/C of FM200 Gas KILOGRAM S/I/T/C of Primy. Completr Kit EACH S/I/T/C of Slave Completer Kit EACH S/I/T/C of FM200 Check Valve EACH S/I/T/Cof FM200 Nozzles EACH S/I/T/C of FM200 Manifold EACH 5 99 S/I/T/C of FM200 Rk-Wl.Mnt.Kit EACH S/I/T/C of FM200 MS Smls Pipe LOT S/I/T/C of two zone Gas Rls.Panel EACH S/I/T/C of Smoke Dtctr: FM 200 EACH 84 SEAL & SIGNATURE OF BIDDER 35

36 S.No. DESCRIPTION UNIT QTY 103 S/I/T/C of Resp.Indctr: FM 200 EACH S/I/T/C of Man.Rel.Switch: FM 200 EACH S/I/T/C of Abort Switch: FM 200 EACH S/I/T/C of Elec.Hooter: FM 200 EACH S/I/T/C of 80 Litres Cylinders (Spare) EACH S/I/T/C of VHFO Controller EACH S/I/T/C of Satellites for Pest Rplr. EACH S/I/T/C of of 2C 1 SQMM Us Cable(BAS) METERS S/I/T/C of 2C 1 SQMM Sc Cable(BAS) METERS S/I/T/C of 4C 1.5 SQMM Sc Cable(BAS) METERS S/I/T/C of 4C 1.5 SQMM Us Cable(BAS) METERS S/I/T/C of 2C 1.5 twisted FRLS Cable(BAS) METERS S/I/T/C of 12C 1.5 Us FRLS Cable(BAS) METERS S/I/T/C of 16C 1.5 Us FRLS Cable(BAS) METERS S/I/T/C of 2C 1.5 SQMM FRLS(FAS) METERS S/I/T/C of 2C 48/0.2 ATC PVC Cb METERS S/I/T/C of 4C 1.5 PVC Cb(PA Sys) METERS S/I/T/C of Cu Power cable(evc) METERS S/I/T/C of Cu comm cable(evc) METERS S/I/T/C of 2C 1 Multistand (ACS) METERS S/I/T/C of 12C Shielded Cu Cable METERS S/I/T/C of Data/ Network Cable (2Cx1.5) METERS S/I/T/C of RG 59 Cable METERS S/I/T/C of 4C x 1.5 twistedpair shielded cb METERS S/I/T/C of 2C x 1.5 Asp Smoke det sys METERS S/I/T/C of 2C 1.5SQMM Cb: FM 200 METERS S/I/T/C of 12C shielded copper (12Cx1) METERS 1500 SEAL & SIGNATURE OF BIDDER 36

37 S.No. DESCRIPTION UNIT QTY 130 S/I/T/C of 2C 1.0SQMM Cb (Water det sys) METERS S/I/T/C of 6C 1.0SQMM Cb (Water det sys) METERS S/I/T/C of Cb. for Pest Repeller METERS S/I/T/C of 2C 1.5 SQMM U/s Cable METERS S/I/T/C of 3C 1 SQMM Sc Cable METERS S/I/T/C of 2C 1 SQMM U/s Cable METERS S/I/T/C of 2x2C 1.5 SQMM Tw Sc METERS S/I/T/C of 3C 2.5 SQMM U/s Cable METERS S/I/T/C of 3C 1.5 SQMM U/s Cable METERS Excavation METERS Providing Inspection Chamber EACH S/P of 150mm GI ladder tray METERS S/P of 300mm GI ladder tray METERS S/I/T/C of 6KG PVC Pipe METERS S/I/T/C of 25mm MS conduit METERS S/I/T/C of wiring to IBMS Equipment METERS S/I/T/C of 2Nos 5A 3 Pin Socket SET Providing AMC for Year 1 Monthly Providing AMC for Year 2 Monthly Providing AMC for Year 3 Monthly Providing AMC for Year 4 Monthly Providing AMC for Year 5 Monthly Providing Site Acceptance Test (SAT) SET 1 S/I/T/C- supply, installation, commissioning & testing SEAL & SIGNATURE OF BIDDER 37

38 F. TIME SCHEDULE SEAL & SIGNATURE OF BIDDER 38

39 TIME SCHEDULE DESCRIPTION OF WORK: INTEGRATED BUILDING MANAGEMENT SYSTEM WORKS AT DISASTER RECOVERY DATA CENTRE, HYDERABAD LOCATION DRDC, HITEC CITY-PHASE 2,HYDERABAD COMPLETION PERIOD FROM DATE OF ISSUE OF FOI/LOI/PO 5 (FIVE) MONTHS (Excluding stabilization period) NOTE: 1) Time for completion shall be reckoned from the date of issue of Fax/ Letter of Intent/Purchase Order by HPCL which ever is earlier. 2) Time for completion shall include the time required for mobilization, demobilization, carrying out the works as per requirements of Contract Document and instructions of HPCL Engineer-in-Charge. SEAL & SIGNATURE OF BIDDER 39

40 G. SPECIAL CONDITIONS OF CONTRACT (SCC) SEAL & SIGNATURE OF BIDDER 40

41 1.0 GENERAL 1.1a Special Conditions of Contract (SCC) shall be read in conjunction with the General Conditions of Contract (GCC) also referred to as General Terms & Conditions of Works Contract, Schedule of Quantities, specifications of work, drawings and any other document forming part of this Contract wherever the context so requires. 1.1b Notwithstanding the sub-division of the document into these separate sections and volumes, every part of each shall be deemed to be supplementary of every other part and shall be read with and into the Contract so far as it may be practicable to do so. 1.1c Where any portion of the GCC is repugnant to or at variance with any provisions of the Special Conditions of Contract, then unless a different intention appears, the provision(s) of the Special Conditions of Contract shall be deemed to override the provision(s) of GCC only to the extent that such repugnancy or variations in the Special Conditions of Contract are not possible of being reconciled with the provisions of GCC. 1.1d Wherever it is stated in this Bidding Document that such and such a supply is to be affected or such and such a work is to be carried out, it shall be understood that the same shall be affected and /or carried out by the Contractor at his own cost, unless a different intention is specifically and expressly stated herein or otherwise explicit from the context. Contract Price shall be deemed to have included such cost. 1.1e The materials, design & workmanship shall satisfy the applicable relevant Indian Standards, the job specifications contained herein & codes referred to. Where the job specifications stipulate requirements in addition to those contained in the standard codes and specifications, these additional requirements shall also be satisfied. In the absence of any Standard / Specifications / Codes of practice for detailed specifications covering any part of the work covered in this bidding document, the instructions / directions of Engineer-in-Charge will be binding upon the Contractor. 1.1f In case of contradiction between relevant Indian Standards (IS Codes), GCC, Special Conditions of Contract, Specifications, Drawings and Schedule of Rates, the following shall prevail in order of precedence. i) Detailed Purchase Order along with Statement of Agreed Variations, if any, and its enclosures. ii) Fax of Intent (FOI)/Letter of Intent(LOI) iii) Schedule of Quantities iv) Preamble to the Schedule of Quantities v) Special Conditions of Contract vi) Instructions to Bidders vii) General Conditions of Contract viii) Technical Specifications ix) Relevant Indian Standards & Specifications. SEAL & SIGNATURE OF BIDDER 41

42 x) Drawings/ Data Sheets 1.7 SAFETY, FIRE FIGHTING AND SPECIFIC REQUIREMENTS OF HPCL Contractor shall provide adequate number of standard lengths of IS Stamped Fire hoses, IS Stamped DCP Fire extinguishers, fire buckets with sand and nozzles. These items can be taken back by the Contractor after completion of work. Sand shall also be maintained dry by the Contractor with fresh supply, whenever required Safety Helmets shall be provided to all the employees of Contractor including that of his labour contractors Safety Belts and Harnesses shall be provided by the Contractor in adequate number for the workers working at heights All Diesel driven equipment shall be provided with proper Flame Arrestors, Mufflers, etc as applicable Proper earthing shall be provided for all equipments and generators. 2.0 THE WORK 2.1 Scope of Work & Scope of Supply 2.2 Time Schedule The scope of work and Scope of Supply covered in this Contract will be as described in Scope of work provided in the Instructions to bidders, Preamble to the Schedule of Quantities, Schedule of Quantities, Technical Specifications, Drawings, etc. The Completion period for this job shall be 5 (FIVE) Months Time is the essence of this Contract. The period of completion given includes the time required for mobilization as well as testing, rectifications, if any, retesting, demobilization and completion in all respects to the satisfaction of the Engineer-in-Charge A joint programme of execution of work will be prepared by the Engineerin-Charge and Contractor. This programme will take into account the time of completion period of the Contract Monthly execution programme will be drawn up by the Engineer-in-Charge jointly with the Contractor based on availability of materials, work fronts and the joint programme of execution as referred to above. The Contractor shall scrupulously adhere to the Targets / Programme by deploying adequate personnel, Construction Equipment, Tools and Tackles and also by Timely Supply of required materials coming within his scope of supply as per Contract. In all matters concerning the extent of target set out in the monthly SEAL & SIGNATURE OF BIDDER 42

43 programme and the degree of achievement, the decision of the Engineer-in- Charge will be final and binding upon the Contractor Contractor shall give every day category-wise labour and equipment deployment report along with the progress of work done on previous day in the proforma prescribed by the Engineer-in-Charge. 2.3 Measurement of Works Mode of measurement will be as specified in Specifications or SOR. 2.4 Payment Terms Payment will be released within 15 days of submission of duly certified Running Account Bills at Disbursement section at Mumbai after deduction of WCST(Works Contract Sales Tax) or VAT whichever is applicable, IT(Income Tax) and any other statutory deduction as applicable from time to time, Any MRR(Materials Received Report- An internal document forwarded by HPCL Site in-charge/ Engineer to Disbursement Section along with Contractor s Bill and duly certified measurement sheets for release of payment) Deductions, LD, etc. In case of Final Bill, Payment will be released within 45 days of submission of duly certified Final Bill along with all requisite documents, drawings, etc. Payment break up for various items covered in SOR/PRICED BID is as indicated as Appendix 1 to SCC. No further alteration is permitted in approved payment break up. 2.5 Temporary Works All temporary works, enabling works, including dewatering of surface and subsoil water, preparation and maintenance of temporary drains at the work site, preparation and maintenance of approaches to working areas, adequate lighting, wherever required, for execution of the work, shall be the responsibility of the Contractor and all costs towards the same shall be deemed to have been included in the quoted prices. 2.6 Quality Assurance Detailed quality assurance programme to be followed for the execution of Contract under various divisions of works will be mutually discussed and agreed to The Contractor shall establish, document and maintain an effective quality assurance system as outlined in the specifications and various codes and standards Quality Assurance System plans / procedures of the Contractor shall be furnished in the form of a QA manual. This document should cover details of the personnel responsible for the quality assurance, plans or procedures to be followed for quality. SEAL & SIGNATURE OF BIDDER 43

44 2.6.4 The Owner/Consultant or their representative shall reserve the right to inspect/witness, review any or all stages of work at shop/site as deemed necessary for quality assurance and / or timely completion of the work The Contractor has to ensure the deployment of quality Assurance and Quality Control Engineer(s) depending upon the quantum of work and as per Minimum guaranteed deployment indicated in Form No. PF-3A of Proposal Forms Section of this Tender document. This QA / QC group shall be fully responsible to carryout the work as per standards and all codes requirements. In case Engineer-in-Charge feels that Contractor s QA/QC Engineer(s) are incompetent or insufficient, Contractor has to deploy other experienced Engineer(s) as per site requirement and to the full satisfaction of Engineer-in- Charge In case Contractor fails to follow the instructions of Engineer-in-Charge with respect to above clauses, next payment due to him shall not be released unless and until he complies with the instructions to the full satisfaction of Engineer-in-Charge The contractor shall adhere to quality assurance system enclosed as Appendix II to SCC. 2.7 Leads For the various works, in case of contradiction, leads mentioned in the Schedule of Quantities shall prevail over those indicated in the Technical specifications. 3.0 ROYALTY, INCOME TAX, SERVICE TAX AND PRICES 3.1 Royalty Deleted Contractor s quoted rates should include the royalty on different applicable items as per the prevailing State Government rates. In case, Owner is able to obtain the exemption of royalty from the State Government the Contractor shall pass on the same to Owner for all the items involving royalty. Any increase in prevailing rate of royalty shall be borne by the Contractor at no extra cost to the Owner. 3.2 Income Tax Income Tax at the prevailing rate as applicable from time to time shall be deducted from Contractor s Bills as per Income Tax Act and quoted rates shall be inclusive of this. Owner will issue the TDS (Tax Deduction at Source) Certificate. SEAL & SIGNATURE OF BIDDER 44

45 3.3 Firm Prices The contract price shall remain firm and fixed till the completion of work in all respects and no escalation in prices on any account shall be admissible to the Contractor.However variation in service tax rates for comprehensive annual maintananace contarct rates for 5 years after DLP will be allowed on submission of documentary evidence. 3.4 Taxes, Duties, Octroi, Levies etc The quoted prices shall be deemed to be inclusive of all taxes including Works Contract Sales Tax or VAT, Sales Tax, Service Tax, duties, Octroi, levies, etc. and Contractor shall not be eligible for any compensation on these accounts till the completion of contract except for AMC. Any statutory variation / liability on account of taxes, duties, Octroi etc. shall also be to Contractor s account. 4 PROVIDENT FUND,LABOUR, LABOUR LAWS AND SITE REQUIREMENTS 4.1 Provident Fund The Contractor shall strictly comply with the provisions of Employees Provident Fund Act and register himself with Regional Provident Fund Commissioner (RPFC) before commencing work. The Contractor shall deposit Employees and Employers contributions to the RPFC every month. The Contractor shall furnish along with each Running bill, the challan / receipt for the payment made to the RPFC for the preceding month. The Contractor shall furnish the code number allotted by the RPFC Authority to the Engineer-in-Charge before commencing the work In case the RPFC challan / receipt, as above, is not furnished, Owner shall deduct 16% (sixteen percent) of the payable amount from Contractor s running bill and retain the same as a deposit. Such retained amounts shall be refunded to Contractor on production of RPFC Challan / receipt for the period covered by the related running bill. 4.2 Labour License Before starting of work, Contractor shall obtain a license from concerned authorities under the Contract Labour (Abolition and Regulation) Act 1970, and furnish copy of the same to Owner. 4.3 Labour Relations In case of labour unrest/labour dispute arising out of non-implementation of any law, the responsibility shall solely lie with the Contractor and they shall remove/resolve the same satisfactorily at his cost and risk. SEAL & SIGNATURE OF BIDDER 45

46 4.3.2 The Contractor shall at all times take all reasonable precautions to prevent any unlawful, riotous or disorderly conduct by or amongst his staff and labour and to preserve peace and protection of persons and property in the neighbourhoods of the Works against such conduct. 4.4 Employment of Local Labour The Contractor shall ensure that local labour skilled and / or unskilled, to the extent available shall be employed in this work. In case of non availability of suitable labour in any category out of the above persons, labour from outside may be employed The Contractor shall not recruit personnel of any category from among those who are already employed by other agencies working at site but shall make maximum use of local labour available. 4.5 Site Cleaning The Contractor shall clean and keep clean the work site from time to time to the satisfaction of the Engineer-in-Charge for easy access to work site and to ensure safe passage, movement and working The Contractor shall dispose off the unserviceable materials, debris etc., to the earmarked area within the premises or any other location outside the premises as decided by the Engineer-in-Charge. No extra payment shall be paid on this account Review/Approval of Drawings, Design and other documents submitted by Contractor HPCL/consultant will normally require and utilize a maximum time frame of seven (07) working days from the date of Receipt for Review/Approval of Drawings, Design and other documents submitted by Contractor. Upon Review of the submitted documents, HPCL may give their comments and ask for redesign/ resubmission after necessary rectifications/ modifications and the time frame of 7 working days will be applicable for same. 4.6 Protection of Existing Facilities Contractor shall obtain all clearance (work permit) from the Owner, as may be required from time to time, prior to start of work. Work without permit shall not be carried out within the existing premises Contractor shall obtain plans and full details of all existing and planned facilities/services/utilities from the Owner and shall follow these plans closely at all times during the performance of work. Contractor shall be responsible for location and protection of all facilities/utilities and structures at his own cost. SEAL & SIGNATURE OF BIDDER 46

47 4.6.3 Despite all precautions, should any damage to any structure / utility etc. occur, the Contractor shall contact the Owner / authority concerned and Contractor shall forthwith carry out repair at his expenses under the direction and to the satisfaction of Engineer-in-Charge and the Owner/concerned authority Contractor shall take all precautions to ensure that no damage is caused to the existing facilities etc., during construction. Existing structures/facilities/utilities damaged / disturbed during construction shall be repaired and restored to their original condition by Contractor after completion of construction to the complete satisfaction of Owner. 4.7 Work Front The work involved under this Contract may include such works as have to be taken up and completed after other agencies have completed their jobs. The Contractor will be required and bound to take up as and when the fronts are available for the same and no claim of any sort whatsoever shall be admissible to the Contractor on this account. Only extension of time limit shall be admissible, if the availabilities of work fronts to the Contractor are delayed due to any reason not attributable to the Contractor and the same is clearly recorded. 4.8 Site Facilities The Contractor shall arrange for the following facilities at site, for workmen deployed/engaged by him / his sub-contractor, at his own cost: i) Arrangement for First Aid. ii) Arrangement for clean & potable drinking water. iii) A crèche where 10 or more women workers are having children below the age of 6 years. iv) Any other facility/utility as may be required under the Contract as per the existing legislation/regulations. 4.9 Contractor s Site Office and Stores Owner shall provide land only for contractor s site office and stores and fabrication yard, if any at site. However, same shall be dismantled prior to submission of Final Bill The Contractor shall remove all temporary buildings / facilities etc., before leaving the site after completion of works in all respect Construction Power and Water Owner shall not provide power and the Contractor shall be exclusively responsible to make his own arrangements for supply of power, without any extra cost to the Owner. SEAL & SIGNATURE OF BIDDER 47

48 Water required for the works shall be arranged by the Contractor. The contractor has to make all necessary arrangement for drawing water including making temporary storage, pumping etc Cement & Steel 4.11 Construction Cement and steel required for executing the work as per tender document shall be supplied by the contractor and rates quoted shall be inclusive of the same. Cement shall be OPC Grade 43/53 conforming to relevant IS standards of reputed manufacturer and shall be got approved by EIC before procurement. All Running Account Bills and final bill shall be accompanied by Cement Consumption Statement giving the detailed working of cement used vis a vis theoretical consumption. Permissible wastage shall be 3% of theoretical consumption. However this wastage shall be considered in excess of the theoretical quantity required for the various items of work. No extra payment will be made towards this wastage and the same will be on contractors account. The contractor shall be penalised for any under consumption of Rs 7000/- per MT Rules and Regulations Contractor shall observe in addition to Codes specified in respective specification, all national and local laws, ordinances, rules and regulations and requirements pertaining to the work and shall be responsible for extra costs arising from violations of the same. 5.0 Procedures 5.1 Various procedures and method statements to be adopted by Contractor during the construction as required as per the respective specifications shall be submitted to Engineer-in-Charge in due time for approval. 5.2 Security As the premises at Hyderabad is a protected area, entry into the area shall be restricted and may be governed by issue of photo gate passes. The Contractor shall arrange to obtain through the Engineer-in-Charge, well in advance, all necessary entry permits/gate passes for his staffs and labourers and entry and exit of his men and materials shall be subject to vigorous checking by the security staff. The Contractor shall not be eligible for any claim or extension of time whatsoever on this account It shall be the responsibility of the contractor to safeguard all his materials/owned from theft, damage etc. For this purpose the contractor shall be allowed to keep his own security inside HPCL premises 5.3 Drawings and Documents SEAL & SIGNATURE OF BIDDER 48

49 5.3.1 Drawings accompanying the Bidding Document are indicative of scope of work and issued for bidding purpose only. Purpose of these drawings is to enable the bidder to make an offer in line with the requirements of the owner The contractor as per scope of work shall carry out preparation of detailed and working drawings. Detailed construction layout drawings as needed shall be prepared by contractor and got reviewed/approved by Engineer-in- Charge/Consultant before taking up the work. 5.4 Rounding off All payments to and recoveries from the Contractor shall be rounded off to the nearest rupee. Wherever the amount to be paid / recovered consists of a fraction of a rupee (paise), the amount shall be rounded off to the next higher rupee if the fraction consists of 50 (fifty) paise or more and if the faction of a rupee is less than 50 (fifty) paise, the same shall be ignored. 5.5 Contractor s Billing System HPCL will provide an approved format for Measurement sheets, Bill Summary and Bill Abstract. Contractor has to ensure that these data are updated for each subsequent RA and Final Bill HPCL will utilize these data for processing and verification of the Contractor s bill. 5.6 Site Organization The Contractor shall without prejudice to his overall responsibility to execute and complete the works as per specifications and time schedule progressively deploy adequate qualified and experienced personnel together with skilled / unskilled manpower and augment the same as decided by Engineer-in-Charge depending on the exigencies of work to suit the construction schedule without any additional cost to Owner The Contractor shall provide all necessary superintendence during the execution of the Works and as long thereafter as the Engineer-in-Charge may consider necessary for the proper fulfilling of the Contractor s obligations under the Contract Such superintendence shall be given by sufficient persons having adequate knowledge of the operations to be carried out (including the methods and techniques required, the hazards likely to be encountered and methods of preventing accidents) for the satisfactory and safe execution of the Work. The workmen deployed by the Contractor should also possess the necessary license etc., if required under the existing laws, rules and regulations. 5.7 Additional / Extra Works SEAL & SIGNATURE OF BIDDER 49

50 Owner reserves the right to execute any additional works / extra works, during the execution of work, either by themselves or by appointing any other agency, even though such works are incidental to and necessary for the completion of works awarded to the Contractor. 5.8 Responsibility of Contractor It shall be the responsibility of the contractor to obtain the approval for any revision and/or modifications decided by the contractor from the Owner / Engineer-in-Charge before implementation. Also such revisions and / or modifications if accepted / approved by the Owner / Engineer-in-Charge shall be carried out at no extra cost to the owner. Any change required during functional requirements or for efficient running of system, keeping the basic parameters unchanged and which has not been indicated by the contractor in the data / drawings furnished along with the offer shall be carried out by the contractor at no extra cost to the owner All expenses towards mobilization at site and demobilization including bringing in equipment, work force, materials, dismantling the equipment, clearing the site etc. shall be deemed to be included in the prices quoted and no separate payments on account of such expenses shall be entertained It shall be entirely the contractor s responsibility to provide, operate and maintain all necessary construction equipment, steel scaffoldings and safety gadgets, cranes and other lifting tackles, tools and appliances to perform the work in a workman like and efficient manner and complete all the jobs as per time schedule Preparing approaches and working area for the movement of his men and machinery The procurement and supply in sequences and at the appropriate time of all materials, and consumables shall be entirely the contractor s responsibility and his rates for execution of work will be inclusive of supply of all these items. 5.9 Coordination with other agencies Contractor shall be responsible for proper coordination with other agencies operating at the site of work so that work may be carried out concurrently, without any hindrance to others. The Engineer in Charge shall resolve disputes, if any, in this regard, and his decision shall be final and binding on the Contractor Underground and overhead structures The Contractor will familiarize himself with and obtain information and details from the Owner in respect of all existing structures, and utilities SEAL & SIGNATURE OF BIDDER 50

51 existing at the job site before commencing work. The Contractor shall execute the work in such a manner that the said structures, utilities, etc. are not disturbed or damaged, and shall indemnify and keep indemnified the Owner from and against any destruction thereof or damages thereto Documents required with final bill Statement of final bills issue of No Claim/ No Due Certificate The Contractor shall furnish a No-Claim/No-Due declaration indicating that there are no balance dues to his sub-vendor/sub-contractors/labour contractors along with the Final Bill Working hours Depending upon the requirement, time schedule / drawing/ programme and the target set to complete the job in time, the works may also have to continue beyond normal working hours/night hours / holidays or during such periods with out causing any inconvenience to the neighbours/others with due permission from EIC, for which no extra claim shall be entertained. However for all such working contractor s responsible representative shall be available at site to receive the work permit to be issued by HPCL. With out responsible representative of the contractor, no work shall be allowed inside the premises. 6.0 TESTS, INSPECTION AND COMPLETION 6.1 Tests and Inspection The Contractor shall carry out the various tests as enumerated in the technical specifications of this Bidding Document and technical documents that will be furnished to him during the performance of the work at no extra cost to the Owner All the tests either on the field or at outside laboratories concerning the execution of the work and supply of materials by the Contractor shall be carried out by Contractor at his cost The work is subject to inspection at all times by the Engineer-in-Charge. The Contractor shall carry out all instructions given during inspection and shall ensure that the work is being carried out according to the technical specifications of this bidding document, the technical documents that will be furnished to him during performance of work and the relevant codes of practice Compressed air for carrying out works,if required shall be arranged by the Contractor at his own cost For material supplied by Owner, Contractor shall carry out the tests, if required by the Engineer-in-Charge, and the cost of such tests shall be SEAL & SIGNATURE OF BIDDER 51

52 reimbursed by the Owner at actual to the Contractor on production of documentary evidence All results of inspection and tests will be recorded in the inspection reports, proforma of which will be approved by the Engineer-in-Charge. These reports shall form part of the completion documents. Any work not conforming to execution drawings, specifications or codes shall be rejected and the Contractor shall carry out the rectifications at his own cost. 6.2 Final Inspection After completion of all tests as per specification the whole work will be subject to a final inspection to ensure that job has been completed as per requirement. If any defect is noticed, the Contractor will be notified by the Engineer-in-Charge and he shall make good the defects with utmost speed. If however, the Contractor fails to attend to these defects within a reasonable time (time period shall be fixed by the Engineer-in-Charge) then Engineer-in- Charge may have defects rectified at Contractor s cost. 6.3 Inspection of Supply Items All inspection and tests on bought out items shall be made as required by specifications forming part of this contract. Various stages of inspection and testing shall be identified after receipt of Quality Assurance Programme from the contractor / manufacturer Inspection calls shall be given for association of Owner, as per mutually agreed programme in prescribed proforma, giving details of equipment and attaching relevant test certificates and internal inspection report of the contractor. All drawings, general arrangement and other contract drawings, specifications, catalogues etc. pertaining to equipment offered for inspection shall be got approved by Owner and copies shall be made available to Owner before hand for undertaking inspection The contractor shall ensure full and free access to the inspection engineer of Owner at the contractor s or their sub-contractor s premises at any time during contract period to facilitate him to carry out inspection and testing assignments The contractor / sub contractor shall provide all instruments, tools, necessary testing and other inspection facilities to inspection engineer of Owner free of cost for carrying out inspection Where facilities for testing do not exist in the contractor s / sub-contractor s laboratories, samples and test pieces shall be drawn by the contractor / subcontractor in presence of Inspection Engineer of Owner and duly sealed by the later and sent for tests in Government approved test house or any other testing laboratories approved by the Inspection Engineer at the contractor s cost. SEAL & SIGNATURE OF BIDDER 52

53 6.3.6 The contractor shall comply with the instructions of the Inspection Engineer fully and with promptitude The contractor shall ensure that the equipment / assemblies / component of the plant and equipment required to be inspected are not assembled or dispatched before inspection The contractor shall not offer equipment for inspection in painted conditions unless otherwise agreed in writing with the Owner The contractor shall ensure that the parts once rejected by the inspection engineer are not used in the manufacture of the plant and equipment. Where parts rejected by the inspection engineer have been rectified or altered, such parts shall be segregated for separate inspection and approval, before being used in the work On satisfactory completion of final inspection and testing, all accepted part of the work and equipment shall be stamped suitably and inspection certificate shall be stamped suitably and inspection certificate shall be issued in requisite copies for all accepted items. For stage inspection and for rejected items, only inspection memo shall be issued indicating therein the details of observations and remarks All inspections and tests shall be made as required by the specifications forming part of this contract. Contractor shall advise HPCL in writing at least fifteen days in advance of the date of final inspection / tests. Manufacturers inspection or testing certificate for equipment and materials supplied may be considered for acceptance, at the discretion of Engineer-in- Charge. All costs towards testing etc. shall be borne by the contractor within their quoted rates. 6.4 Documentation Completion Documents The following documents shall also be submitted by the Contractor in triplicate as part of completion documents : a) Test certificate for materials supplied by the Contractor. b) Certified records of field tests on materials / equipment, as applicable. c) Material appropriation statement as required. d) Six sets of drawings showing therein the as built conditions of the work duly approved by the Engineer-in-Charge along with one set of reproducible on polyester film (drawings prepared by Contractor) along with soft form of the same. e) Other documents as mentioned in Technical Specification AS BUILT Drawings SEAL & SIGNATURE OF BIDDER 53

54 7.0 OTHERS Upon completion of work, the Contractor shall complete all drawings to As built status (including all vendor / Sub vendor s drawings for bought out items) and provide the Owner, the following : a. One complete set of all original tracings / reproducible along with the soft form of the same in a CD. b. Six complete sets of prints. 7.1 Dispute Settlement between Govt. Dept. / PSU & PSE In the event of any disputes or differences between the Contractor and the Owner, if the Contractor is a Government department, a Government company or an undertaking in the public sector, then such disputes or differences shall be resolved amicably by mutual consultation or through the good offices or empowered agencies of the Government. If such resolution is not possible, then the unresolved disputes or differences shall be referred to arbitration of an arbitrator to be nominated by the Secretary. Department of legal affairs (Law Secretary) in terms of the Office Memorandum No. 55 / 1 / 75 CF dated 19 th December 1975 issued by the Cabinet Secretariat (Dept. of Cabinet Affairs) as modified from time to time. The Arbitration Conciliation Act 1996 shall not be applicable to the arbitrator under this clause. The award of the arbitrator shall be binding upon 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 Law Secretary whose decision shall bind the parties finally and conclusively. 7.2 Project Scheduling and Monitoring The following schedules / documents / reports shall be prepared and submitted by the CONTRACTOR for review / approval at various stages of the contract Along With Bid The Bidder is required to submit as Project Time Schedule in Bar Chart Form, along with the Bid. The Schedule shall cover all activities including mobilization etc. as per the completion time stipulated in the Bidding Document After placement of Purchase Order Upon placement of Purchase Order, Contractor has to furnish a detailed bar chart within 15 days of issue of FOI/LOI Project Review Meetings The CONTRACTOR shall present the programme and status at various review meetings as required. SEAL & SIGNATURE OF BIDDER 54

55 Monthly Review Meeting Level of Participation: Senior Officers of Owner & Contractor. Agenda a) Progress Status / statistics.. b) Completion Outlook c) Major hold ups / slippages. d) Assistance required. e) Critical issues. f) Client query / approval. Venue : Site Progress Reports I) Monthly Progress Report This report shall be submitted in three copies on a monthly basis within Ten calendar days from cut-off date as agreed upon, covering overall scenario of the work. The report shall include but not be limited to the following : a) Brief introduction of the work. b) Activities executed / achievements during the month. c) Scheduled vs actual percentage progress and progress curves for subordering, manufacturing / delivery, sub-contracting, construction activities and overall quantum wise status of purchase orders against scheduled. d) Areas of concern / problems / hold ups, impact and action plans. e) Resource deployment status. f) Annexure giving status summary for Material Requisitions and deliveries, sub-contracting and construction Distribution: OWNER Two copies & One at Site. II) Daily Report: Daily report in duplicate as out lined in of SCC and any other additional information/data/guideline/job procedure sought by Engineer-in-Charge shall be submitted without fail to HPCL at site by contractor. 7.3 General Environment Requirement The contractor has to ensure efficient use of natural resources like water, fuel oil and lubricants. The contractor should ensure proper awareness to workers to maintain a green and clean environment inside / outside the building premises. The contractor must collect and dispose of all the waste and scrap materials at the designated place only as directed by Engineer in Charge. SEAL & SIGNATURE OF BIDDER 55

56 7.4 DEFECT LIABILITY PERIOD/Warranty Period As per clause No. 5n of GTC. 7.5 Form C/D etc will not be issued by M/s HPCL 8.0 CONDITIONS SPECIFIC TO IBMS WORKS The materials, design and workmanship shall satisfy the specifications contained herein and Codes referred to. Where the technical specifications stipulate the requirement in addition to those contained in the Standard Codes and specifications those additional requirements shall also be satisfied. In the absence of any Standard/Specifications covering any part of the work covered in this tender document, the instruction/directions of HPCL/Consultant will be binding on the contractor. The contractor shall quote as per specification and shall not be accepted to deviate from the same. No alternative offer shall be accepted for the works. All IBMS works shall be of high quality, complete and fully operational including all necessary items and accessories whether or not specified herein. All IBMS works shall be completed in accordance with the regulations and standards to the satisfaction of the HPCL/Consultants. The general provisions, special provisions and general requirements apply to the entire installation. During the progress of work completed portion of the building may be occupied and be put to use by the owner but the contractor shall remain fully responsible for the maintenance of IBMS works till the entire work covered by this contract is satisfactorily completed by him and handed over to the owner. Contractor shall calculate the requirement of Gas for Suppression system for Data Center areas and conform to the conditions specified in the basis of design. 8.1 WORK AND WORKMANSHIP To determine the acceptable standard of workmanship, the Owner/Consultant may order the Contractor to execute certain portions of works and services under the close supervision of the Owner/Consultant. On approval, they shall be labelled as guiding samples so that further works are executed to conform to these samples. 8.2 ASSOCIATED CIVIL WORKS Major Civil works associated with IBMS are excluded in the scope work, but Main building cable entry including the inspection chambers to be carried out by IBMS Contractor only, under separate item. Mounting arrangements for the units shall be carried out by IBMS contractor only, at no extra cost. 8.3 ASSOCIATED ELECTRICAL WORKS Major electrical works are excluded from the scope of IBMS contractor and the incoming cables for all panels shall be provided by Electrical contractor the same shall be coordinated SEAL & SIGNATURE OF BIDDER 56

57 with electrical contractor. Electrical cabling for the items covered in the tender are in the scope of IBMS vendor and shall be paid under the relevant item. Design, Supply, Installation, Testing and Commissioning of control cables as per I/O Summary and Scope Matrix shall be carried out by the IBMS contractor. 8.4 PROTECTION OF OTHER CONTRACTOR S WORKS AND SAFETY OF PERSONNEL AT SITE In view of other contractors and agencies being engaged on site and shall be working simultaneously, the Contractor shall ensure at all times that during the execution of his work or during the operations and movements of equipment and supply vehicles and machinery no damage or injury is caused to the work or property or personnel of other contractors and agencies. In case of any such loss or damage the Contractor shall take full responsibility for the same and shall bear all cost and expenses thereof. The Contractor shall be responsible and liable for all delays caused due to such damage and or injury and for the consequences which the other Contractors and Agencies may have to face or to which they may be subjected to or be accountable for as a result of such delays. 8.5 DESIGN BASIS The design of the Integrated System shall have integration of the smallest sensor to the operator workstations (Computers) with all function of the entire building services available at the control stations. Integration shall mean all the parts of system are connected together through software and shall share all the information. The integration of all systems shall be achieved through software programs, electronic components, hardware packaging and communication network through Local Area Network. 8.6 INSPECTION AND TESTING The contractor shall provide all necessary instruments and labour for testing, shall make adequate records of test procedures and readings, shall repeat any tests requested by the Owner/Consultants and shall provide test certificates signed by a properly authorized person. Such test shall be conducted on all materials and equipment s and on completed work as called for by the Owner/ Consultants. If it is proved that the installation or part there of is not satisfactorily carried out then the contractor shall be liable for the rectification and re-testing of the same as called for by the Owner/Consultants at the cost of the contractor. The Owner/Consultants decision as to what constitutes a satisfactory test shall be final. The above general requirements as to testing shall be read in conjunction with any particular requirements specified elsewhere. A test house/agency approved by the Owner/Consultants shall carry out all tests. SEAL & SIGNATURE OF BIDDER 57

58 8.7 SAMPLES AND CATALOGUES Before ordering the necessary material for these installations, the contractor shall submit Technical data sheets for all the IBMS components & all other instruments & controls to the Owner/Consultants for approval. A sample of every kind of material such as electrical/ control cable, display panel etc shall be got approved. Vendor shall get approval for QAP for each item as mentioned above before siting the item. Also the contractor shall ensure that the dimensional details of the equipment fit into the allotted space provided in the building. 8.8 VENDOR AND SHOP DRAWINGS The contractor shall prepare and submit to the Owner/Consultants for his approval six (6) sets of detailed layout of all IBMS equipments and wiring layouts/ducting layouts. He shall prepare shop drawings incorporating the details given by manufacturers for the items included in his contract and also owner supplied items and any other items which need to be coordinated with other contractors for interfacing. Before starting the work, the contractor shall submit to the Owner/Consultants for his approval in the prescribed manner, the shop/execution drawings for the entire installation. The Owner/Consultants, reserves the right to alter or modify these, if they are found to be insufficient or not complying with the established technical standards or if they do not offer the most satisfactory performance or accessibility for maintenance. Contractor shall supply in six (6) sets of all approved shop drawings for execution. 8.9 AS BUILT At the completion of work and before issuance of certificate of virtual completion the contractor shall submit six (6) sets to the Owner/Consultants, layout drawing drawn at appropriate scale indicating the complete system as installed along with the softcopy of the same in CD INSTRUCTION / MAINTENANCE MANUAL The Contractor shall prepare and produce instruction, operation and maintenance manuals in English for the use, operation and the maintenance of the supplied equipment and installations and submit to the Owner/Consultants in (6) copies at the time of handing over. The manual shall generally consist of the following: Description of the project. Operating instructions. Maintenance instructions including procedures for preventive maintenance. Manufacturer s catalogue for various equipments installed. Trouble shooting charts. Schematic & control wiring diagrams. Type and routine test certificates of major items. One (1) set of reproducible As Built tracings on cloth and CD. SEAL & SIGNATURE OF BIDDER 58

59 8.11 COMPLETION CERTIFICATE On completion of the IBMS system installation and commissioning a certificate shall be furnished by the contractor countersigned by the site-in charge and/or consultant, under whose direct supervision the system installation and commissioning was carried out. The defect liability period shall commence thereafter which shall continue for a period of one (1) year. The comprehensive annual maintenance contract shall come into effect after completion of Defect Liability Period GUARANTEE: At the close of the work and before issuance of final certificate of virtual completion by the Owner/Consultants, the contractor shall furnish written guarantee indemnifying the owner against defective materials and workmanship for a period of twelve Months after virtual completion of the work. The contractor shall be fully responsible for reinstallation or replacement free of cost to owner, for the following: a. Any defective work or material supplied by the Contractor. b. Any material or equipment supplied by the owner, which is damaged or destroyed as a result of defective workmanship by the contractor. c. Any material or equipment damaged or destroyed as a result of defective workmanship by the contractor MAINTENANCE OF PLANT AND TRAINING OF PERSONNEL The contractor shall train the Owners personnel or his authorised representative to operate the IBMS system including all its components and carry out routine checks for a period of 3 months after issuance of virtual completion certificate. The necessary formats for carrying out such routine inspections shall be developed by the contractor and handed over to the owner for recording on the same. The contractor shall during this period have adequate number of skilled personnel stationed in the building who would interact with the owner s representative for training of owner s personnel. If found necessary during the period of installation and testing, the contractor shall train such owner s personnel at his works at no extra cost to the Owner WORK PROGRESS REPORT. The Contractor shall provide the following while carrying out the execution/planning of works: Detailed schedule of events with completion date Fortnightly report showing progress of work Program of works for upcoming weeks every fortnightly Updated PERT charts with monthly progress SEAL & SIGNATURE OF BIDDER 59

60 APPENDIX -1 TO SCC TERMS OF PAYMENTS 1.1 The basis and terms of payment without prejudice to any other mode of recovery available to Owner, shall be as given below: 1.2 The Contractor shall be paid monthly running account bills at stages of completion of individual item / work, based on the joint measurement, in the following manner after deductions of necessary dues payable by Contractor to the Owner such as Retention money, Taxes, Duties etc. in accordance with various provisions made elsewhere in this document. 1.3 SPECIAL PAYMENT TERMS Following payment shall be made to the contractor against the running bills subject to the rate awarded to him and the clause regarding retention money as per general terms and conditions.! " #$ % & ' $% ()! " #$ % & ' Item No- 147 to AMC. SEAL & SIGNATURE OF BIDDER 60

61 Monthly payments shall be released after satisfactory completion of Maintenance for the previous month. All items which are not covered under the above payment terms will as under. 95 % on completion of the item 5% after completion of site acceptance test. SEAL & SIGNATURE OF BIDDER 61

62 APPENDIX-2 TO SCC QUALITY ASSURANCE PROGRAMME CONTENTS CLAUSE DESCRIPTION 1.0 INTRODUCTION 2.0 DEFINITIONS 3.0 SCOPE OF WORK BY CONTRACTOR 4.0 QUALITY ASSURANCE SYSTEM REQUIREMENTS SEAL & SIGNATURE OF BIDDER 62

63 1.0 INTRODUCTION This specification establishes the Quality Assurance requirements to be met by Contractors (including turnkey contractors) and vendors. In case of any conflict between this specification and other provisions of the contract / purchase order, the same shall be brought to the notice of HPCL, at the stage of bidding and shall be resolved with HPCL, prior to the placement of order. 2.0 DEFINITION 2.1 Bidder For the purpose of this specification, the work Bidder means the person(s), firm, company or organization who is under the process of being contracted by HPCL/Owner for delivery of some products (including service). The word is considered synonymous to supplier, contractor or vendor. 2.2 Correction Action taken to eliminate the detected non-conformity refers to repair, rework of adjustment and relates to the disposition of an existing non-conformity. 2.3 Preventive Action Action taken to eliminate the causes of a potential nonconformity, defect or other undesirable situation in order to prevent occurrence. 2.4 Process Set of inter-related resources and activities which transform inputs into outputs. 2.5 Special Process Process requiring pre-qualification of their process capability. ` 3.0 SCOPE OF WORK BY CONTRACTOR 3.1 Prior to award of contract The bidder shall understand scope of work, drawings, specifications and standards etc., attached to the tender /bid document, before he makes an offer The bidder shall submit milestones chart showing the time required for each milestone activity and linkages between different milestone activities along with overall time period required to complete the entire scope of work The bidder shall develop and submit manpower and resource deployment chart. SEAL & SIGNATURE OF BIDDER 63

64 3.1.4 The bidder shall submit, along with the bid, a manual or equivalent document describing / indicating / addressing various control / check points for t he purpose of quality assurance and the responsibilities of various functions responsible for quality assurance. 3.2 After the award of contract The bidder shall submit the schedule for submission of following documents in the kick-off meeting or within ten days of the placement of order, whichever is earlier. - Quality plan for all activities, required to be done by the bidder, to accomplish offered scope of work. - Inspection and test plans, covering various control aspects. - Job procedures as required by HPCL/Owner. Various documents submitted by the bidder shall be finalized in consultation with HPCL. Here it shall be presumed that once a bidder has made an offer, he has understood the requirements given in this specification and agrees to comply with them in totality unless otherwise categorically so indicated during pre-award stage through agreed deviation / exception request. All quality assurance documents shall be reviewed by concerned HPCL functional groups and the bidder shall be required to incorporate all comments within the framework of this specification at this stage of the contract. It is also obligatory on the bidder that he obtains approval on every quality assurance document, before he starts using a particular document for delivery of contracted scope of work. Participation of HPCL/Owner in review / approval of quality plan / QA documents does not absolve the contractor of the contractual obligations towards specified and intended use of the product (or service) provided by him under the contract. 3.3 During job execution During job execution, the bidder shall fully comply with all quality documents submitted and finalized / agreed against the requirements of this specification. Approval of HPCL on all these documents shall be sought before start of work Bidder shall produce sufficient quality records on controlled / agreed forms such that requirements given in this specification are objectively demonstrated Bidder shall facilitate HPCL/Owner during quality / technical audits at his works / sites Bidder shall discharge all responsibilities towards enforcement of this specification on all his sub-contractors for any part of the scope which is sub-contracted. 4.0 QUALITY ASSURANCE SYSTEM REQUIREMENTS SEAL & SIGNATURE OF BIDDER 64

65 4.1.1 The bidder shall nominate an overall in-charge of the contract titled as Project Manager for the scope of work of agreed contract. The name of this person shall be duly intimated to HPCL, including all subsequent changes, if any. HPCL shall correspond only with the project manager of the bidder and shall be responsible for co-ordination and management of activities with bidder s organization and all sub-vendors appointed by the bidder After award of work the bidder may review augmentation of manpower and resources deployment chart (submitted earlier), detail it out, if so consented by HPCL/Owner and resubmit the same as Issued for implementation The bidder shall plan the contract scope of work on quality plan format such that no major variation is expected during delivery of contract scope of work. These quality plan shall be made on enclosed format complete in all respect. The quality plan shall be assumed to be detailing bidder s understanding and planning for the contract / offered scope of work. The bidder shall plan the type of resources including various work methodology which he agrees to utilize for delivery of contract scope of work. 4.3 The bidder is required to review the contract at all appropriate stages to evaluate his capabilities with respect to timely and quality completion of all activities pertaining to contracted scope of work and shall report to HPCL/Owner of constraints, if any. 4.4 The design activities, if any, performed during delivery of contract scope of work shall be so controlled that the output is reliable enough. It is expected that during development of design, the bidder shall take recourse to detailed checking, inter departmental/concerned officials reviews and documented verification methods. 4.5 For all documents which the bidder is likely to utilize for delivery of contract scope of work, a system must exist which assures that latest / required version(s) of the document(s) is available at all location / point of use. 4.6 In case the bidder decides to sub contract any part / full of the contract scope of work (without prejudice to main contract condition), the bidder shall : - Evaluate the technical and financial capabilities and past performance of the sub-contractor(s) and their products and/or services before awarding them with the sub-contracted scope of work. Selection of a sub-contractor should meet HPCL approval in documented form. - Requirement of this specification shall be enforced on sub-contracted agency also. The bidder shall choose sub-contractor based on their capability to meet requirements of this specification also. NOTE : It may so happen that, in a given situation, a sub-contractor may not have a system meeting the requirements of this specification. In all such eventualities, bidder may lend his system to sub-contractor for the contract such that sub contractor effectively meets the requirements of this specification. In all such cases HPCL shall be duly informed. SEAL & SIGNATURE OF BIDDER 65

66 4.7 Bidder shall establish methodology such that the materials supplied by the owner / HPCL shall be suitably identified in such a manner that either through identification or some other means, sufficient traceability is maintained which permits effective resolution of any problem reported in the outputs. 4.8 Critical activities shall be identified and the bidder is required to have documented methodologies which he is going to utilize for carrying out such activities under the contract scope of work. Wherever it is difficult to fully inspect or verify the output (special process) bidder shall pre-qualify, the performers and methodologies. 4.9 All inspections carried out by the bidder s surveillance inspection staff shall be in conformity to quality plans and / or inspection and test plans. All inspection results shall be duly documented on controlled / agreed forms such that results can be corelated to specific product, that was inspected / tested All inspection, measuring & test equipments (IMTEs) shall be duly calibrated as per National / International standards / codes and only, calibrated and certified IMTEs shall be utilized for delivery of contract scope of work All outputs / products delivered against contract scope of work shall be duly marked such that their inspection status is clearly evident during all stages / period of the contract All non-conformities (NCs) found by the contractor s inspection / HPCL surveillance staff shall be duly recorded, including their disposal action. The deficiencies observed during stage of the product, shall be recorded and resolved suitably. Effective corrective and preventive action shall be implemented by the bidder for all repetitive NCs, including deficiencies All deficiencies noticed by HPCL s representative(s) shall be recorded on a controlled form such deficiencies shall be analyzed by the bidder and effective and appropriate correction, corrective and preventive actions shall be implemented. Bidder shall intimate HPCL/Owner of all such corrective and preventive action implemented by him Bidder shall establish appropriate methodologies for safe and effective handling, storage, preservation of various materials / inputs encountered during delivery of contract scope of work Bidder shall prepare sufficient records for various processes carried out by him for delivery of contract scope of work such that requirements of this specification are objectively demonstrated. In case HPCL/owner finds that enough objective evidence / recording is not available for any particular process, bidder shall be obliged to make additional records so as to provide sufficient objective evidence. The decision of HPCL/owner shall be final and binding on such issues The bidder shall arrange internal quality audits at quarterly intervals, to independently assess the conformance by various performers to the requirements of this specification. The findings of such assessment shall be duly recorded and a copy shall be sent to HPCL/owner for review. For all special processes, bidder shall deploy only qualified performers. Wherever HPCL observes any deficiency, the bidder SEAL & SIGNATURE OF BIDDER 66

67 shall arrange the adequate training to the performer(s) before any further delivery of work. SEAL & SIGNATURE OF BIDDER 67

68 H. SCHEDULE OF QUANTITIES SEAL & SIGNATURE OF BIDDER 68

69 S.No. Description of Item I. INTEGRATED BUILDING MANAGEMENT SYSTEM(IBMS): Design supply, installing, testing and commissioning of Microprocesser based Intergrated Building Management System as per the detailed specifications for complete and satisfactory operation and control and to local authorities approval. Both BAS and IBMS system to be integrated in a single Central Monitoring station. Main stations and subsystems with LAN, complete with hardware and software to provide graphical users interface consisting of 1 System PC comprising Pentium IV precessor with EISA bus and with 1.0GHz minimum clock speed, minimum of 2 GB RAM (Random Access Memory), 1 mb cache, USB port, DVD combo drive & 160 GB HDD expandable, with Window NT/XP operating system. (Main server - HOT Stand by mode) 2 Windows based graphical software, (with necessary software addresses required as per I/O list) on MS windows latest edition /XP or NT platform, including Alarm Management for IBMS as per detailed specification. 3 Software and Hardware for Interfacing through a gate way for monitoring HT/LT, DG through serial Modbus interface for the data points as per the I/O List in Section-I and for Air Cooled Chillers (3 nos)[50 data points for each chiller], PAHU(24 sets)[10 data points for each], VFDs & VAVs as per the detailed AC-BAS scope matrix. The software shall also include the cost of the required drivers. MONITORING STATION AND PRINTERS: 4 Design supply, installing, testing and commissioning of monitoring Station to function as Server for remote monitoring, central archiving and web enabling win latest edition /NT server and required software to archive, database management of both IBMS and BAS system. The system shall comprise Pentium IV single or dual processor with EISA bus and with 1.0GHz minimum clock speed, minimum of 2GB RAM (Random Access Memory), 1 MBcache, CD/DVD writer & reader, USBdrives, DVD WRITER & minimum 160GB Hard disk storage. The various system shall have the following PC system seperatly. 1. BMS PC 2. ACCESS PC 3. FIRE PC 4. CCTV PC 5 Supply and commissioning of 600 DPI Colour Inkjet Printer SEAL & SIGNATURE OF BIDDER 69

70 S.No. Description of Item 6 Supply and commissioning of Single A4 size Laser Printer DIRECT DIGITAL CONTROLLER: Supply, installation, testing and commissioning of Autonomous networkable DDC Controller with 32 bit microprocessor based standalone and networkable type with real time clock and historical database of min 1 Mb with panels, peer to peer communicable DDC modules, input or output relays, terminal block, real time clock, networking and inbuilt data buffer for Following requirement as per Enclosed IO summary. 7 DDC Panel for LT Electrical Requirement. ( Refer: IO summary Section - II ). 8 DDC Panel for Water Management System ( Refer: IO summary Section - III ). 9 DDC Panel for Lighting Managemnet System. ( Refer: IO summary Section - IV ). 10 DDC Panel for Fire Fighting System ( Refer: IO summary Section - V). 11 DDC Panel for Lifts and Elevators ( Refer: IO summary Section - VI. 12 DDC Panel for Chiller ( Refer: IO summary BAS - Type-A). 13 DDC Panel for AHU with VFD ( Refer: IO summary BAS - Type-B). 14 DDC Panel for 3 Nos AHU's/CAHU with Starter ( Refer: IO summary BAS - TYPE - C). 15 DDC Panel for 4 Nos CAHU with Starter ( Refer: IO summary BAS - TYPE - D). 16 DDC Panel for 22 Nos PAC ( Refer: IO summary BAS - TYPE - E). 17 DDC Panel for 7 Nos PAC ( Refer: IO summary BAS - TYPE -F). FIELD EQUIPMENT: 18 Supply, installation, testing and commissioning of Sensors (Field Devices) as per attached technical specification for measuring outside air Temperature & RH to measure the outside ambience for BAS system 19 Supply, installation, testing and commissioning of Immersion type temperature sensors with all accessories as per attached technical specification for measuring temperature of CHW temperatures for chillers for BAS system. 20 Supply, installation, testing and commissioning of Duct Type Temperature and Rh Sensors as per attached technical specification with all duct mounting accessories as per the system AHU mentioned in I/o summary for BAS system 21 Supply, installation, testing and commissioning of Differential pressure switch as per attached technical specification to monitor the fan status as per AHU I/O listed for BAS system SEAL & SIGNATURE OF BIDDER 70

71 S.No. Description of Item 22 Supply, installation, testing and commissioning of Differential pressure switch as per attached technical specification to monitor the filter status as per the AHU I/O listed for BAS system 23 Supply, installation, testing and commissioning of Differential-pressure switch as per attached technical specification across the pumps with a Differential-pressure of 0.2 to 1 Bar as per the system requirements for BAS system 24 Supply, installation, testing and commissioning of Differential-pressure Sensors as per attached technical specification across the supply and return header operating range of 0 to 1 Bar as per the system requirements for BAS system 25 Supply, installation, testing and commissioning of In line flow meter of 200mm dia as per attached technical specification with suitable pulse counter for BAS system 26 Supply, installation, testing and commissioning of Static pressure sensor Pa for BAS system as per attached technical specification 27 Supply, installation, testing and commissioning of Spring return Damper Actuator as per attached technical specification with ON / OFF control and position feedback. Damper having a holding torque of 7Nm and With auxiliary contacts to indicate the position for BAS system. Rate shall be Inclusive of control panel with necessary wiring for Damper Actuator.) 28 Supply, installation, testing and commissioning of Spring Return Fire Damper Actuator as per attached technical specification with ON / OFF control and position feedback. Damper having a holding torque of 10Nm and With auxiliary contacts to indicate the position for BAS system 29 Supply, installation, testing and commissioning of Duct Smoke Detector as per attached technical specification with necessary IRMs (Interposing relay Modules) which is being linked by LOR of FAS system. II FIRE ALARM SYSTEM: FIRE ALARM CONTROL PANEL: SEAL & SIGNATURE OF BIDDER 71

72 S.No. Description of Item 30 Design, Supply, Installation, Testing and Commissioning of Intelligent Addressable Analogue type Micro Processor - controlled Main Fire Alarm Control Panel with 4 loops, expandable to 10 loops. Each loop capacity of minimum 126 detectors and 126 modules i.e. total loop capacity of 504 detectors & 504 modules, 640 character LCD display, networkable having 10 control modules complete with zone indicating LEDs as per the detailed specification and with Battery backup with charger for each panel. 31 Supply, Installation, Testing and Commissioning of Fire Alarm Repeater Panel with 160 character LCD display for status of Main Panel. 32 Supply, Installation, Testing and Commissioning of Rate of Rise Heat Detectors (Thermal Detectors): Addressable analogue type Heat Detectors with solid state design with sensing element combination of fixed type and rate of rise of temperature indicating LED, mounting base etc. as per detailed specifications. 33 Supply, Installation, Testing and Commissioning of Addressable analogue Photoelectric type smoke detectors with dual chamber, solid state design, indicating LED, mounting base etc. as per detailed specification. 34 Supply, Installation, Testing and Commissioning of Electronic Hooters:/Speakers solid state circulatory two tone system as per attached technical specification suitable for operation through addressable relay control module 35 Supply, Installation, Testing and Commissioning of Manual Call Points/push button stations of approved make with NO/NC contacts slim type and projecting out from the surface of enclosurewith glass suitable for addressable function as per attached technical specification 36 Supply, Installation, Testing and Commissioning of Fault Isolation Module as per attached technical specification to electrically isolate different sections of detector loops. 37 Supply, Installation, Testing and Commissioning of Addressable Control Module as per attached technical specification for AHU tripping, access card integration etc 38 Supply, Installation, Testing and Commissioning of Monitor Module for monitoring various systems. 39 Supply, Installation, Testing and Commissioning of Response Indicator as per attached technical specification for mounting on false ceiling at the entries of the cabin for indicating the operation for detectors in the above areas. SEAL & SIGNATURE OF BIDDER 72

73 S.No. Description of Item 40 Supply, Installation, Testing and Commissioning of LPG Gas Detection Detectors as per attached technical specification 41 Supply, fixing, testing and commissioning of Mimic Panel with all zones as per the attached technical specification III WATER MANAGEMENT SYSTEM: 42 Supply and installation of Displacement Level Transmitter suitable for giving a linear output (0-10V) with installtion hardware & accessories for UG Water tanks (2500 MM length for water + 600MM free board = 3100 mm total) 43 Water Management System: Supply and installation of Displacement Level Transmitter suitable for giving a linear output (0-10V) with installtion hardware & accessories. For Terrace Water tanks (1600 mm length for water level + 600mm free board = 2200mm total) IV PUBLIC ADDRESS AND EMEGENCY VOICE COMMUNICATION SYSTEM: 44 Supply, installation, testing and commissioning of Microprocessor based Central Announcement Console for selective paging up to 8 zones with necessary electronics and accessories to complete the system as per specification of Approved make. 45 Supply & installation 6 channel Programmable Mixer Amplifier with assignable priority on each channel to accept Telephone, Microphone, CD, Audio Tone from Fire Detecting System for Emergency Annoucement System etc., with in-built Compressor and Limiter as per specs. 46 Supply and installation of Pre-wired twin Equipment Rack as per the detailed specifications 47 Supply & installation of 6W Power Handling Flush Mounting Ceiling Rung Speakers with LMT of selectable wattage laps of 1.5W, 3W and 6W for all office and lift lobbies 48 Supply & installation of 6W Power wall Mounting Metal Speakers with LMT of selectable wattage laps of 1.5W, 3W and 6W for staircase areas and office floors. 49 Supply & installation of Volume Control switch at GM's Cabin, conference Hall and Meeting Room. SEAL & SIGNATURE OF BIDDER 73

74 S.No. Description of Item 50 Supply and installing Emergency Voice Communication instrument with Stainless steel plate with microphone and speaker provision 51 Supply, intallation, testing and commissioning of the Central Console system for Emergecy Voice Communication. 52 Music System: 1 No. each of AM/FM Tuner, Dual Auto Reverse Cassettee Player, 3 CD Changer, Music Source Selector, 1/3rd Octage Graphic Equalizer with in-built compressor and limiter, 2 nos. 200W, RMS Booster Amplifier having 70V and 100V output. 53 Supply and installation of "World Space" brand Receiver with necessary subcription fee for 2 years and initial Operating License for 1 year from Statutory Authority (to be renewed by HPCL therafter) V CLOSED CIRCUIT TELEVISION SYSTEM; 54 CCTV System: Supply, installation, testing and commissioning of Varifocul Colour 1/3" cameras with smoked dome indoor enclosure, 480 lines resolution and sensitivity of 1.5 lux (F1.2) including all mounting supports / brackets and fixing accessories. (Cameras shall be supported from the soffit such that its weight does not bear on to the false ceiling). 55 Supply, installation, testing and commissioning of Color high speed 1/4" Pan/Tilt/Zoom indoor camera, 480 lines resolution and sensittivity of 1 lux at F1.2 with 16X motorized zoom lens, receiver, driver, Pan/Tilt and necessay mounting support / brackets and fixing accessories. (Cameras shall be supported from the soffit such that its weight does not bear on to the false ceiling). 56 Supply, installation, testing and commissioning of Color high speed 1/4" Pan/Tilt/Zoom outdoor camera, 480 lines resolution and sensittivity of 1 lux at F1.2 with 16X motorized zoom lens, receiver, driver, Pan/Tilt and necessay mounting support / bracket, accessories as required for outdoor installation (IP 68). 57 Providing Power Supply Unit for each camera.(each camera shall be provided with dedicated power supply) 58 Supply and installation of Digital Video Recorder 16 Channel Duplex for multiplexing and digital recording, suitable for live viewing and playback while recording, motion detection and alarm event detection as specified. The storage capacity of DVR shall be minimum 500 GB. SEAL & SIGNATURE OF BIDDER 74

75 S.No. Description of Item 59 Windows based Software for remote monitoring on a PDM complete with necessary hardware modules to connect the CCTV system to the LAN Ethernet network complete with router/switch/ hub and other accessories. Software shall provide facility to serve the video images on the LAN. 60 Supply of Keyboard with joystick (connected to the digital video recorders) 61 Supply of 42" Plasma Wall-mounted type Colour Screen 62 Supply of 21" LCD Colour Monitor 63 Providing Outdoor enclosure with suitable accessories for mounting the cameras. 64 Providing 6 Mtr height GI post with necessary mounting bracket and Civil works for external cameras. VI ACCESS CONTROL SYSTEM; 65 Supply, fixing, testing and commissioning of Access Controllers for Access Control System, each with capacity of 1000 cards to connect up to 2 card readers complete with necessary hardware, Software etc., as specified for centralized securtiy monitoring. 66 Supply, fixing, testing and commissioning of Access Controllers for Access Control System, each with capacity of 1000 cards to connect up to 4 card readers complete with necessary hardware, Software etc., as specified for centralized securtiy monitoring. 67 Supply, fixing, testing and commissioning of Access Controllers for Access Control System, each with capacity of 1000 cards to connect up to 8 card readers complete with necessary hardware, Software etc., as specified for centralized securtiy monitoring. 68 Supply and commissioning of Proximity Card readers for Doors and optical turnstiles for Access Control System for centralized securtiy monitoring. 69 Supply and commissioning of Biometric Finger Readers for Access Control System as specified for centralized securtiy monitoring. 70 Supply and commissioning of Pin Pads for Access Control System as specified for centralized securtiy monitoring. SEAL & SIGNATURE OF BIDDER 75

76 S.No. Description of Item 71 Supply and commissioning of Electromagnetic Locks for Access Control System with necessary hardware as specified for centralized securtiy monitoring. 72 Supply and commissioning of Magnetic Contact for Access Control System with necessary hardware as specified for centralized securtiy monitoring. 73 Supply and commissioning of Emergency release Switch with break glass for Access Control System with necessary hardware as specified for centralized securtiy monitoring. 74 Supply and commissioning of Door Contacts for all Fire Doors for monitoring door status with necessary hardware as specified for centralized securtiy monitoring. 75 Supply and commissioning of PC station with Access Control software for issue of visitor card comprising Pentium IV processor with EISA bus and with 1.0GHz minimum clock speed, minimum of 1GB RAM (Random Access Memory), 512Kbcache, 1 x 1.44 MB 3½" diskette drive, 160GB expandable Hard Disk with suitable interfaces for Access Control System for centralized security monitoring including provision for intergration of existing cards with the proposed system. Sample card shall be provided by HPCL at the time of integration. 76 Supply of Proximity Cards (ISO proxi type), Card Holder and Lanyard for Access Control System 77 Printing Owner's logo and address on lable with Photo ID and the owner's logo/initial on the lanyard etc. 78 Supply of suitably coated Adhesive Lables for printing user details and pasting on the cards. VII ASPIRATION SMOKE DETECTION SYSTEM: 79 Supply, installation, testing and commissioning of VESDA Laser Compact as per the detailed specification for Aspiration Smoke Detection System 79.1 Supply, installation and commissioning of Versda Laser plus system as per detailed specification for aspirating fire fighting system. 80 Supply and Installation of Power Supply Unit for the VESDA Detectors 81 Supply, installation, testing and commissioning of Aspiration Tubes as per the detailed specification for Aspiration Smoke Detection System SEAL & SIGNATURE OF BIDDER 76

77 S.No. Description of Item 82 Supply, installation, testing and commissioning of Capillary Tubes as per the detailed specification for Aspiration Smoke Detection System 83 Supply, installation, testing and commissioning of Air Termination (Nozzles) as per the detailed specification for Aspiration Smoke Detection System 84 Supply, installation and commissioning of Vesda Configurator software as per the detailed specification for Aspiration Smoke Detection System 85 Supply, installation, testing and commissioning of High Level Interface as per the detailed specification for Aspiration Smoke Detection System 86 Supply, installation, testing and commissioning of Electronic Hooter for Aspiration Smoke Detection System VIII WATER LEAK DETECTION SYSTEM: 87 Supply, installation, testing and commissioning Water Leak detection panel with battery as per specification. 88 Supply, installation, testing and commissioning Water Leak detection module as per specification. 89 Supply, installation, testing and commissioning Water leak detection cable sensor (10 Mtrs) as per specification. 90 Supply, installation, testing and commissioning Electronic Hooter as per specification. 91 Supply, installation, testing and comissioning of Glass break detector as per specification. VIII GAS SUPRESSION SYSTEM: Ltrs. Cylinder with Valve for Gas Supression System (FM 200)/HFC 227 including design, supply, installation, testing and commissioning of the system as per detailed specifications and attached drawings for different zones on the First Floor Data Center area. 93 FM 200/HFC 227 gas for Gas Supression System (FM 200/HFC227) including design, supply, installation, testing and commissioning of the system as per detailed specifications and attached drawings for different zones on the First Floor Data Center area. SEAL & SIGNATURE OF BIDDER 77

78 S.No. Description of Item 94 Primary Completer Kit complete with Solenoid & Gauge assembly, Discharge Tube, Manual Pneumatic Actuator, Flex Hoses, Warning Sign, Nameplate and Connectors for Gas Supression System (FM 200/HFC 227) as per detailed specifications and attached drawings for different zones on the First Floor Data Center area. 95 Slave completer Kit complete with Discharge Tube, Flex Hoses, Pressure Gauge, Elbows and Connectors for Gas Supression System (FM 200/HFC 227) as per detailed specifications and attached drawings for different zones on the First Floor Data Center area. 96 Check Valve for Gas Supression System (FM 200/HFC 227) as per detailed specifications and attached drawings for different zones on the First Floor Data Center area. 97 Nozzles for Gas Supression System (FM 200/HFC 227) as per detailed specifications and attached drawings for different zones on the First Floor Data Center area. 98 Manifold (Multi-way) for Gas Supression System (FM 200/HFC 227) as per detailed specifications and attached drawings for different zones on the First Floor Data Center area. 99 Rack - Wall Mount Kit for Gas Supression System (FM 200/HFC 227) as per detailed specifications and attached drawings for different zones on the First Floor Data Center area. 100 M.S. Seamless pipes as per ASTM A 106 Gr. B, schedule 40 with necessary fittings for Gas Supression System (FM 200/HFC 227) as per detailed specifications and attached drawings for different zones on the First Floor Data Center area including the charges for the Third Party Inspection as per the Data Sheets and QAP Zone Gas Release Panel with Battery Backup as Detection & Control equipment as per detailed technical specifications for Gas Supression system 102 Conventional Smoke Detector as Detection & Control equipment as per detailed technical specifications for Gas Supression system 103 Response Indicator as Detection & Control equipment as per detailed technical specifications for Gas Supression system 104 Manual Release Switch as Detection & Control equipment as per detailed technical specifications for Gas Supression system SEAL & SIGNATURE OF BIDDER 78

79 S.No. Description of Item 105 Abort Switch as Detection & Control equipment as per detailed technical specifications for Gas Supression system 106 Electronic Hooter as Detection & Control equipment as per detailed technical specifications for Gas Supression system 107 Spare 80 Ltrs. Cylinder with Valve for Gas Supression System (FM 200/HFC 227) IX ULTRASONIC PEST REPLLER SYSTEM 108 Supply, installation, testing and commissioning of VHFO controller for the Ultrasonic Pest Repeller system as per the detailed technical specifications. 109 Supply, installation, testing and commissioning of Satellites for the Ultrasonic Pest Repeller system as per the detailed technical specifications.satellites X CABLES Cables for BAS system: Supply, laying, terminating,testing and commissioning of 2 Core 1.0 SQ. MM, GI armoured ATC conductor multistranded, Unscreened FRLS cable. [For ON / OFF Command & various status / Power Supply for Field Devices] Supply, laying, testing and commissioning of 2 Core 1.0 SQ. MM, GI armoured ATC conductor multistranded, screened FRLS cable. [For Sensors] Supply, laying, terminating,testing and commissioning of 4 Core 1.5 SQ. MM, GI armoured ATC conductor multistranded, screened FRLS cable. [ForModulating Actuator & T & Rh sensors ] Supply, laying, terminating, testing and commissioning of 4 Core 1.5 SQ. MM, GI armoured ATC conductor multistranded, Unscreened FRLS cable. [For ON/ OFF Actuator ] Supply, laying, terminating,testing and commissioning of 2 Core 1.5 Sq.mm GI armoured twisted pair shielded FRLS cable for bus connection.[for communication] Supply, laying, terminating,testing and commissioning of 12 Core 1.5 SQ. MM, GI armoured ATC conductor multistranded, Unscreened FRLS cable. [For ON / OFF Command & various status / Power Supply for sec I to XI 's Field Devices.] Supply, laying, terminating,testing and commissioning of 16 Core 1.5 SQ. MM, GI armoured ATC conductor multistranded, Unscreened FRLS cable. [For ON / OFF Command & various status / Power Supply for sec I to XI 's Field Devices] SEAL & SIGNATURE OF BIDDER 79

80 S.No. Description of Item CABLES FOR FIRE ALARM SYSTEM: 117 Supply, laying, terminating,testing and commissioning of 2C 1.5 armoured FRLS cable of approved make (suitable for addressable analogue Fire Alarm Systems) in ceiling with suitable clamps and screws CABLES FOR PUBLIC ADDRESS AND EMERGENCY VOICE COMMUNICATION SYSTEM: 118 Supply, laying, terminating,testing and commissioning of 2 Core 48/0.2 ATC with Armoured PVC insulated Twin Twisted Loudspeaker cable for connection between amplifier and speakers. 119 Supply, laying, terminating,testing and commissioning of 4 Core 1.5 sq.mm PVC insulated steel Armoured UG cable for PA system 120 Supply, laying, terminating,testing and commissioning of suitable core copper Power Cable for EVC equipments. 121 Supply, laying, terminating,testing and commissioning of suitable core copper Communication Cable for EVC equipments. 122 CABLES FOR ACCESS CONTROL SYSTEM Supply, laying, terminating,testing and commissioning of Cable from electromagnetic lock/sensor to Controller -2 C 1Sqmm multistand armoured cable Supply, laying, terminating,testing and commissioning of Cable from Reader to Controller - 12 C 1sqmm multistand shielded armoured cable Supply, laying, terminating,testing and commissioning of Data/network cable -2 Core 1.5 Sq.mm armouredtwisted pair shielded cable for bus connection[for communication] CABLES FOR CLOSED CIRCUIT TELEVISION SYSTEM 125 Supply,laying, terminating, testing and Commissioning of RG 59 Coaxial armoured Cable in ceiling/existing cable tray. The rate shall inclusive of all fixing accessories for cables 126 Supply,laying, terminating, testing and Commissioning of 4 Core 1.5 Sqm Twisted pair Shielded armoured cable in ceiling/existing cable tray. The rate shall inclusive of all fixing accessories for cables. (For PTZ camera and power supply.) CABLES FOR ASPIRATION SMOKE DETECTOR SYSTEM: 127 Supply, laying, terminating,testing and commissioning of 2C x 1.5 Sq.mm Cu. Armoured Cable for Aspiration Smoke Detection System CABLES FOR GAS SUPRESSION SYSTEM: SEAL & SIGNATURE OF BIDDER 80

81 S.No. Description of Item 128 Supply, laying, terminating,testing and commissioning of 2C x 1.5 Sq.mm. Cu. Armoured Cable for Gas Supression system CABLES FOR WATER MANAGEMENT SYSTEM: 129 Supply, laying, terminating,testing and commissioning of 12C sheilded copper armournd cable for OH tank controller and UG tank CABLES FOR WATER LEAK DETECTION SYSTEM: 130 Supply, laying, terminating,testing and commissioning of 2C x 1.0 Sq.mm copper conductor PVC insulated cable for Water Leak detection 131 Supply, laying, terminating,testing and commissioning of 6C x 1.0 Sq.mm copper conductor PVC insulated cable for Water Leak detection CABLES FOR ULTRASONIC PEST CONTROL SYSTEM: 132 Supply, laying, terminating,testing and commissioning of suitable cable for the Ultrasonic Pest Repeller system Cables for other micelleanous work: 133 Supply, laying, termination, testing and commissioning of 2C 1.5 Sqmm unscreened, Armoured cable. 134 Supply, laying, termination, testing and commissioning of 3C 1 Sqmm screened cable 135 Supply, laying, termination, testing and commissioning of 2C 1 Sqmm unscreened Armoured cable. 136 Supply, laying, termination, testing and commissioning of 2 x 2C 1.5 Sqmm twisted pair screened cable 137 Supply, laying, termination, testing and commissioning of 3C 2.5 Sqmm unscreened Armoured cable. 138 Supply, laying, termination, testing and commissioning of 3C 1.5 Sqmm unscreened Armoured cable. XI Miscellaneous: 139 Excavation of existing ground at the depth of 900mm'level from existing ground level for a width of 300mm and backfilling etc. for laying the PVC piping. Extra earth after backfilling to be levelled in low lying area as directed by the Site incharge. SEAL & SIGNATURE OF BIDDER 81

82 S.No. Description of Item 140 Supply, providing, construction of 600 x 600mm Inspection chamber for PVC pipes with Heavy duty Manhole cover at every 30m distance for taking the cable from building to building. 141 Supply, providing, fixing of 150 mm GI cable tray for taking the cables including fixing accessoreis, supporting angles etc. 142 Supply, providing, fixing of 300 mm GI cable tray for taking the cables including fixing accessoreis, supporting angles etc. 143 Supply and laying of 110 mm dia PVC pipe (6 Kg) in execavated ground. Spacer shall be provided for every 3 mtr distance. The rate shall including necessary coupler, bend etc. 144 Supply and laying 25mm dia MS conduit of approved make for laying of IBMS cables including necessary accessories like bend, junction box fixing of clamps etc., complete. The conduit shall be recessed in wall including chipping, roup plastering etc. 145 Providing wiring to the IBMS equipment using 2 Runs of 2.5 Sqmm insulated copper cable with 1R-2.5mm for earthing inside the suitable size MS conduits with clamp and fixing accessories - The supply should be taken from existing UPS DB 146 Providing supply and fixing of 2 Nos of 5A 3Pin socket with 3R 1.5Sqmm insulated copper cable in suitable MS conduits with all necessary fixing accessories. (Supply to be taken from nearest DB.) XII Annual Maintanance Contracts: 147 Providing AMC for the entire Integrated Building Management System for the Year 1 following succesful completion of Defect Liability Period as detailed in the specifications. 148 Providing AMC for the entire Integrated Building Management System for the Year 2 following succesful completion of Defect Liability Period as detailed in the specifications. 149 Providing AMC for the entire Integrated Building Management System for the Year3 following succesful completion of Defect Liability Period as detailed in the specifications. SEAL & SIGNATURE OF BIDDER 82

83 S.No. Description of Item 150 Providing AMC for the entire Integrated Building Management System for the Year 4 following succesful completion of Defect Liability Period as detailed in the specifications Providing AMC for the entire Integrated Building Management System for the Year 5 following succesful completion of Defect Liability Period as detailed in the specifications. XIV Site Acceptance Test:(SAT) 151 Providing Site Acceptance Test of IBMS System ( inclusive of other vendor's supplied equipment also) for ensure the smooth and proper functioning of IBMS as per enclosed specification including submission of comprehensive documentation for operation and maintenance of the system. SEAL & SIGNATURE OF BIDDER 83

84 I. TECHNICAL SPECIFICATIONS SEAL & SIGNATURE OF BIDDER 84

85 INDEX FOR TECHNICAL SPECIFICATION S.no Description of works Page no SUB-SECTION-A INTEGRATED BUILDING MANAGEMENT SYSTEM SUB-SECTION B BUILDING AUTOMATION SYSTEM for HVAC Control SUB-SECTION C List of Components to be Intergrated through IBMS & BAS SUB-SECTION D Analog Addressable FIRE DETECTION SYSTEM SUB-SECTION E High Sensitivity Very Early SMOKE DETECTION SYSTEM 6 SUB-SECTION F PA SYSTEM and EVC SYSTEM 7 SUB-SECTION G ACCESS CONTROL SYSTEM 8 SUB-SECTION H WATER LEAK DETECTION SYSTEM 9 SUB-SECTION I CCTV 10 SUB-SECTION J- GAS BASED FIRE SUPRESSION SYSTEM 11 SUB-SECTION K - ULTRASONIC PEST REPELLENT SYSTEM 10 SUB-SECTION L - I/O SUMMARY FOR BAS 11 SUB-SECTION M- I/O SUMMARY 12 SUB-SECTION N - SITE ACCEPTANCE TEST 13 SUB-SECTION-O COMPREHENSIVE ANNUAL MAINTENANACE CONTRACT 14 SUB-SECTION P CONTROL/ SIGNALCABLES SEAL & SIGNATURE OF BIDDER 85

86 Sub Section A (IBMS and BAS) 1.0 GENERAL 1.1 Introduction: The proposed system shall be a fully Integrated Building Management System (IBMS) incorporating the following functional sub-systems: Vertical transportation system Lighting management system Electrical System Various parameters monitoring UPS Monitoring system HVAC Water level Monitoring System with Auto Pump control Fire Alarm System Aspiration smoke detection system FM 200 Gas based fire Suppression system Access Control System Public Address System Closed Circuit Television System Electrical Metering Glass breaks detection system. Fire door and Fire pump monitoring system Water leakage detection system The Integrated Building Management System (IBMS) shall be designed on the basis of distributed intelligence. The system shall provide satisfactory operation without damage at 110% and 85% of rated voltage and at + 3 Hz variation of line frequency. It shall provide static, transient and short circuit protection on all inputs and outputs. Communication lines shall be protected against incorrect wiring, static transients and induced magnetic interference. Bus connected devices shall be a/c. coupled or equivalent so that any single device failure will not disrupt or halt bus communication. The Building Management System shall be fully and truly integrated to provide the endusers with full control, monitoring and management functions for both the functional subsystems. The integration shall be based on common computer operating system and operating software procedures. The integrated Building Management System envisaged for OWNER shall have state of architecture and shall accompany all the integration features that are available and work seamlessly. The integration covers with various subsystems provided by other Bidders. SEAL & SIGNATURE OF BIDDER 86

87 1.2 Compliance With Specification Compliance with the specification shall be clearly spelt out on a clause-by-clause listing. Technical information of products and software offered shall be submitted using the "Technical Data Sheets" for evaluation purposes. 2. SYSTEM ARCHITECTURE 2.1 General a) The IBMS system architecture shall be based around a modular PC network, utilizing industry standard operating systems, networks and protocols. b) The system shall allow the true distribution of system functions such as monitoring and control and graphical user interface etc. across the network to allow maximum flexibility and performance. c) To ensure highest reliability the system shall be based on a two /Three tier architecture of truly distributed and standalone intelligence. The lower level tier would comprise of the controller subsystems: viz.: the Direct Digital Controller (DDC) Units for HVAC/Building Automation functions, Intelligent Fire Alarm Panels for Fire detection/alarm Functions, Access Control System & CCTV system etc The second or higher level tier would comprise of the Central Graphic Operator Stations that would serve as the supervisory operator interface/human machine interface (HMI) for both the lower level controller subsystems. d) All the controllers on the first tier would be truly standalone devices which shall carry out all their specified designated functions on a standalone basis without the need for any /master/network communications device. These controllers shall reside on their respective bus networks. Since all controllers on each bus are to be of truly standalone and intelligent type, the bus network shall be connected to the central operator stations using only simple protocol converters. (The protocol converters shall be single board off the shelf devices that shall not have any memory modules/ independent power supply modules, memory, RTC, or any moving mechanisms such as hard drives, etc.) In systems that require any higher order intelligent mediation devices (such as system integration units, network communication units/mediator units, etc.) between the two tiers, it shall be ensured by the vendors that not more than 120 points are handled under one such unit. Vendors shall indicate this clearly in the system architecture drawing to be submitted along-with bid e) The Central Station architecture shall include support of various Wide Area Networks using standard hardware and software to link various functional nodes into a single integrated system. The network protocol used shall be industry standard TCP/IP SEAL & SIGNATURE OF BIDDER 87

88 (Ethernet). The system shall also support remote configuration and operation using standard dial-up modems/high speed modems. f) The IBMS system shall allow communications with a wide variety of control devices and software systems utilizing off the shelf driver packages. 2.2 General Central Software Specifications a) The IBMS Central Station software shall be based around the Microsoft NT 32 bit multi-tasking environment. The system shall be a true 32 bit application to take advantage of Microsoft NT s enabling technologies. b) The IBMS system shall be integrated with the startup services of Microsoft T. Log on to Microsoft NT shall not be required for IBMS system startup and running. The Microsoft NT event viewer shall be available to view startup and shutdown of the IBMS system. c) It shall be possible to connect multiple such Operator Stations on the TCP/IP network. It shall be possible for the stations to reside and merge into the users TCP / IP intranet system without use of any proprietary hardware devices. d) These IBMS remote Operator Stations shall be capable of running on the following Microsoft platforms: Windows NT or latest versions of Windows 2000 platform. e) The IBMS system shall provide Monitoring and Control of the connected facilities using standard software drivers and shall not require any custom programming to implement. All configurations shall be permissible while the system is on-line without interruption to monitoring and control on other channels. Systems that require to go off line for programming/ configuration / graphic creation shall not be acceptable. f) Specifically, IBMS Central Stations must not require "re-starting" to implement database program changes. In addition, database changes made on-line shall instantly apply system wide and shall not require a Network Operating System (eg. Netware, LAN Manager, Banyan Vines) based file server to achieve this. 2.3 Communications a) The IBMS Central system shall provide communications to the controller buses over a variety of physical media topology s as follows: RS-232 RS-422 Ethernet Proprietary Networks b) The complete system shall be capable of supporting greater than ninety separate communications links to bus networks of controller devices. Each connection shall operate independently of the others and facilities shall be provided by system displays to individually place the channels in service or out of service. SEAL & SIGNATURE OF BIDDER 88

89 c) It shall be possible for all serial connections to the IBMS Server Station to be routed via a terminal server and the LAN as an alternate to connecting directly to the host computer. d) All communications between the different tiers, i.e.: between the controller bus and central station shall take place through standard protocol converters and shall not necessitate any system integrator devices that require to be programmed, etc. To ensure integrity of each tier, systems shall not use any intermediate intelligent devices that do control functions / communications processing in between the two tiers. e) For achieving better system availability, it shall be possible for all controller bus connections to the core computer to be routed via a terminal server on the LAN rather than directly to the host computer. The system shall be capable of supporting up to 40 simultaneous network connected Operator Stations f) It shall be possible to efficiently monitor dynamic, real time data from any of the real time controllers (1 st tier) connected to the network. It shall also be possible to configure hardware and software points from the core computer for each of these controller panels using a consistent configuration data format across all panel/controller types. Systems which require an independent station/server for configuring a controller subsystem shall not be accepted. g) It shall also be possible for the IBMS software to interface to different types of controllers/devices using industry standard interface protocols such as Gould MODBUS. This shall allow for simple interfacing to other 3 rd party control devices (such as PLCs). The interface to such systems shall again be through standard protocol converters and shall not require any higher order intermediate devices such as System Interface Units, etc. Given the sufficient level of system privilege through passwords, it shall be possible to view, manipulate and analyses all data in all the controller sub-systems from any Operator Station in the system, including those operating remotely via dial-up modem links. It should be possible to view data from all or a combination of controller subsystems in any or all of the graphic pages on the stations. Systems that do not allow dial in to the system via modem link shall not be accepted. System should use industry standard, WIN NT. h) Once a controller is configured and placed in service, the system shall automatically begin background diagnostic scanning of the device to ensure that communications are monitored independently of any monitoring scanning. i) The system shall perform checks on data integrity of all data acquired from the device. If an invalid or time out response be received, the data shall be ignored and the system record the transaction as an error. Statistics shall be kept and displayed by the system on errors encountered in communication by means of a communications barometer. The barometer shall increment for every failed call and decrement for each successful call. In addition, the system shall alarm separate marginal and ailure conditions based on user defined limits to advise the operator of the device and channel that has failed. Communications statistics shall be displayed on a standard system display and shall be available as part of the reporting system or custom displays. SEAL & SIGNATURE OF BIDDER 89

90 j) In order to minimise communications traffic, the system shall automatically block data requests using contiguous addresses and the scan interval to generate scan packets, optimising throughput for a given scanning load. The system shall also provide utilities to examine scan packet allocation for each scan interval, and compile aggregate statistics on communication channel usage. k) Where supported by the controlling device, Report by Exception (RBE) protocols shall be used to reduce the scanning load of the system while improving system response. If necessary, periodic scanning may be used in conjunction with RBE to ensure data integrity. l) For Systems in which there is continuous data polling in between the two tiers, the vendors shall need to provide sufficient data to prove communications stability and acceptable response times. m) Control transactions issued by the operator shall be communicated to control devices using a write followed by read to ensure the integrity of the transaction. If the read following the write to the device indicates that the control action has failed, the operator shall be informed by means of a control failure alarm. The priority of the control failure alarm shall be configurable by the user. 3.0 Deleted 4.0 IBMS CENTRAL OPERATOR STATION 4.1 GENERAL The Integrated Building Management System (IBMS) shall be PC based concept allowing for the full integration of Direct Digital Control of Heating & Ventilation Services, Air Conditioning, Energy Management, Utility Services, Fire Alarm,fire suppression system and Access Control System, CCTV System to be controlled & monitored by one common system. The IBMS Central Operator Station hardware shall be located as specified herein and consist of a PC and printer with the following minimum specifications: System PC comprising Pentium IV precessor with EISA bus and with 1.0GHz minimum clock speed, minimum of 2 GB RAM (Random Access Memory), 1 mb bcache, UsB port, DVD combo drive & 160 GB HDD expandable, with Window NT/XP operating system. (Main server - HOT Stand by mode) The PC shall be supported with a Key board and a 15" inch colour monitor. The Keyboard shall include full upper/lower case ASCII keyset, a numeric keypad, dedicated cursor keypad. The colour monitor shall support 1024 X 65K colours and shall have a low reflective screen, a 43 line by 80 character display, front access contrast control, Ethernet 10/100 NIC, CD ROM Drive, Mouse AND PRINTER of 600 DPI Colour Inkjet Printer and Laser printer shall be provided for recording alarms, operator transactions & system reports.. Each of the printers furnished shall be identical and interchangeable. The printers furnished shall be assigned to provide one of the following disciplines specified below to meet the requirements of the specification:- SEAL & SIGNATURE OF BIDDER 90

91 Dedicated to the recording of alarm traffic only OR Dedicated to System Reports OR For both alarm recording and output of system reports The Central Operator Station Software (OS) shall be a flexible, user friendly, user programmable package that will allow the operator to construct customized graphic display screens and programs for achieving optimum monitoring, controls and information management and analysis. The OS shall include as a minimum the Operating System, Communications Control, Graphic Operator Interface (OI), Trend and History Files, Report Generator, Support Utilities, Scheduler and Time and Event Support Programs. The IBMS system shall be based around the Microsoft NT 32 bit multi-tasking environment. The IBMS system shall be a true 32 bit application to take advantage of Microsoft NT s enabling technologies. Any 16 bit system running on the Microsoft NT platform (such as those originally based on MS-DOS and Microsoft Windows 3.x) shall not be acceptable. The OS shall be a real time operating system and provide true multitasking providing concurrent execution of multiple real time programs and custom program development. The Software shall be totally user-programmable to allow an operator without any software programming skills to construct programs for control, monitoring and information analysis. All program configuration will be done in clear English language. The Software shall allow the user to modify and tailor the Operator Interface software to the specific and unique requirements of the equipment installed, the programs implemented, and to staffing and operational practices. Online modification of system configuration, program parameters, and data base shall be provided via menu selection and keyboard entry of data into preformatted selfprompting templates. 4.2 Monitoring a) The IBMS system shall support acquisition & monitoring of controller data using one of the following techniques: Periodic Scanning Report by Exception b) The system shall support a minimum of 9 scan intervals, ranging from less than 1 second to 900 seconds SEAL & SIGNATURE OF BIDDER 91

92 c) In order to minimise communications traffic, the system shall automatically block data requests using contiguous addresses and the scan interval to generate scan packets, optimizing throughput for a given scanning load. The system shall also provide utilities to examine scan packet allocation for each scan interval, and compile aggregate statistics on communication channel usage. d) Where supported by the controlling device, Report by Exception (RBE) protocols shall be used to reduce the scanning load of the system while improving system response. If necessary, periodic scanning may be used in conjunction with RBE to ensure data integrity. 4.3 System Database General The IBMS software shall provide & maintain a truly real-time database incorporating real time controller data from analogue, logical or pulse inputs. The database shall be comprise of data from all the connected subsystems viz. The DDC subsystems, the Fire Signaling Panel subsystem as well as 3 rd party PLC devices connected to the IBMS through standard interfaces The database shall be configurable by the end user without the need for any programming and shall be able to be modified on-line without interrupting operation of the system. In addition to point based information, the database shall also provide historization capabilities for analogue, digital, pulse and event based information. This database information shall be accessible by all facilities of the system such as custom displays, reports, trends, user written applications, etc. 4.4 Configuration a) All configuration of the database shall be possible while the system is on-line by users with sufficient security access. Configuration shall not require the need for any programming, compiling or linking and shall not require shutting down or restarting of the system. In addition, historical data collection shall not be interrupted for points not affected by configuration changes. Systems that require the station to go off line during configuration shall not be accepted. b) A configuration utility shall be provided with the IBMS system that shall allow configuration of all point records, printers, controller panels, and operator station connections. This utility shall be in the form of a relational database and operate in a true 32 bit environment such as Windows NT or Windows 95. The utility shall also have the ability to export information to and import information from generic Microsoft applications such as Microsoft Excel. c) The utility shall have the ability to configure database changes and download them either on the IBMS station directly or remotely via the network. The remote download is to provide password protection. SEAL & SIGNATURE OF BIDDER 92

93 d) All documentation for the configuration utility shall be provided on-line. The help facility shall operate using standard Microsoft features such as context sensitive help using the F1 function key. e) The utility shall provide features which reduce configuration time of the IBMS system. These features shall include adding multiple points, controllers etc. at once. The utility shall automatically increment names or numbers of any information that is required to be unique by the IBMS system (such as point names). The user shall be able to select multiple items (such as points) and then edit fields that are common to all selected items to assist in global changes. Standard copy and paste facilities are to be provided by the utility. f) The utility shall also support free format text fields, which the user can use for additional information such as cabinet or wire numbers. These additional fields shall be simple extensions to existing items in the database such as controller points. g) A filtering mechanism shall be provided with the utility so that only relevant information shall be viewed by the user. The filter shall provide standard choices for the user to select, and also provide user defined filtering. h) Database management reports shall be provided by the utility as standard. The utility shall also provide support for ad-hoc reporting facilities for engineering use. 4.5 Database Structure a) The real-time database shall support collection of data and storage using the following structures: Analog Point Structures Status Point Structures Accumulator Point Structures Historical Data Structures Event Data Structures User Defined Structures b) Each of the Point database structures shall be comprised as a composite point with a number of associated parameters which may be referenced relative to a single tag name. Specifically, each of these parameters shall be accessible by various sub-systems such as the Graphical Operator Interface, Report Generation system and Application Program Interface in a simple POINT.PARAMETER format without the need to know any internal storage mechanism. c) The system shall maintain portions of the database requiring frequent high-speed access as memory resident information and other less frequently accessed data as disk resident data. Memory resident data shall be checkpoint to disk every minute to minimise loss of data in the event of loss of power or other system failure. SEAL & SIGNATURE OF BIDDER 93

94 d) Database backup shall be possible with the system on-line including backup of historical based data. The backup shall be possible via standard Microsoft Windows NT operating system utilities. 4.6 Analog Point database Analog data shall be stored in a composite point database structure that provides the following parameters: Point Name Point Description Process Variable (PV) Setpoint (SP) Output (OP) Mode (MD) Up to 4 user definable inputs Scan Status Scan Period Scan Address Alarm Permit FlagAlarm Status Alarm Status Associated Display 0% & 100% Range Operator Control Level PV Clamp Flag Engineering Units Alarm Deadband Drift Deadband Control Deadband Control Time out Normal Mode Up to 4 Alarm types SP High Limit SP Low Limit OP High Limit OP Low Limit 4.7 Status Point database Status (digital) information shall be stored in a Status Point type in the database. The status point shall be capable of processing from a single to a three-bit digital input, allowing up to eight possible states. The Status Point shall be a composite point including the following parameters: Point Name Point Description Process Variable Output Mode Scan Status Scan Period Scan Address Alarm Permit FlagAlarm Priority Re-Alarm Status Associated Display Input Width Operator Control Level Output Width Output Pulse Width Control Failure Alarm Priority Control Time out Normal Mode 4.8 Accumulator Point database Data associated with pulsed inputs shall be stored in the system in an accumulator point type that shall provide automatic tracking of instrument rollover. The accumulator point data shall be stored in a composite point database structure that provides the following parameters: SEAL & SIGNATURE OF BIDDER 94

95 Point Name Point Description Process Variable Rollover Value Raw Counts Scale Value Meter Factor Scan Status Scan Period Scan Address Alarm Permit FlagAlarm Status 0% & 100% Range Associated Display Operator Control Level Engineering Units Up to 4 Alarm types 4.9 Historical database a) Historization of point data shall be configurable as part of the point definition. Historization shall be provided for both snapshots and averages with intervals ranging from 5 seconds to 24 hours. b) Once assigned to history, point data shall be available by POINT.PARAMETER access used in conjunction with a history offset to locate the particular value of interest. The graphical operator interface, trend, report generation and application interfaces shall be able to access historical data. c) Modifications to the history collection of a point shall be possible on-line without the loss of previously collected data for the point being changed or any other points in the system currently being historized Event database a) The system shall maintain a journal containing the following event information: Alarms Alarm Acknowledgments Return to Normal Operator Control Actions Operator Login & Security Level Changes On-line database Modifications Communications Alarms System Restart Messages b) Standard Displays shall be provided to show the current journal file with the most recent event at the top of the display. Subsequent page forward actions shall allow display of progressively older events. Sorting and filtering of the journal shall be possible via a standard report, which shall be configurable by filling-in-the-blanks. Coding or scripting of any kind shall not be required. c) The Event database entries shall contain the following minimum information: Time & Date Stamp Point Name SEAL & SIGNATURE OF BIDDER 95

96 Event Type Alarm Priority Point Description New PV Engineering Units d) The Event database must also be accessible from other sub-systems such as the Operator Interface, Report Generation and Application Programmers Interface. e) It shall be possible to have an on-line event file as large as the disk capacity can accommodate. For example, given the appropriate disk space it shall be capable of storing up to 1,000,000 (one million) events on-line. f) The event file shall store events in a current online buffer. When the buffer is full an alarm shall be raised advising the operator to save the file to an external media. The current online buffer contents shall then be transferred to an archive buffer to await archiving to an external media. The current online buffer shall, without interruption, continue to store current events. g) Another file area shall be available to hold archived event files ready for playback. These are event files previously archived to external media. Operators shall be able to restore previously archived files via the operator interface and a dedicated display. h) The events file system shall be fully integrated with the standard reporting system. The system shall automatically reference the restored playback file if a Report is requested containing a time search window covered by the current playback file. i) The operator shall be able to restore previously archived files and review or print them from the Operator Stations User Definable database a) In order to support other types of data such as user entered data or calculated data from other application programs, the system shall also provide a User Definable database area that can be fully integrated into the system. Data contained in this database must be accessible by: Custom Graphics Custom Reports Application Programs Network Applications using a Network Application Program Interface(API) b) The above database shall be seamlessly integrated to the IBMS system to provide for true integration and interfacing of other 3 rd party systems / software s (such as the Hotel Management Software) to integrate to the IBMS system. Systems that require protocols / source code to be written at the system level to achieve this integration shall not be acceptable. c) By means of this database, the IBMS system should be able to seamlessly read & monitor continuously the data created or provided by the 3 rd party software & then be SEAL & SIGNATURE OF BIDDER 96

97 able to use this data to carry out controls and logic in the real-time devices /controllers connected to the IBMS systems 4.12 IBMS Station Operator Interface General a) The operator interface software provided by the system shall allow for efficient communication of operational data and abnormal conditions. It shall provide a consistent framework for viewing of information for all connected controller subsystems at the first tier of the system. b) The operator interface shall be graphic based and shall be totally customized as per end user requirements. Systems with only standard displays shall not be accepted. It should be possible to view real time dynamic data from any and all of the subsystems ( fire monitoring as well as DDC ) in any graphic page. (for example : it shall be possible to view on the same graphic the temperature of a area, the status of the fire detector in an area or and any other real time controller data from any connected controller). c) Critical areas (such as alarm icons) shall be visible at all times. A predefined area on the screen shall provide operator messaging, and this area shall also be visible at all times. d) A set of standard displays for configuration, and navigation around the IBMS system are to be provided. These are to be independent of any custom (process specific) display. e) The operator interface software shall be capable of running on Windows NT, and Windows XP environments. The operator interface shall appear similar in all environments. f) The operator interface shall be interactive and totally graphics and/or icon based. Graphics shall be capable of supporting up to 65K colours at a minimum 1024 x 768 pixel resolution. g) The operator interface shall be windows based and shall employ standard Windowing conventions so as to reduce required Operator training. In particular, standard tool bar icons and drop-down menus shall be available on all standard and custom displays to allow easy access to common functions. Similarly, such functions shall also be available via a standard set of Function-Key based pushbuttons without requiring configuration. h) The operator interface shall support the ability to full screen lock the window so that users can not access other applications. If full screen lock is not enabled, support for copy and paste facilities shall be provided between the operator window and other Microsoft applications. i) Support for customized Win HELP files shall be provided for use as operator instructions. It should be possible to create customized help instructions for the operator. Systems should not be limited to the standard system help menu provided. SEAL & SIGNATURE OF BIDDER 97

98 j) User-configured displays shall be constructed using the integrated display building functions available through the Operator Station. It shall be possible to build/modify/change/enhance the graphic operator displays on any station without having to go off-line Operator Interface LAN Connection a) The operator interface shall be flexible in its connection to the IBMS station. Both serial and LAN connection shall be possible. The operator interface shall provide standard dial-up modem support. Using other packages such as Microsoft Terminal to make the modem connection shall not be acceptable. b) The operator interface LAN connection shall also be flexible to support both permanent and casual access to the IBMS core station. Those users with casual access shall automatically disconnect from the IBMS server after an idle time-out period. c) The operator interface shall support connection over poor quality, low bandwidth channels. This support shall include radio links, microwave and VSAT communications. d) To minimise bandwidth on both serial and LAN links, it shall be possible for the operator interface to only require updated dynamic information from the IBMS server. All static information shall be stored locally. For systems where static data ( such as point descriptors, displays, alarm messages, engineering units, graphics, etc.) is also transmitted on the network, vendors shall need to prove bandwidth requirement and confirm/show evidence for acceptable performance over the network under loaded conditions Operator Interface Characteristics General a) The system shall provide a windowed operator interface with the following minimum capabilities as standard. No custom programming or scripting shall be necessary to produce these: Window re-size, Zoom in, Zoom out Dedicated push buttons and Pull Down Menus to perform the following: - Associated Display - Alarm Summary - Alarm Acknowledgment - Display Sequence Forward/Backward - Previous Display Recall (minimum of 8 displays) - Graphic Call-up - Trend Call-up - Group Call-up - In Service/Out of Service command - Point Detail Alarm Zone showing highest priority, most recent (or oldest) unacknowledged alarm SEAL & SIGNATURE OF BIDDER 98

99 System Date and Time Zone Current security Level Station number Alarm Annunciation Communications Fail Annunciation Operator Message Zone Pointing and Input Devices a) The operator interface shall be capable of being mouse driven and simultaneously support keyboard data input. Both fixed menus and configurable function keys shall be supported to aid novice and experienced operator respectively. The interface shall also be capable of supporting a touch-screen for pointing and command input. b) The operator interface shall use a Tool Bar for common operator commands. The operator shall be able to request display of commonly used displays and activate system functions via Drop-Down menus c) All operator interface input shall be possible using only the pointing device and QWERTY section of the keyboard Operator Functions The following functions shall be performed through the operator interface: Display and control of field equipment Acknowledge alarms on a priority basis Initiate printing of reports Archive and retrieve event logs Change own password On-line generation of database and colour graphic displays. Monitoring of data communications channels Configure system parameters Multi-mode Window Sessions a) The core computer display unit shall also be capable of supporting multiple concurrent sessions. Each session shall allow an operator to choose between the following different modes of operation: Master Operator Station Mode: Normal operator access to the system Engineering and Maintenance Mode: System configuration or application programming Graphics builder Mode: Display construction using the Graphics Display Building package b) It shall be possible for all modes to appear as separate Windows running simultaneously on one screen. SEAL & SIGNATURE OF BIDDER 99

100 c) It must be possible to limit access to all modes via password protection Operator Security and Sign-On/Sign-Off Security Levels a) The IBMS system shall provide up to six levels of security providing varying degrees of access to system operation and configuration. The functions allowed from each security level shall be as follows: Level 1: Level 2: Level 3: Level 4: Level 5: Level 6: Signed Off mode - View start-up display only. View only with Acknowledge - Permit all Level 1 functions and in addition the operator shall be able to view displays. Typically used for an inexperienced operator. Permit all Level 1 and 2 functions and in addition the building operator shall be permitted to control points such as start/stop, disable/enable, etc. and acknowledge alarms as they occur. Permit all Level 1 through Level 3 functions in addition to accessing master time schedules, system peripherals allocation, change point engineering parameters, build reports and use most standard system configuration displays. This level shall typically be reserved for the building engineer. Permit all Level 1 through Level 4 functions in addition to accessing the engineering functions such as building and linking displays, allocating keyboard push button assignments, etc. Reserved for the building supervisor. This is the highest level of station security and shall allow the user unlimited access to all station functions. Typically reserved for the building manager. b) If necessary, each operator may be assigned a user profile that defines the following: Security Level (1-6) Control Level (1-255) Operator Identifier Unique Password c) Any actions initiated by the operator shall be logged in the Event database by operator identifier. In addition, any control actions to a given point shall only be allowed if the control level configured in the operator's profile exceeds the level assigned to the controlled point. d) Utilities shall be provided to allow administration of the operator passwords Sign-On/Sign-Off a) The operator shall be permitted to sign on to the system if the correct Operator Identity (up to 4 characters) and the Operator Password (up to 6 characters) have been entered. This password shall be encrypted. SEAL & SIGNATURE OF BIDDER 100

101 b) After a series of three (3) unsuccessful attempts to sign-on the operator station interface shall be locked for a configurable period of time. The lockout period shall be set via system configuration displays. During operator station lockout the other Windows functions of the computer running the operator station software shall not be affected. c) It shall be possible to assign operators either single or multi-user passwords. Single user passwords enable the operator to sign-on to only a single operator station thus preventing simultaneous sign-on by the same operator. The multi-user password would typically be used by operators with the highest sign-on security level who may require simultaneous access to more than one operator station. d) Each operator shall be assigned a password and a set of authorised areas. e) The operator may sign-off at any time by issuing a sign-off command. f) A keyboard time-out feature shall be provided such that the operator shall be automatically signed off after a defined period of keyboard inactivity. It shall optionally be possible to configure automatic calliope of a "logged-out" display when this occurs to hide restricted information for example Area Assignment a) Each operator shall be assigned one or more specific areas of the building with the appropriate monitoring and control responsibility. An area shall be defined in this context as a logical entity comprising of a set of points in the system. This in turn may represent a physical space in the building. b) It shall be possible to define individual tenant access by means of area assignment. c) An operator can only view or control those points within the assigned areas Password Authentication a) Each password shall be an alphanumeric character string programmable up to a maximum of six (6) characters in length. The system shall not accept a password of less than five (5) characters in length nor shall the system force an operator to enter a password of more than five (5) characters in length. b) The system shall provide a facility to allow all operators to change their own passwords at any time. c) When a password is changed, the system shall not permit the new password to be the same as any of the last ten (10) passwords used in the past three (3) months. This shall be configurable with the appropriate level of security. All passwords stored in the system shall be encrypted Time Schedules a) A minimum of one thousand (1000) time schedules shall be provided by the system. SEAL & SIGNATURE OF BIDDER 101

102 b) The time schedule facility shall allow the scheduling of Point control on both a periodic and one-off Basis by the IBMS. The time schedule facility shall execute every 60 seconds and it shall be possible to schedule Point controls on minute boundaries. c) All time schedules shall be configurable via the Operator Station. d) Each time schedule entry shall consist of: Date Time Point name Point parameter Target value Type of scheduling e) The available time schedule type shall as a minimum be: One shot - to be executed only once then deleted Daily - to be executed every day Workday - to be executed Monday to Friday Weekend - to be executed on Saturday and Sunday Holiday - to be executed on holidays Individual days - to be executed on individual days (e.g. Monday) f) Where the controller/device supports an internal time schedule program, the IBMS shall be able to upload, display, modify and download the control device time schedules. Support for the control device time schedules shall be in addition to the IBMS time schedules. g) The system shall be capable of defining up to thirty (30) days of holidays upto one year in advance. The holidays so defined shall be taken into account by other system functions such as the time schedules, etc Standard System Displays a) The following displays shall be included as part of the system: Alarm Summary Display Event Summary Display Point Detail Template Displays (for each point in the database) Trend Set Template Displays Group Control and Group Trend Template Displays Communications Status Displays System Status Displays Operator Scratch-pad Display b) In the case of the Trend and Group displays, configuration of these displays shall only require entry of a point name to completely configure the display. The Alarm Summary, Event Summary, Point Detail, Communications Status, System Status shall not require any configuration. SEAL & SIGNATURE OF BIDDER 102

103 c) Systems where standard graphical displays, showing all parameters for each system Point, do not exist, shall not be acceptable Status Displays a) System status displays shall be available on the main Operator Station. They shall display the following information: Points in alarm condition pending ACKNOWLEDGE command Points remain in alarm state but have been acknowledged Communication failures Printers off-line Operator Stations off-line Administration Displays The system shall provide the following full screen displays: Master system menu Report summary Alarm summary Event summary Display summary System parameters configuration Operator Station configuration Area assignment Time period assignment Holiday assignment History assignment Push-button assignment Operator definition Operator message board Events archive and retrieval Time Period summary and configuration Point Detail for every configured Point Custom Displays a) The system shall allow configuration of custom displays via a Graphic Display Building editor. b) The Graphic Display Building editor shall be capable of operating in a window of the operator interface on both the IBMS station and connected operator stations. It shall allow one step on-line building of display static and dynamic objects. It shall be a WYSIWYG editor (what you see is what you get) allowing the displays drawn using the editor to appear exactly the same when viewed from an operator station. The saved display shall automatically be available for use on the system if it created on any LAN connected operator station. SEAL & SIGNATURE OF BIDDER 103

104 c) Static objects created using the Graphic Display Building Editor usually shall not have associated dynamic objects. Static objects shall include static text, rectangles, arcs and circles. However, it shall be possible to animate static objects to give the dynamic characteristics. For example, a tank could be drawn and then animated so that it is level filled based on a point's value. d) Dynamic objects shall be linked to the IBMS systems database. They shall allow information to be displayed from the database or to allow an operator to interact with them in order to make changes in the database and to perform control actions. Dynamic objects shall include dynamic text, push buttons, indicators, charts, check boxes, combo boxes and scroll bars. e) It shall be possible to animate objects on the screen by linking the object to the realtime point data/ value. The dynamic animation would include colour changes, moving of objects, re-sizing of objects, pop-up boxes, etc. ( For examples: a room location changing colours based on temperature in the room, level in a tank gradually rising or falling based on actual level in tank, etc.) f) It shall be possible to include static and dynamic display objects on the one display. The editor shall allow display objects to be manipulated by pointing, clicking and dragging. The editor shall allow display objects to be drawn, re-sized, copied, grouped, aligned and layered over each other. It shall be possible to copy and paste objects within and between displays. g) The Graphic Display Building Editor shall support the following features: one step display building point and click operation clipboard world co-ordinate object placement ruler and grid tool, colour and line palettes dialogue boxes for definition of object details shape and page building on-line help import graphics from third party packages in the form of Windows Metafiles and Bitmaps standard shape library three dimensional effects including raised, lowered, ridge and grove line styles Animation & Display Scripting a) It shall also be possible to further animate display elements using Visual Basic Scripts. By attaching Visual Basic script programs to individual elements on the display, it shall be possible to perform a variety of animations, which include but are not limited to: move objects resize objects re-colour objects pop up text messages and dialog boxes etc. SEAL & SIGNATURE OF BIDDER 104

105 b) Scripts may be activated on displays using the following events: On mouse click On mouse enter On mouse move On page calliope On a timer On the change of value of a point on the display c) A script editor shall be provided which allows scripts to be created and modified. This script editor shall be incorporated as part of the Graphic Display Building Editor. Systems which rely only on the use of standard available animation objects/symbols to create animation shall not be accepted Live Video a) To achieve true integration of various functional sub-systems, both the Graphic Display Building Editor and the Operator Interface shall have built in support for the creation and display of live video objects without the need for programming. b) The Microsoft Multimedia Control Interface (MCI) standard shall be used to facilitate support for a video overlay card (such as Movie Machine II or equivalent). c) The video overlay card shall enable live video to be fully integrated into custom schematics enabling real-time video to embed on the same screen alongside custom graphic displays. The size and position of the video object shall be configured on a per display basis. d) Systems supporting the live video object as either a separate window to the display, or on a separate monitor screen shall not be acceptable Scripting a) To enable the user to create truly customised visual effects and animation on the screen, it shall be possible to use an industry standard scripting language (such as VBScript) to provide graphical displays with objects and controls in addition to the standard objects available as in section 5.3. The scripts are to be imbedded in the displays using the Graphic Display Building Editor. b) A proprietary scripting language or additional programming and drawing packages shall not be acceptable ActiveX technology a) To facilitate interaction between different software components & to incorporate Internet technology, the IBMS system shall have capability to support Microsoft ActiveX technology in the operator stations. SEAL & SIGNATURE OF BIDDER 105

106 b) To ensure that users and operators have controlled access to Internet and Intranet network resources, as a minimum, the following features shall be incorporated : i) Web Browsing - IBMS Station shall act as an Internet browser allowing HTML (Hyper text Markup Language)pages to be viewed through normal Station displays. ii) Active Document Support - the ability to embed Active Documents such as Microsoft Word documents into IBMS Displays for example: being able to access the company Intranet directly through an IBMS display, adding confirmations and control buttons to certain control actions on a display, incorporating the company phone list directly into a display, embedding company memos / notes, etc into a display, etc. Using these tools the user shall be provided with on a single window- information which includes live data from the building processes, active alarm information, access to external documents and also live vide0 all on the same page./screen Web Browser a) The IBMS Graphic Display Builder Editor shall have the ability to imbed Internet web browser objects into custom displays. b) This shall allow information from the organisations intranets, the internet or ActiveX documents to appear in the operator interface along with other building data. c) It must be possible to restrict access to the World Wide Web, therefore launching an external browser application shall not be acceptable. It shall also be possible to restrict access to a set of web sites ensuring that navigation is also controlled Launching External Applications a) To provide for operations flexibility & streamlining, it shall be possible to launch applications (such as Microsoft Word, Excel, custom help files or any third party applications) from the IBMS display screen itself. b) The application shall be launched from a push button on a custom display, but shall open a file within the launched application. c) It shall also be possible launch applications from the operator station pull down menus Operator Station a) The IBMS shall incorporate an integrated electronic mail facility that shall allow operators across the network to send messages to each other. b) The facility shall provide all standard functions : Send, receive, Forward, delete, reply. SEAL & SIGNATURE OF BIDDER 106

107 c) The system may operate between the IBMS operators or it shall also be able to integrate to the company s system so that messages can be sent to other people (outside world) as well 4.14 Alarm Management The IBMS system shall support comprehensive alarm detection and management facilities to allow fast and accurate notification to the operator of abnormal conditions within the connected equipment and processes Alarm Types a) The system shall support the following alarm types: Process value (PV) HI PV LOW PV HI HI PV LOW LOW Deviation Hi Deviation Low Rate of Change of process parameter System Alarms Unreasonable Data Transmitter Fail b) Any four of these alarms shall be assignable to each Analog or Accumulator point on an individual point Basis as part of the point configuration process Alarm Priorities a) The system shall support at least four alarm priorities as follows: Urgent High Low Journal b) For each alarm priority, there shall be the ability to assign up to 99 sub-priorities. Each alarm type assigned to a point shall be individually assigned into one of the above categories. c) Urgent, High and Low priority alarms shall be displayed in the system Alarm Summary. Journal Priority alarms shall only be logged to the system alarm printer and written to the Event database. d) The audible alarm shall be configurable for each of the above alarm priorities. It shall be possible to assign to each alarm type a different type of annunciation on the operator station SEAL & SIGNATURE OF BIDDER 107

108 e) The operator station shall be able to use multimedia technologies (such as.wav files and sound cards) to provide realistic alarm annunciation. In the event that subsequent alarms are received, the audible alarm shall once again be activated. The system shall also provide for re-activation of the audible alarm if the operator neglects to acknowledge the alarm after a configurable time period. Systems that give similar annunciation s irrespective of alarm type and priority shall not be accepted Alarm Processing a) Assigning an alarm to the point shall automatically cause the system to perform the following actions when an alarm occurs: The alarm shall be time stamped to the nearest second and logged in the Event database with the Point Name, Alarm type, Alarm Priority, Point Description, New value and Engineering Units The PV of the alarm shall turn red and flash on any standard or custom display, which uses the point on the graphic An Unacknowledged alarm entry shall be made in the system alarm summary for Low, High and Urgent Alarms The audible alarm shall sound (if configured) The alarm annunciation indicator shall flash b) In addition, the alarm zone of the Operator Interface must show the most recent (or optionally oldest), highest priority, unacknowledged alarm in the system Alarm Acknowledgment a) The system shall provide for efficient alarm acknowledgment in a number of ways as follows: Selection of any POINT.PARAMETER from a custom graphic and pressing the dedicated acknowledge push-button Selection of the alarm in the system alarm zone and pressing the dedicated acknowledge button Selection of the alarm in the alarm summary display and pressing the dedicated acknowledge button By performing a page acknowledge from the alarm summary display b) On acknowledgment by the operator, the flashing indicator shall turn steady, and the PV shall remain red on any system or custom graphic. The acknowledgement shall also be logged in the Event database identifying the operator or station that acknowledged the alarm. Shall the point go out of alarm before being acknowledged by the operator, the alarm shall be shown by an inverse video indication and remain in the list until specifically acknowledged by the operator. c) It must be possible for a controller connected to the server to confirm that an operator has acknowledged a critical alarm condition before proceeding Alarm Annunciation a) Alarms shall be annunciated by: SEAL & SIGNATURE OF BIDDER 108

109 Alarm message appearing on dedicated alarm line on operator interface. Alarm message appearing on alarm summary display. Audible Tone (either using the PC Speaker or a sound card) Alarm message printed on the alarm printer b) Alarm annunciation shall take advantage of multimedia technology by providing realistic alarm sounds (via.wav files). c) Alarms shall be annunciated at the station even if there is no operator currently signedon. This feature shall be available on network connected operator stations as long as the computer running the operator station software remains logically connected to the network. d) Points shall be annunciated whilst in alarm. If a point is set to alarm inhibited the point shall no longer cause annunciation. If a point goes into an alarm state whilst inhibited and then is still in the alarm state when the point is set to alarm enabled, the point shall immediately cause annunciation Dedicated Alarm Line a) A dedicated alarm line shall appear on all displays/screens showing either the most recent or oldest (configurable), highest priority, unacknowledged alarm in the system. The line shall be clear when there are no unacknowledged alarms for the operator to process. This line shall always be visible irrespective of the display that the operator is working on b) On occurrence of an alarm, the graphic display shall output the point identification, point type, and description on a dedicated line. If multiple alarm/change of state conditions occur subsequent messages shall overwrite the display if they are higher priority. As subsequent alarms are displayed, the previous alarm information shall move to an unacknowledged alarm list awaiting acknowledgment by the operator Alarm Logging All alarms (when such configured) shall be logged on the respective printer/s. All Alarms shall also be logged on an event file for future retrieval in alarm reports or archiving to removable media Alarm Response Function Keys a) For ease of operations, the following dedicated function keys and equivalent toolbar icons shall be provided as standard on the keyboard for alarm action: ACKNOWLEDGE - After moving the cursor to the point in alarm on the screen and selecting the Point the operator shall be able to acknowledge an alarm by pressing this key. This action shall be logged in the event file and on the printer showing the operator ID with the message. SEAL & SIGNATURE OF BIDDER 109

110 ALARM SUMMARY - By pressing this key at any time the operator shall be able to view a display showing all currently active alarms. The alarm messages shall be colour coded showing priorities. The operator shall be able to view the alarms according to priority. It shall be possible to acknowledge alarms from this display and also go to the associated display defined for the Point. ASSOCIATED DISPLAY - After moving the cursor to the point in alarm on the screen and selecting the Point the operator shall be able to bring up the display applicable to that alarm by pressing this key Alarm Filtering a) For providing operator flexibility during viewing of alarms, the Alarm Summary screen shall be able to filter the alarms displayed to the operator. The filtering criteria shall include as a minimum: Individual Priorities (i.e. Urgent, High, Low) Ranked Priorities (i.e. Urgent only, Urgent & High only, Urgent, High & Low) Unacknowledged Alarms only Individual Areas only This shall allow the operator to select the above filters to enable him to choose and view the alarms as desired Additional Alarm Information The IBMS system shall provide support for an additional custom message to be tagged to the alarm. This message shall provide the operator with additional information on the alarm but shall not clutter the alarm summary. It shall appear in a separate message summary at the same time as the alarm appears in the alarm summary. The messages can be pre-configured and then simply attached to individual points by means of a message ID Advanced Alarm Management features a) To ensure reliable alarm handling & management by operators, the system shall be capable of applying to the functional subsystems advanced alarm management which includes set stages of alarm handling. b) The stages shall be: - Silence alarm condition acknowledge and action alarm condition respond to alarm condition by using pre-defined responses optionally reset alarm c) All actions shall be recorded in the event file for retrieval and auditing purposes. d) When an alarm is silenced, an instruction page for the alarm will be displayed. The alarm may then be acknowledged from this page and actioned. SEAL & SIGNATURE OF BIDDER 110

111 e) Once the alarm is acknowledged and appropriate action has been taken, the operator may move to the response page to select from up to 100 user defined responses to be logged in the event file. At the same time the alarm is removed from the alarm file. f) It shall be possible to enable/disable this feature on a point by point basis given the appropriate system privilege level Trending The system shall provide flexible trending allowing real-time, historical or archived data to be trended in a variety of formats. In addition, trend data types shall be able to be combined to allow for comparisons between data e.g. current real-time data versus archived data Trend Capabilities a) The system shall provide trending capability with the following functions: Real time trending Historical trending Archived History trending Trend Scrolling Trend Zoom Engineering Unit or Percent Cursor readout of trend data Trend comparisons between archived, real-time and historical data (for example, this year vs. last year). Comparisons between the same point offset in time, or different points must be possible. Trend decluttering via per-pen enable/disable on multi-plot style trends Independent Y-axis per point on multi-plot style trends. It must be possible to display the Y-axis for any point on the trend by simply selecting the point using the mouse or keyboard copying the currently displayed trend data to the clipboard for pasting into spreadsheet or document Configuration of trends shall only require the entry of the Point Name into the desired trend template to produce the trend. All trend configuration must be possible on-line without interruption to the system. Historization of data shall not be affected by changes to trend configuration Trend Types a) The system shall be able to present real-time, historical or archived data in a variety of formats as defined below: Single Bar Trend Showing plotted historical values for one point Dual Bar Trend Showing plotted historical values for up to 2 points Triple Bar Trend Showing plotted historical values for up to 3 points Multi-Plot Trend Showing plotted historical values for up to 8 points Multi-Range Trend Showing plotted re-rangable historical values SEAL & SIGNATURE OF BIDDER 111

112 or up to 8 points Numeric Trend Showing numeric historical values for up to 8 points X-Y-Plot Trend Showing a graphical comparison between 2 points b) For each trend set display it shall be possible for operators to configure the number of historical samples and ranges displayed. Points configured in trend sets shall be changeable on-line. c) Operators shall be able to zoom in on information displayed on trend sets for closer inspection. Scroll bars shall be available to move the Trend set backwards and forwards across the historical records. The trend sets shall automatically access archived history files without operator configuration Loop Tuning Trends Dedicated control loop tuning trends shall be available on the system. Access to these trends shall be via the detail information display for each point. This loop tuning display shall be generated automatically with no configuration required Trends on Custom Displays a) It shall be possible to imbed trend objects as part of custom graphic displays. b) This shall allow for real-time displays of the trends as well as graphic / text objects on the same screen without having to switch between screens/windows. c) The following formats shall be available: Bar Trend Line Trend Numeric Trend Tuning Trend Pie Trend X-Y Plot 4.16 Reporting The system shall support a flexible reporting package to allow easy generation of report data. The reports provided shall include pre-configured standard reports for common requirements such as Alarm Event reports and custom report generation facilities that can be configured and modified by the user. Systems that provide only standard pre-configured reports and do not allow for custom report generation by users shall not be accepted Standard Reports a) The following pre-formatted reports shall be available on the system: Alarm/Event Report Operator Trail/Tracking Report Point Trail/Tracking Report SEAL & SIGNATURE OF BIDDER 112

113 Alarm Duration Report Point Attribute Report Database Cross-Reference Report b) Configuration of these reports shall only require entry of the schedule information, and other parameters such as Point Name or wildcard, Filter information, time interval for search and destination printer to fully configure the report. Specifically, no programming or software coding shall be required Alarm/Event Report A report shall be provided to produce a summary of all events of a specified type occurring in a specified period Operator Trail Report A report shall be provided to produce a summary of all operator actions relating to a specific operator in a specified period Point Trail Report A report shall be provided to produce a summary of all events of a specified type occurring in a period on nominated points Point Cross Reference Report A report shall provide to list the following information for a nominated point, or for each point in a set of points: A list of display numbers which reference the point. A list of the algorithm numbers and corresponding algorithm blocks which reference the point. A list of the other reports in which the point is referenced Point Attribute Report A report shall be provided to points selected by one of the following attribute criteria: Out-of-service Alarm suppressed Abnormal input levels In Manual mode Free Format Reports SEAL & SIGNATURE OF BIDDER 113

114 a) In addition, configurable report generation facilities must be provided to allow custom reports to be produced. They shall be able to be configured at any time with the system ON LINE. Systems that require source code programming and /or require the system to be off line for producing custom reports are not acceptable. b) These reports shall be able to access any data base values and have the facility for carrying out inter-point calculations in order to produce averages, summations, efficiencies or any other derived values. Results of these calculations shall be stored in the database or in files. The report layout shall be also user defined and shall be up to 132 columns wide and of unrestricted length. c) The report generator shall have the following capabilities: Access to all real-time and historical databases Access to user entered data Arithmetic calculation capability Statistical Calculation capability User definable Report Format Report Activation Reports shall be activated in one or more of the following ways: Periodic activation at user specified intervals Operator Demanded Event Initiated Application Initiated 4.17 Data Exchange Interfacing to Another System a) The IBMS system shall have the capability to interface to the point database of other softwares in the building (i.e. nodes) on a TCP/IP network. This shall enable both the acquiring of point data and issuing control outputs to the other MIS / office automation systems. b) The IBMS system shall also have the capability for data hand off. This shall allow other similar systems /software in the building to have access to the IBMS real-time dynamic data (for example: point values, access/security data, alarms, etc.) Data Exchange with a Relational Database using ODBC a) The IBMS system shall provide an in-built standard Open database connectivity (ODBC) driver to allow the users to choose their own reporting tools. The system must be able to write data to and read data from any of the following standard database packages Oracle Access SEAL & SIGNATURE OF BIDDER 114

115 Microsoft SQL using standard SQL queries. b) It shall be possible to transfer data either periodically (i.e. scheduled), when an event occurs or on demand by the operator. c) Through the ODBC driver tool, it shall be possible for the user to also build his own reports and combine data from the IBMS system with data from other MIS systems into a single report. d) The ODBC driver shall be accessible to the stations across the connected network Data Exchange with Microsoft Excel The system must be capable of exporting bulk data Microsoft Excel. from the IBMS database to As a minimum the following shall be supported: allow retrieval of data either periodically or snapshot allow retrieval of data via POINT.PARAMETER requests allow retrieval of tag-names, descriptions etc. allow retrieval historical data writing of values from Excel back to the supervisory system 4.18 Algorithms a) In addition to standard point processing functions, the IBMS system shall also allow additional processing through the use of standard algorithms that may be attached to any analogue, status or accumulator point. b) Typical functions to be provided by these algorithms are listed below: Arithmetic Calculation Boolean Calculation Maximum/Minimum Value Integration Run Hours Totalisation Group Alarm Inhibit Report Request Application Program Request 4.19 Historical Data Archiving a) The system shall support archiving of historical data to allow a continuous record of history to be built up over a period of time. Archived data may be stored on the hard disk of the system or a remote network drive or moved off-line to removable media such as floppy disk, cartridge tape, DAT tape, or optical disk. b) The number of archives maintained on the system before transferal to off-line media shall only be limited by the size of the hard disk or remote network drive. The system SEAL & SIGNATURE OF BIDDER 115

116 shall allow the user to define the specific intervals of history to be archived to avoid archiving of unnecessary data. c) Archiving of historical data may be activated by one of the following methods: Operator Demand Periodic Schedule Event Initiated d) Once archived, the data shall be available for re-trending through the system trend facilities in combination with the current on-line history or other archives. e) Providing the archived history is present on the IBMS hard disk or remote network drive, the trend facilities must be able to access it transparently for display, when a user scrolls beyond current on-line history limits. f) The system shall continuously collect and store analogue and status point process variables (PV) such as historical data from all the functional subsystems. g) The system shall contain fast, standard and extended history. Standard history consists of a value snapshot taken at a specified interval and various averages of this snapshot representing the average value over longer periods of time. Extended history is a series of snapshots. 1. Standard History 1 minute snapshots 6 minute averages 1 hour averages 8 hour averages 24 hour averages 2. Extended History 1 hour snapshots 8 hour snapshots 24 hour snapshots 2. Fast History 5 second snapshots. h) The historical data can be retrieved by trend sets, operating groups, user built schematics, point detail trends, and point detail numeric history displays. Historical data can also be used in reports, application programs, or archived to off-line media for long term storage. i) An operator may review history either in real-time or with an historical offset. Previous history may be selected by scrolling forwards and backwards through the history file. SEAL & SIGNATURE OF BIDDER 116

117 4.20 Application Programming Interface a) Application programming interface shall be provided to interface 3 rd party systems and to write custom software to have full access to real time IBMS data. Two types of application programming interface (API) are required, the first is for applications written on the IBMS stations and the second is for applications that are required to run on network based user stations (that are not necessarily operator stations). b) The IBMS system API s must have support for (as minimum) either Visual Basic or C++ or both. Proprietary programming languages are not acceptable. c) The API on the IBMS stations requires the following functions as a minimum: Read and write to points in the real-time database Access to historical data Initiate supervisory control actions Access to the alarm/event subsystem Access to user-defined database Provide a prompt for operator input. The API on the network-based clients requires the following functions as a minimum: Read and write to points in the real-time database Access to historical data Initiate supervisory control actions Access to user-defined database. II. GENERAL SPECIFICATION FOR SYSTEM 1.0 HARDWARE 1.1 The IBMS/PDM shall comprise of windows based function units necessary to fulfill data acquisition directly or through a gateway / router, storing, visualizing and communicating with other providing high-level operator interface with the system. The IBMS/PDM shall be provided with an operator interface with the facility for remote system interrogation, control, and retrieval/storage of logged data, annunciation of alarms and reports. The PDM shall support consistent archiving of alarms, offline trend data, data backup. 1.2 The CMS shall comprise of windows based workstations providing Graphical User Interface with the system. The CMS shall be capable of providing the operator with the facility for remote system interrogation, control and retrieval of logged data from PDMs, annunciation of alarms and reports, analysis of recorded data and the formatting of management reports. 2.0 SOFTWARE 2.1 The system offered shall be completely modular in structure and freely expandable at any stage. Each level of the system shall operate independently of the next level up. SEAL & SIGNATURE OF BIDDER 117

118 2.2 The system shall fully consistent with the latest industry standards, operating on Windows 2000 or Window NT on a network environment, allowing the user to make full use of the features provided with these operating systems. 3.0 THE MANAGEMENT LEVEL The head-end of management shall be four CMS stations and operation of the CMS shall include process visualization, data analysis. These stations shall have the facility to have real time link with ERP and Facility management. The system shall be open for vertical and horizontal integration 4.0 NETWORK The system configuration shall facilitate the current network to be expanded in future at locations designated by the user. Central management of user-specific information such as passwords and protected access to data and programs shall thus be made easily possible. The management system shall also support software updates and changes in the project data. 5.0 PRINTING It shall be possible to connect printers either directly to the central management station or PDM. 6.0 REMOTE MANAGEMENT The IBMS software shall support Remote Access management i.e. Remote management station shall be connected via I. Modems II. ISDN facilities III. Internet/Intranet IV. RAS V. FTP etc., 7.0 Deleted 8.0 PROGRAMMING SOFTWARE 8.1 The software shall be a graphically programming tool. It enables user to make the function diagrams, to parameter, commission all the automation stations and to change the parameters while the system is in operation. 8.2 The programming tool shall be a windows based for convenience. It shall preferably fulfill the requirements laid down in the IEC standard concerning the configuration (programming) of DDC/PLC devices. 9.0 PROCESS VISUALISATION SOFTWARE FEATURES SEAL & SIGNATURE OF BIDDER 118

119 9.1 The PDM / CMS software shall be modular, structured and shall be based on Window NT or Windows 2000 standard 32-bit technology. Each PDM / CMS shall have the following features I. Open system II. Web technology III. Shall support 5 web clients IV. Scalable system V. System redundancy VI. Smart user/maintenance management VII. Smart alarm management (Advanced alarm module: notification via SMS, fax, ) VIII. Web scheduler 9.2 The PDM / CMS Software shall be a flexible, user friendly, user programmable package that will allow the operator to construct customized display screens and programs for achieving optimum monitoring, controls and information management and analysis. The software shall be Year 2000 complaint. 9.3 The PDM / CMS Software shall include as a minimum the Operating system, Communications Control, Graphic Operator Interface (OI) which includes editors and viewers with original licenses for editing and viewing.the editors includes Schematic editor, trend editor, alarm editor, event editor, report editor, and web application editors. 9.4 The PDM / CMS Software shall be a real time operating system and provide true multitasking providing concurrent execution of multiple real time programs and custom program development. Switching from foreground applications to background applications where the background applications are suspended is not acceptable. 9.5 The software shall be totally user-programmable to allow an operator without any software programming skills to construct programs for control, monitoring and information analysis. All program configurations will be done in clear English language. 9.6 The Software shall allow the user to modify and tailor the Operator Interface software to the specific and unique requirements of the equipment installed, the programs implemented and to staffing and operational practices. 9.7 Online modification of system configuration, program parameters, and data base shall be provided via menu selection and keyboard entry of data into preformatted selfprompting templates. 9.8 The Software shall provide a hierarchical linked dynamic graphic operator interface for accessing and displaying system data and commanding and modifying equipment operation. The graphics shall form the main interface for all the operator actions. 9.9 Any levels of graphic penetration shall be provided with the hierarchy operator assignable (for example, area, building, wing, floor, air handler, sequence of operator SEAL & SIGNATURE OF BIDDER 119

120 pages, dynamic program display, point group). Dynamic system data points shall be assignable to each penetration level Descriptors for graphics, points, alarms, etc. shall be modified through the operator s station under password control Points shall be uniquely defined as to coloration, animation, audible rate and duration, point descriptors, operator messages,printer options, alarm archival option, alarm and warning limits, and engineering units Point related change capability shall include system/point enable/disable; run time enable/disable; analog value offset, lockout, run time limits, and setting a fixed input value or output status Sign-off from a station shall be a manual operation. All sign on/sign-off activity shall be automatically indicated on the operator station disk for subsequent display or printout as desired Operator access to system points shall be controlled by individual operator-assigned graphic hierarchy and by privileges, i.e. an operator shall have access to only those graphics and points as assigned to him. The hierarchy shall permit access to an operator-assigned initial graphic and to all graphics linked to and below the initial graphic The operator shall not have access to graphics in another hierarchical graphic tree. For example, an operator may have access to one building, but not to another building, or to lighting points, but not fire alarm points Each operator shall have any combination of user assigned operating privileges of alarm acknowledgement, point commanding, data modification, Operating system access, schedule changes, and system configuration changes The graphics shall provide the operator dynamic screen displays of real-time data with full color animated displays of equipment status, site layouts/building plans and other system configurations An on-line graphic development facility shall be provided to allow the user to develop or modify graphic displays and assign and position any array of points within each graphic. Systems in which graphic creation & programming is not an on-line activity and/or which requires operator to close the Operator interface software shall not be accepted. Creation of the graphics and assigning of points to the graphics shall not require taking the operator station off-line or interfere with point archiving and alarms Graphics shall be created via mouse and keyboard selection of graphic library stored symbols and system profiles. The Software shall provide the capability to create custom symbols, system profiles, floor plans, buildings, etc., and to store them in the graphic library. SEAL & SIGNATURE OF BIDDER 120

121 9.20 It shall be possible to import third party developed drawings developed of the type *.bmp, *.jpg etc., these imported drawings shall be displayed just as regular graphics with dynamic displays programmed on them It shall be possible for the operator to penetrate from one graphic to another by a simple mouse click on the graphic. Unlimited penetration feature is preferred It shall be possible for the operator to select further penetration via a mouse click on an area, building, floor, fan etc. The defined linked graphic below that selection shall then be displayed. Dynamic data shall be assignable to any and all graphics It shall be possible to display all data on a graphic regardless of physical hardware address, communication channel or point type (temperature, humidity, fire alarm, etc.) Points may be assignable to multiple graphics where necessary to facilitate operator understanding of system operation and where specified Graphics shall also contain calculated or pseudo points. Each physical point and each point assigned to a graphic shall be assigned an English descriptor for use in reports. Points (Physical and pseudo) shall be displayed on the Graphic with dynamic data provided by the system with appropriate text descriptors, status or value, and engineering unit To enable operators to view graphics in greater detail, a zoom/pan display feature shall be provided. Zooming shall be by dragging the cursor diagonally across the area to be zoomed. Panning shall allow horizontal and vertical scrolling around graphics Coloration shall be used to denote status and alarm states. Coloration schemes shall be variable for each class of points, as chosen by the user. It shall also be possible for the user to create and apply custom colors to depict different equipment status and conditions Dynamic animation shall be used to represent data (e.g., fan rotation, damper position, fluid flow, tank levels, etc.) It shall be possible to create customize animation to enable effective depiction of real-time data on the screen. The animation shall be applicable to both analog as well as digital points It shall be possible for an operator with authorized privileges to stimulate a point condition from the Operator station. This would enable operators to test logic functions and other control functionality without having to physically have the input devices connected It should be possible to simulate all types of points( analog as well as digital irrespective of the nature of the point hardware An on-line context-sensitive help utility shall be provided to facilitate operator training and understanding, the help being project specific The document shall contain text and graphics to clarify system operation. At a minimum, help shall be available for every menu item and dialog box. SEAL & SIGNATURE OF BIDDER 121

122 9.32 The system shall also have a context-sensitive help feature where by an operator may, on as single mouse click call up the help document pertaining to the dialog box that he is currently on Messaging and Alarm routing facility shall be provided on the operator station for e- mail, mobile, pager, fax etc., (such as field alarms like MCP FAULT and operator messages like CHANG BREAK GLASS UNIT ) 9.34 Operator shall be able to command a point without having to place the system in manual mode first. This shall be only against password control. For a digital command point such as a 2 position damper actuator, the actuator would show its current state (e.g., CLOSED) and the operator could select OPEN via mouse click. A keyboard equivalent shall be available for those operators with that preference PLANT VIEWER The plant viewer shall support the following features I. Hierarchically linked animated high-resolution bit-map color graphics. II. Choice of 2D and 3D symbols with animation based on status. III. Direct access to set points, parameters, operating modes, alarms, time programs, on-line and off-line trend features. IV. Dynamic multi-tasking with all active pages V. Monitoring and operation of plant at several levels VI. Navigation to all other management station software applications VII. User definable page size. VIII. Jump tags for jumps on the same level or between levels IX. Capable of graphics to be printed in color or monochrome X. All graphic file formats supported by Windows can be imported(e.g. jpg, bmp etc.,) SEAL & SIGNATURE OF BIDDER 122

123 1.0 SCOPE Sub Section B (IBMS and BAS): Building Automation System for HVAC Control 1.1 The Scope of this section comprises the design, supply, erection, testing, commissioning of preprogrammed distributed digital type Building Automation system (BAS) with Process Data Manager (PDM), Direct Digital Controller (DDC) including hardware and software, signal & communication cabling etc., conforming of the features detailed in this specification and in accordance the requirement of I/O list and schedule of quantities. 1.2 Building Automation System means the portion of the control system concerned with the ACMV system viz. as described elsewhere in the document. The BAS system installed shall be hierarchical in structure. The different levels shall be capable of working in either independently or in conjunction with one another. 2.0 SYSTEM ARCHITECTURE The BAS shall provide for monitoring, data acquisition, control and optimization of all the building s technical plant, plus monitoring and control of connected subsystems. The system structure shall be as follows: I. Autonomous substations in DDC technology with digital and analog inputs and outputs plus impulse inputs; software for control, alarms, limit-value monitoring, formation and processing of historical data. II. Autonomous individual- AHU s, Ceiling mounted units, PAHU s, Air Handling Units for Dinning, control system in DDC technology for individual temperature control of individual conditioned areas either in relation to the number of occupants or as per time program. III. Bus link to the central station (BMS PC), saving on cables. 3.0 Compatibility 3.1 The DDC system shall be compatible to industrial standard protocols like Modbus RTU to integrate with standard makes. 3.2 The DDC system shall be compatible to industrial standard protocols like Modbus RTU, BACnet, Lonworks of any third party system coming on these universal protocols, Hence, it is necessary for any third party system to be an open or universal protocol. In case of non-compatibility, gateways can be utilized. It is deemed that either open protocol software is included or the required gateway and necessary software are included for this purpose. Total coordination and compatibility between any third party system supplier and DDC supplier and respective system is extremely important and deemed to have been taken care of and all related cost included for this. 4.0 LIST OF STANDARDS SEAL & SIGNATURE OF BIDDER 123

124 Copper Wire IS Rubber Insulated Braided Wire IS-9968 (Pt-1)-1981 PVC Insulated cables IS-1554 (Pt-1) All installations shall comply with current applicable provision of India and the following standards. NFPA71 Central Station signaling systems protected Premises Unit. NFPA72A Local Protective signaling systems Protected Premises Unit NFPA72D Proprietary Signaling Systems Protected Premises Unit. NFPA72E Automatic Fire Detectors. National Electric Code Article 760 The systems and all components shall be listed by Underwriters Laboratories. Inc. 5.0 REQUIREMENTS A state-of-art Building Automation system is envisaged for the ACMV system described elsewhere in this specification. The design of the Integrated System shall have integration of the smallest sensor to the operator workstations (Computers). Integration shall mean all the parts of system are connected together through software and shall share all the information. The integration of all systems shall be achieved through software programs, electronic components, and hardware packaging and communication network. The Building Automation System comprises the following components I. DDC Substations II. Field control devices/components like temperature sensors, humidity sensors, differential pressure switches, duct smoke detectors, chilled water valve actuators, fire damper actuators etc. III. Central station (BMS PC), which processes the data from the field through, required interfaces. IV. Field Communication cabling All the components mentioned above are integrated and were envisaged to work seamlessly thereby providing safety, protection, efficiency and comfort to the building. 6.0 FIELD DEVICES (BAS) 6.1 Ambient Conditions All controls shall be capable of operating in ambient conditions varying between 0-50 C and 90% r.h. non-condensing. SEAL & SIGNATURE OF BIDDER 124

125 6.2 Conduit Entry All control devices shall, unless provided with a flying lead, have a 20 mm conduit knockout. Alternatively, they shall be supplied with adapters for 20 mm conduit. 6.3 Ancillary Items When items of equipment are installed in the situations listed below the BMS/ Control Specialist shall include the following ancillary items: 6.4 Weather Protection All devices, which are exposed to the atmosphere, are to be weatherproofed. All controls, peripherals and associated accessories serving Chillers, Roof Mounted Air Handling Units and other equipment which are exposed shall be protected from Dust, Rain and Solar Radiation. Adequate protection shades etc., shall be provided by the BMS contractor 6.5 Immersion Corrosion resisting pockets of a length suitable for the complete active length of the device, screwed 1/2" or 3/4" BSPT suitable for the temperature, pressure and medium. Duct Mounting (Metal or Builders Work) Mounting flanges, clamping bushes, couplings, lock nuts, gaskets, brackets, sealing glands and any special fittings necessitated by the device, shall be provided by the BMS contractor. Samples Samples of all types of room mounted equipment (i.e. detectors, thermostats, etc.) shall be provided by the BMS/Controls Specialist for approval by the Consultant/Engineer. Accuracy Control and measuring devices shall have the following limits of accuracy: Temperature : +/- 1 o C over the range of 0 C to 50 C Pressure : +/- 1.5% of measured value Humidity : +/- 5% r.h over the range of 10 to 90% r.h 6.6 Averaging Elements Averaging elements shall be used on supply air ducts having a cross-sectional area exceeding 1.6m 2 and shall have a minimum capillary length of 8.2 m. The capillary element shall be serpentined across the whole duct. SEAL & SIGNATURE OF BIDDER 125

126 Where the span of the element is less than 1 m then it shall be fixed with purpose-made clips and may be unsupported across the duct. Where the span of the element is above 1 m then it should be supported on Unistrut or similar rigid support. The element shall be clipped every 200m and the supports and hangers shall be adequate to prevent vibration of the element. 6.7 Pressure switches for Air Systems Pressure switches for Air Systems shall be diaphragm operated. Switches shall be supplied with air connections permitting their use as static or differential pressure switches. The switch shall be of differential pressure type complete with connecting tube and metal bends for connections to the duct. The housing shall be IP54 rated. The pressure switches shall be available in minimum of 3 ranges suitable for applications like Airflow proving, dirty filter, etc. The setpoint shall be concealed type. The contact shall be SPDT type with 250 VAC, 1A rating. Shall be supplied suitable for wall mounting or mounting on ducts in any plane. It should be mounted in such a way so that the condensation flow out of the sensing tips. Proper adapter shall be provided for the cables. The setpoint shall fall within 40%-70% of the scale range. Shall have differentials adjustable over 10%-30% of the scale range. 6.8 Air flow Switches The Airflow switches shall be selected for the correct air velocity, duct size and mounting altitude. Where special atmospheric conditions are detailed in the Motor Control Panel Equipment Schedules, the parts of the switches shall be suitably coated or made to withstand such conditions. Any variations from standard shall be detailed in the Tender. Shall be suitable for mounting in any plane. 6.9 Water flow switches Water flow switches shall be selected for the correct water velocity and pipe size and mounting attitude Room Temperature/Humidity Detectors The temperature sensor shall have sensitivities such that a change at the detector of 0.2 o C from the stabilised condition is sufficient to start modulating the corrective element. The temperature sensor shall be with silicon sensor having positive temperature coefficient. The sensor shall be field wired using an unscreened cable to a base plate. The sensor housing SEAL & SIGNATURE OF BIDDER 126

127 shall plug into the base so that the same can be easily removed without disturbing the wiring connections. The protection standard shall be IP30 in accordance with IEC 144, DIN These should be generally mounted 1.5 m above the floor level. These should not be mounted near the heat sources such as windows, electrical appliances, etc. The final location shall be as per the consulting engineers'approval. The sensor shall be linear over 0 o C to 50 o C. Shall operate on extra-low voltage and be suitable for mounting on British Standard conduit boxes. The humidity sensor shall be in an independent housing or be combined with the room/duct type temperature sensor in he common housing. The sensor should be electronic type with capacitive sensing element. As a minimum it should have a range of 10 to 90% RH Immersion/temperature detector and duct mounted temperature/humidity detectors The temperature sensor shall have sensitivities such that changes at the detector, for 0.3 o C and 0.2 o C respectively, from the stabilised conditions, are sufficient to start modulating the corrective element. The humidity sensor shall be in an independent housing or be combined with the room/duct type temperature sensor in the common housing. The sensor should be electronic type with capacitive sensing element. As a minimum should have a range of 10 to 90% RH. The temperature sensor shall be with silicon sensor having Positive Temperature Coefficient. The sensor shall be field wired using an unscreened cable to a base plate. The sensor housing shall plug into the base so that the same can be easily removed without disturbing the wiring connections. The protection standard shall be IP43 in accordance with IEC 144, DIN The wiring terminals shall be plug-in type for easy installation and maintenance. The sensor shall be mounted in the duct based on the guidelines given by the specialist control supplier. The sensor shall be linear over 0 o C to 50 o C Pressure Detectors (for liquids and gaseous media) 6.13 Pressure detectors shall be suitable for the suitable for the medium and the working temperatures and pressures. The pressure detector shall be capable of withstanding a hydraulic test pressure of 2 times the working pressure. Connections shall be suitable for 1/2 to 1/8th in o.d. copper tube. Ductwork versions shall be supplied with the air connections permitting their use as static or differential pressure detectors. The setpoint shall fall within 40%-70% of the sensing range of the detector. The detector shall have a sensitivity such that a change of 1.5% from the stabilised condition shall cause modulation of the corrective element. SEAL & SIGNATURE OF BIDDER 127

128 The static pressure sensor shall be rated for IP65 and the differential pressure sensor shall be as a minimum IP54. The principle of operation should be based on a hall-effect transducer. The diaphragm should be copper benylium type. The sensor must be pressure compensated for a medium temperature of -10 to 80 o C with ambient ranging between -25 to 60 o C Air Pressure sensor: The pressure sensor shall be differential type. The construction shall be spring loaded diaphragm type. The movement of the membrane in relation to the pressure should be converted by an inductive coupling, which would electromagnetically give an output suitable for the controller. The pressure sensor shall in a housing having IP54 ratings in accordance with IEC529. Suitable mounting arrangement shall be available on the sensor. The sensor shall come complete with the PVC tubes, probes, etc Actuators Shall be installed in accordance with the manufacturers'recommendations. Shall have a sufficient torque to open and close valves and dampers against the maximum out of balance pressure across them Control Damper Actuators Control Damper Actuators shall be of the type where the damper spindle passes through the actuator and is secured by a U clamp. Rotary type damper actuators shall be used on the project. The actuators shall not require any maintenance. The actuators shall have sufficient torque ratings to operate the dampers of various sizes. These should be available in spring return versions as specified elsewhere in the document. Limit switches, if required/specified shall be provided for. The actuators shall be suitable for On/Off and modulating operations Actuator Additional features Actuator Additional features are required when detailed in the Motor Control Panel Equipment Schedules or the Performance Section of the Specification Auxiliary Switches: For On/off applications, the actuators shall have changeover contacts suitable for 220 VAC. 2 amp rating. SEAL & SIGNATURE OF BIDDER 128

129 Auxiliary switch packs containing at least one, if specified two, electrically independent switches one for each end of the motor travel, adjustable for operation over at least half the motor travel Feedback signal 0 to 10 V dc. signal should be available from the modulating damper actuator for parallel operation or as feedback. Please refer the data point schedules / sequence of operation/ drawings to incorporate this feature wherever asked for. SEAL & SIGNATURE OF BIDDER 129

130 Sub Section C (IBMS and BAS): List of Various Components to be integrated through IBMS and BAS 1.0 SCOPE The contractor shall integrate with difference system through RS 485 Modbus protocol and through DDC controller for the following systems: I. Vertical transportation system II. Lighting management system III. Electrical System Various parameters monitoring IV. UPS Monitoring system V. HVAC VI. Water level Monitoring System with Auto Pump control VII. Fire Alarm System VIII. Aspiration smoke detection system IX. FM 200 Gas based fire Suppression system X. Access Control System XI. Public Address System XII. Closed Circuit Television System XIII. Electrical Metering XIV. Fire door and Fire pump monitoring system XV. Water leakage detection system 1.1 VERTICAL TRANSPORTATION (ELEVATORS) All the lifts are interfaced with the IBMS system for the indication of mode of operation and fault conditions. Each lift shall provide contacts for raising alarm conditions. The contacts are fire trip, attendant mode, service mode and auto mode. It shall be possible to display the floor levels of each lift at IBMS through a DDC system which shall take the necessary input contacts from the lift Bidder wired to the DDC system ON / OFF Status and Trip Alarm Monitoring functions of Lifts shall be included Software function of Maintenance management, Run time totalisation and sequential duty cycling shall be included. 1.2 Lighting Management System Substation LDB: ON/OFF controls External lighting/façade lighting DB- ON/Off control 1.3 ELECTRICAL SYSTEM SUBSTATION AND LT PANEL SEAL & SIGNATURE OF BIDDER 130

131 Monitor Incoming HT voltage, current, frequency, power, MVA Monitor outgoing LT voltage, current, KW Monitor breaker status (ON/OFF/TRIP) Monitor Transformer fault status MCC feeder monitoring Energy monitoring and recording of individual feeder Measurement of KWH at substation level DG SET Monitor the status of DG set and Log number of run hours Monitor DG Battery charger Control start/stop of each pump and link it to start/stop of D G sets Monitor MW, MVA, frequency & PF of each DG. Alarms shall be raised in case of any trip or if the measurements are out of range. 1.4 UPS Monitoring system Input/Output voltage Percentage of load and output Amps Input/Output frequency Battery voltage 1.5 HVAC The various functions that this system shall perform are as follows: I. The system shall ensure sequential and automatic start/stop of the various airconditioning equipment based on time schedule and ambient temperature. II. It shall maintain design inside conditions, within the specified limits, throughout the year. III. It shall monitor the start/stop and faults of units. SEAL & SIGNATURE OF BIDDER 131

132 IV. It shall duty cycle to provide equal run time for all equipment and start the standby unit on a similar unit failure. V. It shall provide automatic startup of standby equipment in case of failure of operating unit and indicate fault status of the biped unit Chiller Panel Remote start stop Status of chiller Chiller trip status Auto/Manual status. Auto Manual switch to be provided in Chiller Panel Open/close position feedback from valve actuator Primary pump starter panel Remote Start stop Status of pump Pump trip status Auto/Manual status. Auto Manual switch to be provided in pump starter Panel Secondary Pump Logic Control Panel Remote start stop The speed control of the secondary pumps Pump trip status Auto/Manual status. Auto Manual switch to be provided in pump logic control Panel AHU (Comfort) Remote start stop Auto/Manual status. Auto Manual switch to be provided in AHU starter Panel. SEAL & SIGNATURE OF BIDDER 132

133 Filter status, return air temp. status Fire damper status VFD control Ventilation & Exhaust Fans Remote start stop Remote start stop status Auto/Manual status. Auto Manual switch to be provided in AHU starter Panel AHU (Precision) Remote start stop Compressor ON/OFF status Filter status 1.6 WATER LEVEL MONITORING SYSTEM The proposed water management system consists of one underground sump consisting of 3 divisions. There is also an underground fire sump The proposal consists of water level transmitters in each compartment of UGs There shall be level transmitters giving an output, which is linear/proportional to the level of water in each tank These displacement type level transmitters shall be connected to a controllers which is hooked up to a PDM where the levels are monitored depending upon the low level and high level The DDC shall also raise alarm to the PDM in case of low or high water limit in both auto and manual modes The pumps will work based on the input signals received from level sensor from the tank. 1.7 Analogue Addressable Fire Alarm System The monitoring of the status of various detectors/devices should be possible at the PDM and the CMS. SEAL & SIGNATURE OF BIDDER 133

134 Fire pumps shall be monitored independently by the DDC controllers and data visualized at the PDM and the CMS Alarms and trouble condition reporting at fire system central panel shall also report at the PDM and CMS In the event of fire alarm, FAS shall directly trip the AHUs at Floor MCC. The FAS using addressable relay outputs shall carry this out. Similarly, start of pressurization stairwells fans and alarm output to the Lift control units shall be carried out by the FAS. Necessary IRMs (Interposing relay Modules) of 2A, 230V AC rating for implementing the above shall be provided The supervisory controllers/gateways shall simultaneously convey the fire alarm data to the PDM and CMS terminals The fire system outputs shall be used to deactivate security gate locks and boom barriers to facilitate speedy evacuation. 1.8 Aspirated smoke detection system: This should be integrated with Gas suppression for Data centre applications. 1.9 FM-200/ HFC227 based Fire Suppression System In the event of fire in the server rooms, the fire alarm system will activate the FM- 200 system after cross zoning verification with time delay. This system shall be integrated from Separate panel with separate detectors Access control & security system: In event of fire, the door locks controlled by the Access control system shall be automatically released. This shall be carried out directly from the FAS, using addressable outputs. This shall be conveyed through the Gateway/supervisory control to PDM and CMS terminals In case of a door magnetic contact showing open without a valid card read, Access station shall raise an audio alarm and also initiate CCTV recording from cameras in proximity. The event shall be recorded at the PDMs and the images shall be recorded on the DVR PA System The system shall have pre-recorded message to be announced in all the groups/zones in case of fire. A signal from fire alarm panel shall initiate such announcements. This announcement shall have highest priority. In the event of fire, announcement of pre-recorded message in all the groups/zones has been foreseen.to avoid panic in the entire building, announcements are to be restricted to the affected areas. The group/zone selection of the PA system is to allow for such selection of affected areas. SEAL & SIGNATURE OF BIDDER 134

135 1.12 Closed Circuit Television System Motion Alarm Sensing DVR to record on external Alarm 1.13 Electrical Metering. The electrical energy consumption of all the areas should be integrated to PDMs where the data are utilized for billing Glass break detection system: The glass partition with in the datacenter needs to be monitored and integrated with IBMS for breakage Fire door and Fire pump monitoring system All the fire doors and Fire pumps should be integrated with IBMS and monitored from the control room Water leakage detection system: Water leakage under the raised floor area shall be monitored from control room. SEAL & SIGNATURE OF BIDDER 135

136 Sub Section D (IBMS and BAS): Intellegent Addressable Fire detection System Scope: A. The control panel, to be intelligent device addressable, analog detecting, low voltage and modular, with digital communication techniques, in full compliance with all applicable codes and standards. The features and capacities described in this specification are equired as a minimum for this project and shall be furnished by the successful contractor. B. The system shall be in full compliance with National and Local Codes. C. The system shall include all required hardware, raceways, interconnecting wiring and software to accomplish the requirements of this specification and the contract drawings, whether or not specifically itemized herein. D. All equipment furnished shall be new and the latest state of the art products of a single manufacturer E. The system as specified shall be supplied, installed, tested and approved by the local Authority Having Jurisdiction, and turned over to the owner in an operational condition. Standards & Codes: A. The publications listed below form a part of this publication to the extent referenced. The publications are referenced in the text by the basic designation only. The latest version of each listed publication shall be used as a guide unless the authority having jurisdiction has adopted an earlier version. B. Factory Mutual (FM) 1. FM AG Approval Guide. C. National Fire Protection Association (NFPA) 1. NFPA 13 Standard For The Installation of Sprinkler Systems. 2. NFPA 13A Recommended Practice For The Inspection, Testing And Maintenance of Sprinkler Systems. 3. NFPA 70 National Electrical Code. 4. NFPA 72 National Fire Alarm Code. 5. NFPA 90A Standard For The Installation of Air Conditioning And Ventilating Systems. 6. NFPA 101 Life Safety Code. 7. NFPA 12A Halon 8. NFPA 2001 FM NFPA 170 Standard Fire Safety and Hazmat Symbols D. Underwriters'Laboratories, Inc. (UL) Appropriate UL equipment standards. 1. UL 864 Control Panels. 2. UL 268 Smoke Detectors. 3. UL 268A Smoke Detectors (HVAC). 4. UL 1076 Security. 5. UL 1971, Standard for Visual Signaling Appliances. SEAL & SIGNATURE OF BIDDER 136

137 Building Codes 1. BOCA National Building Code and the BOCA Fire Code. 2. Standard Building Code and the Standard Fire Code. 3. Uniform Building Code and the Uniform Fire Code. 4. International Building Code and the International Fire Code. 5. State and Local Building Codes as adopted and/or amended by The Authority Having Jurisdiction. 6. ADA, and/or State and local equivalency standards as adopted by The Authority Having Jurisdiction. VDS Approval Manufacturer's Representative: A. Provide the services of a factory trained and certified representative or technician, experienced in the installation and operation, maintenance and service of the type of system provided. The technician shall supervise installation, software documentation, adjustment, preliminary testing, final testing and certification of the system. The technician shall provide the required instruction to the owner's personnel in the system operation, maintenance and programming. Submittal: A. The contractor shall include the following information in the equipment submittal: 1. Power calculations. Battery capacity calculations. Battery size shall be a minimum of 125% of the calculated requirement. 2. NAC circuit design shall incorporate a 15% spare capacity for future expansion. 3. Complete manufacturers catalog data including supervisory power usage, alarm power usage, physical dimensions, and finish and mounting requirements. 4. Complete drawings covering the following shall be submitted by the contractor for the proposed system: a) Floor plans in a CAD compatible format showing all equipment and raceways, marked for size, conductor count with type and size, showing the percentage of allowable National Electric Code fill used. System Requirements: A. The system shall be a complete, electrically supervised fire detection and notification system, microprocessor based operating system having the following; capabilities, features and capacities: 1. Communication between network nodes, each supporting an interactive, selfstanding, intelligent local control panel, with system wide displays. Any network node shall be capable of supporting a local system in excess of 4000 input/output points. SEAL & SIGNATURE OF BIDDER 137

138 2. The local system shall provide status indicators and control switches for all of the following functions: a) Audible and visual notification alarm circuit zone control. b) Status indicators for sprinkling system water-flow and valve supervisory devices. c) Any additional status or control functions as indicated on the drawings, including but not limited to; emergency generator functions, fire pump functions, door unlocking and security with bypass capabilities. 3. Each intelligent addressable device or conventional zone on the system shall be displayed at the Central Alarm Receiving Terminal and the local fire alarm control panel by a unique alphanumeric label identifying its location. System Operation: A. Activation of any system fire, security, supervisory, trouble, or status initiating device shall cause the following actions and indications at all network displays with basic graphics and multiple detail screens. B. Fire Alarm Condition: 1. Sound an audible alarm and display a custom screen/message defining the building in alarm and the specific alarm point initiating the alarm in a graphic display. The display shall provide standard NFPA graphical symbols indicating hazardous materials and personnel situations critical to situation management. Hazmat ICONs must conform to NFPA standard 170 format. The system shall supply a simple building floor plan and icons representing alarm devices in off normal or alarm condition. 2. Log to the system history archives all activity pertaining to the alarm condition. 3. Print to system printer (where required) alarm condition information. 4. Sound the signal with synchronized audibles and synchronized strobes throughout the facility. 5. Audible signals shall be silenced from the fire alarm control panel by an alarm silence switch. Visual signals shall be programmable to flash until system reset or alarm silencing, as required. 6. A signal dedicated to sprinkler system water flow alarm shall not be silenced while the sprinkler system is flowing at a rate of flow equal to a single head. 7. The alarm information shall be displayed on a Graphic Annunciator located where show on drawings. 8. Where indicated on drawings heat detectors in elevator shaft and machine rooms shall activated an elevator power shunt trip breaker. The heat detectors shall be rated at a temperature below the ratings of the sprinkler heads in respective SEAL & SIGNATURE OF BIDDER 138

139 locations to insure that the power shall be shut off before activation of sprinkler system. 9. HVAC shut down shall, be accomplished by system operated duct detectors as per local requirements. 10. Door closure devices shall operate by floor or by local requirements. C. Supervisory Condition: 1. Display the origin of the supervisory condition report at the local fire alarm control panel graphic LCD display. 2. Activate supervisory audible and dedicated visual signal. 3. Audible signals shall be silenced from the control panel by the supervisory acknowledge switch. 4. Record within system history the initiating device and time of occurrence of the event. 5. Print to the system printer (where required) the supervisory condition. D. Trouble Condition. 1. Display at the local fire alarm control panel graphic LCD display, the origin of the trouble condition report. 2. Activate trouble audible and visual signals at the control panel and as indicated on the drawings. 3. Audible signals shall be silenced from the fire alarm control panel by a trouble acknowledge switch. 4. Trouble reports for primary system power failure to the master control shall be optionally delayed for a period of time not greater than 200 seconds. Trouble conditions that have been restored to normal shall be automatically removed from the trouble display queue and nor require operator intervention. This feature shall be software selectable and shall not preclude the logging of trouble events to the historical file. 5. Record within system history, the occurrence of the event, the time of occurrence and the device initiating the event. 6. Print to the system printer (where required) the trouble condition. E. Security Condition: 1. Display at the local fire alarm control panel graphic LCD display, the origin of the security condition report. A dedicated security LED shall flash until the alarm has been acknowledged, then revert to a steady "ON" state. SEAL & SIGNATURE OF BIDDER 139

140 2. The control system shall be capable of bypassing the alarms from an individual security system installed within selected areas. The pass code allowing this function shall be assignable to individual security personnel and each bypass action shall be logged to system history. Intrusion alarms occurring during a bypass period shall be logged to history and displayed but no audible alarm shall occur at the control panel. 3. Print to the system printer (where required) the security condition. 4. The Local Fire Control Panel shall be UL 1076 listed for security purposes Control Panel: A. The fire alarm control panel shall be microprocessor based using the multiple microprocessors throughout the system providing rapid processing of smoke detector and other initiation device information to control system output functions. There shall be a watchdog circuit, which shall verify the system processors and the software program. Problems with either the processors or the system program shall activate a trouble signal, and reset the panel. The system modules shall communicate with an RS 485 network communications protocol. All module wiring shall be to terminal blocks, which will plug into the system card cage. The blocks shall be color coded to prevent accidental crossing of wiring. B. The basic system shall have capabilities for 252 intelligent initiation devices and can be expanded up to 2500 intelligent initiation devices. The system shall employ a flexible number of detection input loops to reach maximum system capacity. Systems which, have a fixed number of device addresses per node based on a fixed number of device circuits (loops) shall provide 50% of loop maximum spare capacity on all loops to meet this requirement. C. The Device Loop Card shall be capable of minimum 252 intelligent devices distributed between two SLC circuits. Any trouble on one circuit shall not affect the other circuit. This module controls the signaling from the initiation devices reporting alarms and troubles to the control panel. This module shall also provide the signaling to the field devices for controlling the output of specific initiation devices. The circuit shall be capable of being connected with polarity insensitive intelligent initiation devices. The circuits shall have the ability to be wired, Style 4, Style 6. Any of all of the 252 devices on the loop card shall be capable of activating up to two devices (relay base, audible base or remote lamps). These accessories shall not take away from the 252 addresses available per loop. Systems which, require unique addresses for SLC circuit accessories (remote relays, relay bases, audible bases and remote lamps) shall provide 50% spare capacity for each loop to provide for system expansion. The on board microprocessor provides the loop card with the ability to function even if the main microprocessor fails. LED s on the board shall provide annunciation for the following; Power, Card Failure, Network Failure, Ground. Fault, Alarm, Trouble, Short Zone 1, Short Zone 2, Style 6 Open Zone 1, Style 6 Open Zone 2. This card shall plug into the system card cage. D. The Signal Line Circuits shall be tested for opens, shorts, ground faults, device status and multiple device response (2 devices at same address) and communications with all SEAL & SIGNATURE OF BIDDER 140

141 addressable devices installed before connection to the control panel. Systems without this capability shall have a test panel installed for initial testing to eliminate any possible damage short term or long term to the control panel. After initial testing replace the test panel and proceed with complete testing. E. The Person Machine Interface (Display) or the Remote Person Machine Interface (Repeater) shall provide the system information on six inch ¼ VGA monochrome LCD, with Touch Screen and LED display. The DISPLAY shall provide floor plans with alarm type and you are here indication. The DISPLAY shall be navigable by device/module custom message in the system architecture with no need for device address knowledge. The DISPLAY shall provide a physical as well as a system geographic view. Graphic user interface shall be menu driven with 4 tabs showing the level and the total events for each tab. The tabs shall be; Alarm, Supervisory, Trouble and Security. Each level shall show 5 events simultaneously. The LED displays shall indicate Power, Audibles On or Silenced, and Partial system disabled. Systems not having the above LED s shall provide separate LED s within the control panel enclosure with appropriate labels. Selection buttons shall be backlit to aid the operator in the selection process. There shall be controls for scrolling throughout the event list. A button shall provide zoom in zoom out for the amount of information desired for a specific entry. The DISPLAY shall be capable of monitoring the power supply loading and show available capacity for future expansion planning. The DISPLAY LCD shall provide standard NFPA symbols showing Fire Service Equipment, Hazards, compliant with NFPA 170 and People in the area of alarm. Systems without this type of display shall supply a UL listed Graphics package with their system. The LCD shall have a keyboard screen to allow the technician ability to enter test and numbers for passwords or text changes. F. The Zone Indicating Card shall contain 8 NAC circuits rated at 2 amps each with powerlimited outputs. The four zone inputs for the card shall be isolated and independently supervised. There shall be unique codes/signals for each circuit based on system logic. These signals shall be Temporal Code 3 (Evacuation), Steady (Such as Recall ), and Alert ( such as Tornado Alert ),MT 30 PPM, MT 60 PPM and MT 120PPMThe card shall be listed for notification appliances, horns, bells, strobes, and speakers. The card shall also be listed for NFPA 13 Pre-Action Release, Halon 1301 NFPA 12A, NFPA The card shall have the ability to wire the circuits Style Y or Style Z with outputs synchronized. The card shall have the following LED s to provide trouble shooting and annunciation; Reset, Power, Card Failure, Network Failure, Ground. Fault, Zone Activation or Trouble. This card shall plug into the system card cage. G. The Zone Indicating Card shall contain 4 NAC circuits rated at 4 amps each with powerlimited outputs. All zone inputs for the card shall be isolated and independently supervised. There shall be at least 3 unique codes/signals for each circuit based on system logic. These signals shall be Temporal Code 3 (Evacuation), Steady (Such as Recall ), and Alert (such as Tornado Alert ). The card shall be listed for notification appliances, horns, bells, strobes, and speakers. The card shall also be listed for NFPA 13 Pre-Action Release, Halon 1301 NFPA 12A, NFPA 2001, Lease Line, and Municipal Tie. The card shall have the ability to wire the circuits Style Y or Style Z with outputs synchronized. The card shall have the following LED s to provide trouble shooting and annunciation; Reset, Power, Card Failure, Network Failure, Ground. Fault, Zone Activation or Trouble. This card shall plug into the system card cage. SEAL & SIGNATURE OF BIDDER 141

142 H. The Convention Detector Card shall have 4 circuits of conventional initiation circuits. Each zone shall be capable of supporting 30 smoke detectors and an unlimited number of contact devices. This card shall also have the ability to power and monitor Linear Beam detectors and Flame detectors. The card shall have the ability to wire the circuits Style D or Style B. This card shall plug into the system card cage. I. Where needed a Conventional Zone Module shall connect to the Signal Line Circuit, which will allow the use of conventional initiation devices. This module shall have the ability to support up to 15 convention smoke detectors and an unlimited number of contact devices. The module shall have the ability to wire the circuits Style D or Style B. This module shall also be capable of monitoring Linear Beam detectors as well as Flame detectors. J. The Network Interface Card shall provide communication between enclosures. The network card supervises the network to insure proper operation. Any faults that are detected shall be reported to the DISPLAY for annunciation. The network card shall isolate short circuits to each individual segment of the network. If a short occurs only the segment between the network card will be affected. The card shall have the ability to provide Style 4 or 7 network wiring configurations. The card shall have as the minimum the following diagnostic LED; Reset, Power, Card Fail, CAN Fail, HNET Fail, ZNET Fail, GND Fault, Loop A Fail, Loop B fail, Networks - Style 7, Style 4, Gnd Fault Enabled, GND Fault Disabled. K. The Controllable Relay Card shall provide 6 programmable relays. Each relay shall have SPDT contacts rated at 4 amps at 30VDC/120VAC resistive and 3.5 amps, 120VAC inductive. The card shall have as a minimum the following diagnostic LED s; Reset, Power, Card Fail, 24V Fail, Relay 1, Relay2, Relay3, Relay 4, Relay5, Relay6. L. Where required to monitor a large amount of relays, such as monitoring subsystems or normally open contact devices, provide a Supervised Input Module, which will monitor up to 16 inputs. Each input shall be individually programmed for supervised or nonsupervised circuits. This module shall be connected to a system network. The module shall contain 2 programmable form C relays for control of the monitored subsystem. M. Where required for control of relays or LED s the Output control Module shall provide 16 open collector outputs to operate LED s, incandescent lamps or relays as needed. The module shall contain a local audible output, Lamp Test and local audible silence. All circuits shall be power limited. N. The system card cage shall provide the mounting of all system cards, field wiring, and panel s inter-card wiring. The terminal strips for the cards shall be color-coded to eliminate the possibility of making the wrong connection. The terminal blocks maybe disconnected and reconnected while the system is powered up without causing any difficulties. All power limited field wiring shall connect to the top of the card cage. All non-power limited internal wiring shall be connected to the bottom of the card cage. The card cage shall hold the systems cards and have capability of connecting multiple card cages to meet system demands. O. System response time from alarm to output shall not exceed four (4) seconds. SEAL & SIGNATURE OF BIDDER 142

143 P. To expedite system troubleshooting, the system cards shall have ground fault detection, and diagnostic LED s by card. Q. All system cards and modules shall have Flash memory for downloading the latest module firmware Power Supply: A. The system Power Supply/Charger shall be a 12-amp supply with battery charger. The power supply shall be filtered and regulated. The power supply shall have a minimum of 1 power limited output rated at 4 amps, and a minimum of 1 output rated at 12 amps. The system power supply can be expanded up to 48 amps. The auxiliary power supply module shall share common batteries with the primary power supply. The system power supply shall have 4 relays, one for common alarm, one for common trouble and two programmable relays. The power supply shall be rated for 120/240 VAC 50/60 Hz. B. The battery charger shall be able to charge the system Lead Acid batteries up to 100 AH batteries. Battery charging shall be microprocessor controlled and programmed with a special software package to select charging rates and battery sizes. An optional Thermistor for monitoring battery temperature to control charging rate shall be available. C. The power supply shall have a plug for an AC adapter cable, which allows a technician to plug in a laptop computer for up or down loading program information or test equipment System Enclosures: A. Provide the enclosure needed to hold all the cards and modules as specified with at least spare capacity for two cards. The enclosures shall be either black or red. The outer doors shall be capable of being a left hand open or a right hand open. The inner door shall have a left hand opening. System enclosure doors shall provide where required ventilation for the modules or cards in the enclosure System Printer: The system printer shall be operated from a Remote Printer Module, which shall be mounts outside the enclosure. This module shall provide a parallel port and 2 serial ports for RS 232 protocol. One of the serial ports shall be able to be programmed for RS485 protocol. Supervised network connection shall be either Style 4 or 7 as directed by local requirements. The logging printer shall be UL listed with the system. This parallel printer shall be supervised for: On/Off line, out of paper, paper jam, power off, and connection the system. The printer shall be a; high speed, 24 dot matrix, wide carriage, and capable of using tractor or friction fed paper. The printer shall contain diagnostic LED s for ease in maintenance Remote Annunciators: A. The remote annunciator shall be either a system display or a graphic display as indicated on the drawings. 1. The System Status Display shall be a 4-line 40-character display with backlit screen for easy viewing. The module shall be connected to the network allowing it to be placed any where on the system. The system display shall have local sounder with silence control, local acknowledgement, local scrolling. 2. The graphic annunciator design and layout shall be submittal to the architect for approved prior to construction. The graphics annunciator shall be a Brushed SEAL & SIGNATURE OF BIDDER 143

144 Stainless Steel cover with hinged door. The LED s shall be driven from a module with a minimum of 16 outputs, and connected to a system network. B. The annunciators shall receive vectored information such as; all events, Alarm only, Supervisory only, Trouble only, or Security only Intelligent Initiation Devices: A. All initiation devices shall be insensitive to initiating loop polarity. Specifically, the devices shall be insensitive to plus/minus voltage connections on either Style 4 or Style 6 circuits. B. The smoke detector shall be an intelligent digital photoelectric detector with a programmable heat detector. Detectors shall be listed for use as open area protective coverage, in duct installation and duct sampling assembly installation and shall be insensitive to air velocity changes. The detector communications shall allow the detector to provide alarm input to the system and alarm output from the system within four (4) seconds. Detectors shall be programmable as application specific, selected in software for a minimum of eleven environmental fire profiles unique to the installed location. These fire profiles shall eliminate the possibility of false indications caused by dust, moisture, RFI/EMI, chemical fumes and air movement while factoring in conditions of ambient temperature rise, obscuration rate changes and hot/cold smoke phenomenon into the alarm decision to give the earliest possible real alarm condition report. The intelligent smoke detector shall be capable of providing three distinct outputs from the control panel. The system controlled output functions shall be from an individual or unique input of smoke obscuration, a thermal condition or a combination of obscuration and thermal conditions. The detector shall be designed to eliminate calibration errors associated with field cleaning of the chamber. The detector shall support the use of a relay and LED remote indicator at the same time. Low profile, white case shall not exceed 2.5 inches of extension below the finish ceiling. Detector wiring shall not require any special shielded cable. C. Thermal Detectors shall be rated at 135 degrees fixed temperature and 15 degrees per minute rate of rise. Detectors shall be constructed to compensate for the thermal lag inherent in conventional type detectors due to the thermal mass, and alarm at the set point of 135 degrees Fahrenheit. The choice of alarm reporting as a fixed temperature detector or a combination of fixed and rate of rise shall be made in system software and be changeable at any time without the necessity of hardware replacement. The detectors furnished shall have a listed spacing for coverage up to 2,500 square feet and shall be installed according to the requirements of NFPA 72 for open area coverage. D. The smoke detector shall be an intelligent digital photoelectric detector with a programmable heat detector. Detectors shall be listed for use as open area protective coverage, in duct installation and sampling assembly installation and shall be insensitive to air velocity changes. The detector communications shall allow the detector to provide alarm input to the system and alarm output from the system within four (4) seconds. The detector shall be mounted in a duct detector housing listed for that purpose. The duct detector shall support the use of a remote test switch, relay or LED remote indicator. The SEAL & SIGNATURE OF BIDDER 144

145 duct detector shall be supplied with the appropriate sampling tubes to fit the installation. Where duct detectors are exposed to the weather provide a weatherproof enclosure. E. Detector bases shall be low profile twist lock type with screw clamp terminals and selfwiping contacts. Bases shall be installed on an industry standard, 4" square or octagonal electrical outlet box. 1. Where selective localized control of electrical devices is required for system operation, furnish and install detector base with software programmed addressable relay integral to the base. The relay shall switch electrical loads within relay ratings, as indicated on the drawings. Operation of the addressable control circuit shall be independent of the number of detectors and relays on the circuit or the number in an alarm state. Relay bases shall be rated for resistive or inductive load (120VAC or 30VDC) 3 amps. 2. Where indicated on the drawings, furnish detector base with integral approved audible evacuation alarm signal having an output of 85db. The audible signal shall be individually addressable and software programmed for operation. F. Provide single action addressable manual stations where shown on the drawings, to be flush or surface mounted as required. Manual stations shall contain the intelligence for reporting address, identity, alarm and trouble to the fire alarm control panel. The manual station communications shall allow the station to provide alarm input to the system and alarm output from the system within less than four (4) seconds. The manual station shall be equipped with terminal strip and pressure style screw terminals for the connection of field wiring. Surface mounted stations where indicated on the drawings shall be mounted using a manufacturer's prescribed matching red enamel outlet box. G. Provide double action addressable manual stations where shown on the drawings, to be flush or surface mounted as required. Manual stations shall contain the intelligence for reporting address, identity, alarm and trouble to the fire alarm control panel. The manual station communications shall allow the station to provide alarm input to the system and alarm output from the system within less than four (4) seconds. The manual station shall be equipped with terminal strip and pressure style screw terminals for the connection of field wiring. Surface mounted stations where indicated on the drawings shall be mounted using a manufacturer's prescribed matching red enamel outlet box. H. Addressable Interface Devices shall be provided to monitor contacts for such items as water-flow, tamper, and PIV switches connected to the fire alarm system. These interface devices shall be able to monitor a single or dual contacts. An address will be provided for each device and all physical devices shall require only one address on a signaling line circuit regardless of the number of circuits on an individual module. Where remote supervised relay is required the interface shall be equipped with a SPDT relay rated for 4 amps resistive and 3.5 amps inductive Conventional Initiation Devices:. A. Heat Detector explosion proof shall be rate compensation type detector rated for 140 up to 450. Provide detector with temperature ratings for the appropriate application or as SEAL & SIGNATURE OF BIDDER 145

146 indicated on drawings. The detector shall mount in an explosion proof electrical box with a ½ inch NPT in cover. B. Heat Detector 135 F Rate of Rise detector shall be a dual heat detector using the rate of rise and fixed temperature principles. Rate of rise portion shall operate when a change of temperature exceeds 15 within 60 seconds. The fixed temperature portion shall operate at rated temperature. The detector shall mount to a standard electrical 4 box. C. Heat Detector 200 F Rate of Rise detector shall be a dual heat detector using the rate of rise and fixed temperature principles. Rate of rise portion shall operate when a change of temperature exceeds 15 within 60 seconds. The fixed temperature portion shall operate at rated temperature. The detector shall mount to a standard electrical 4 box. D. Heat Detector 135 F Fixed temperature portion shall operate at the rated temperature. The detector shall mount to a standard electrical 4 box. E. Heat Detector 200 F Fixed temperature portion shall operate at the rated temperature. The detector shall mount to a standard electrical 4 box. F. Heat Detector 135 F Rate Compensated shall use the rate compensation principle of detection. This type of detector compensates for the thermal lag inherent in heat detectors. The detector shall mount in a standard electrical box with a ½ inch knock out in cover. G. Heat Detector 200 F Rate Compensated shall use the rate compensation principle of detection. This type of detector compensates for the thermal lag inherent in heat detectors. The detector shall mount in a standard electrical box with a ½ inch knock out in cover. H. Heat Detector 135 F Rate Compensated Weatherproof shall use the rate compensation principle of detection. This type of detector compensates for the thermal lag inherent in heat detectors. The detector shall mount in a weatherproof electrical box with a ½ inch knock out in cover. I. Heat Detector 200 F Rate Compensated Weatherproof shall use the rate compensation principle of detection. This type of detector compensates for the thermal lag inherent in heat detectors. The detector shall mount in a weatherproof electrical box with a ½ inch knock out in cover. J. Photoelectric Smoke Detector shall be microprocessor operated providing indication of detector trouble. The detector shall have a tri colored LED, green for normal, red for alarm and amber for trouble. The detector shall have supervised optics and shall provide an indication when detector requires service. The detector shall be low profile and plug into a twist lock base. The base shall have the ability to have a relay or an audible base as needed. K. Electronic Thermal Detector 135 F is a fixed temperature self-restoring detector. The detector is rated for 2500 sq. ft. coverage. The detector shall be low profile and plug into a twist lock base. The base shall have the ability to have a relay or an audible base as needed. SEAL & SIGNATURE OF BIDDER 146

147 4.0 FIRE DETECTION DEVICES AND MODULES 4.1 Deleted 4.2 Intelligent Detectors a. All fire sensors shall mount on a common base to facilitate the changing of sensor type if building conditions change. The base shall be incompatible with conventional detectors to preclude the mounting on a non-intelligent device. b. Each sensor shall contain an LED which shall blink each time the sensor is scanned by the Fire Signaling panel (FSP). If the FSP determines that the sensor is in alarm, the FSP shall command the sensor LED to remain latched on to indicate alarm. c. Each sensor shall contain a magnetically-actuated test switch such that it can be tested for alarm from the sensor location. d. Each sensor shall be capable of being tested for alarm via command from the FSP. e. Each sensor shall respond to FSP scan for information with its type identification to preclude inadvertent substitution of another sensor type. The FSP shall operate with the installed type but shall initiate a mismatch (trouble) condition until the proper type is installed or the programmed sensor type changed. f. Each sensor shall respond to FSP scan for information with an analog representation of measured fire-related phenomena (smoke density, particles of combustion, temperature). Such response proves end-to-end sensor response including the operation of the sensor electronics. Systems which only monitor the presence of a conventional detector in an addressable base shall not be acceptable. g. Each Photoelectric detector shall contain an optical sensing chamber with nominal sensitivity of 2.3%/foot obscuration. h. Provide Ionization Smoke Sensors as indicated on the plans. Each shall contain a unipolar dual chamber configuration with nominal sensitivity of 1.55/foot obscuration. i. Each Thermal sensor shall provide temperature measurement when scanned by the FSP for information Ionization Smoke Detector This detector will be capable fo detecting a fire both in its incipient or smouldering stages as well as visible flames. To meet this requirement the detector will respond to visible combustion products in the form of smoke as well as invisible particles, aerosols and pyroslysis products from a clear burning fire. The sensitivity / response threshold value, the design and construction of the detector will be in accordance with IS-11360, BS-5445 Part 7 (European Standard EN54-7) or ANSI-UL.268 as applicable. The detectors will be marked with their normal SEAL & SIGNATURE OF BIDDER 147

148 sensitivity, sensitivity range listed spacing, radiation level or radio active component etc., as per relevant standards. Radio active material used in ionisation smoke detector will be such as not to have any harmful effect on the personnel in the area where installed even if the area is continuously inhabited. The radiation will be in the range 0.5 micro curie to 0.9 micro curie Photoelectric Smoke Detector This detector working on the light scattering principle will be capable of detecting visible smoke from smouldering fires long before the fire breaks out into visible flame. The normal sensitivity / response threshold value, the design and construction of the detector will be in accordance with IS-11360, BS-5445 Part 7 (European Standard EN54-7) or ANSI-UL.268 as applicable. Smoke detectors will be marked with their normal sensitivity and tolerance limits and listed spacing as per relevant standards. 4.3 Intelligent Modules Input Module a. The Input Device shall provide an addressable input for N.O. or N.C. contact devices such as manual stations, waterflow switches, sprinkler supervisory devices, etc. b. The Input Device shall provide a supervised initiating circuit. An open-circuit fault shall be annunciated at the FSP. (Subsequent alarms shall be reported in spite of the fault) a. The device shall contain an LED which blinks upon being scanned by the FSP. Upon determination of an alarm condition, the LED shall be latched on Output Module a. The Output Device shall provide an addressable output for a separately powered alarm indicating circuit or for a control relay. b. The Output Device shall provide a supervised indicating circuit where indicated on the plans. An open-circuit fault shall be annunciated at the FSP. ( Subsequent alarm signaling shall occur in spite of the fault condition. ) c. The Output Device shall provide a control relay where indicated on the plans. The relay contacts shall be SPDT (Form "C") rated at two 28 V dc. d. The device module shall contain an LED which blinks upon being scanned by the DGP. Upon activation of the device, the LED shall be latched on. e. The device shall mount in a standard electrical box. 4.4 Manual Call Point SEAL & SIGNATURE OF BIDDER 148

149 Each Addressable Manual Call Point (MCP) comprise of an electronic circuit built into it to provide addressing capability and or reputed make push button enclosed in a box. The push button will have adequate number of contacts. The push button actuator will be unshrouded and the push button will project out from the surface of the box. The front part of the Manual Call Point will be provided with frame having breakable glass sheet on the front surface suitably sealed with neoprone gaskets. The arrangement will be such that when completely assembled, the front glass sheet keeps the push button actuated, as long as the glass cover is intact. In case of fire when the glass cover is broken to give a fire alarm the push button shall be automatically released by its spring action and give necessary signal to the fire alarm panel for annunciation of fire and its address. The enclosure of the MCP will be dust, weather and vermin proof, having a degree of protection IP 54 in indoor areas and IP 65 in outdoor areas. The MCP will be suitable for wall mounting. The complete unit will be painted fire red shade No.536 as per IS-5. The internal surface of the enclosure will be painted with semi-glossy white. The push button knob will be red in colour. A label will be provided on each MCP with an inscription reading FIRE ALARM IN CASE OF FIRE BREAK GLASS, either on the enclosure or on a separate plate mounted behind the glass cover. A translation of this inscription in the vernacular prevailing at site will also be provided on the label. The metal plate used as a label will not tarnish under the prevalent atmospheric condition. The inscription will be indelibly marked on the label. Each MCP will be provided with the following accessories : If not of the press to break type glass or pull type, an iron hammer of sufficient weight suitable for breaking the glass cover. The iron hammer will be attached to the MCP enclosure by means of non-corrodable iron chain of sufficient length and play to facilitate easy breaking of the glass. A hook to support the hammer will also be provided on the MCP. An identification plate, with a tag number. The tag number will be identical to that displayed on the fire alarm panel. Compression type nickel plated brass cable glands on the external enclosure for the connecting cables. Suitable knock outs will be provided on both the top and bottom surfaces of the enclosure to facilitate either top or bottom entry of cables. The degree of protection will remain intact with knockouts in place. Terminal blocks with the required number of terminals for connecting external cables. Earthing studs (if the enclosure is metallic and the operating voltage is greater than 24 V) suitable for connecting to the Purchaser s earthing conductor. SEAL & SIGNATURE OF BIDDER 149

150 The MCP will be addressable type having the following features : Individual addressing capability on the control unit to facilitate precise location of fire / manual call point actuated. Continuous monitoring of individual manual call point and operating conditions / healthiness. 1.1 MIMIC PANEL: A mimic panel shall be provided at each floor lobby indicating all the four/more zones and it shall give the location of fire. It shall consist of an architectural layout of the each zone/wing of Protected area. Each symbolic detector / component or equipment on the mimic panel shall be fitted with LED to give indication of alarm in case of detector signify operation of equipment. The mimic panel shall be of adequate size to give clarity to the fire protection personal and its size and layout be subject to the approval of the Engineers in charge. SEAL & SIGNATURE OF BIDDER 150

151 Sub Section E (IBMS and BAS): High Sensitivity very Early Smoke Detection Alarm System SCOPE This document provides specification details of the VESDA Laser PLUS/COMPACT aspirating smoke etection products to supply,install and commissioning General A Very Early Smoke Detection System similar to the VESDA LaserPLUS/compact System shall be installed throughout the areas nominated on the drawings.the system shall consist of highly sensitive LASER-based Smoke Detectors with aspirators connected to networks of sampling pipes. When required, an optional Display unit shall be provided to monitor each detector, and a Programmer shall be supplied to configure the system Approvals The Very Early Smoke Detection System must be of a type submitted to, tested, approved, and/or listed by: AFNOR (Association Francaise de Normalisation), France FM (Factory Mutual), US LPCB (Loss Prevention Certification Board), UK NTC (National Test Centre), China SSL (Scientific Services Laboratory), Australia UL (Underwriters Laboratories Inc), US ULC (Underwriters Laboratories Canada), Canada VdS (Verband der Sachversicherer e.v.), Germany 1.03 Codes, Standards or Regulations The entire installation shall be installed to comply with one or more of the following codes or standards: AS 1670, AS1603 NZ Part 2, 4, 8, ASNZS 3000 British Fire Protection Systems Association, Code of Practice for Category 1 Aspirating Detection Systems British Standards, BS 5839 Part 1 or BS 6266 NFPA Standards, US NEC Standards, US NZ Local codes and standards Year 2000 compliancy standards including, LPS2000, GTE PA96014T 1.04 System Description Design Requirements Shall consist of a highly sensitive LASER-based smoke detector, aspirator, and filter. SEAL & SIGNATURE OF BIDDER 151

152 It shall be modular, with each detector optionally monitored by a Display featuring LEDs and a sounder. 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: four smoke threshold alarm levels; time delays; faults including airflow, detector, power, filter and network as well as an indication of the urgency of the fault; seven or more configurable relay outputs for remote indication of alarm and fault conditions. 1. It shall consist of an air sampling pipe network to transport air to the detection system, supported by calculations from a computer-based design modelling tool. 2. Optional equipment may include intelligent remote displays and/or a high level interface with the building fire alarm system, or a dedicated VESDA System Management (VSM) graphics package. 3. Performance Requirements Shall be tested and approved to cover up to 2,000 sq.m. Shall be approved to provide very early smoke detection and provide four output levels corresponding to Alert, Action, Fire 1 and Fire 2. These levels shall be programmable and able to be set at sensitivities ranging from % obsc/m. Shall report any fault on the unit by using configurable fault output relays or via VSM. Shall be self monitoring for filter contamination. Shall incorporate a flow sensor in each pipe and provide staged airflow faults Submittals Product data and site drawings shall be submitted and shall include pipe layout, operational calculations (ASPIRE ) and performance criteria. A copy of the manufacturer s installation, operation and maintenance manuals shall be supplied upon completion of the installation. System commissioning data shall be supplied (in a format recommended by the manufacturer and per the instructions provided by the manufacturer) within 30 days of completion of the installation Quality Assurance Qualifications Both Light Scattering and Particle Counting shall be utilised in this device as follows: The Laser Detection Chamber shall be of the mass Light Scattering type and capable of detecting a wide range of smoke particle types of varying size. A particle counting method shall be employed for the purposes of preventing large particles from affecting the true smoke reading monitoring contamination of the filter (dust & dirt etc.) to automatically notify when maintenance is required. Note: The Particle counting circuitry shall not be used for the purpose of smoke density measurement. The Laser Detection Chamber shall incorporate a separate secondary clean air feed from the filter; providing clean air barriers across critical detector optics to eliminate internal detector contamination. SEAL & SIGNATURE OF BIDDER 152

153 The detector shall not use adaptive algorithms to adjust the sensitivity from that set during commissioning. A learning tool shall be provided to ensure the best selection of appropriate alarm thresholds during the commissioning process. Equipment Supplier The equipment supplier shall be authorised and trained by the manufacturer to calculate/design, install, test and maintain the air sampling system and shall be able to produce a certificate stating such on request. Detector Assembly The Detector, Filter, Aspirator and Relay Outputs shall be housed in a mounting box and shall be arranged in such a way that air is drawn from the fire risk and a sample passed through the Dual Stage Filter and Detector by the Aspirator. The Detector shall be LASER-based type and shall have an obscuration sensitivity range of % obs/m. The Detector shall have four independent field programmable smoke alarm thresholds across its sensitivity range with adjustable time delays for each threshold between 0-60 seconds. The Detector shall also incorporate facilities to transmit the following faults Detector Air flow Filter System Zone Network Power Urgent and Minor faults. Minor faults shall be considered as servicing or maintenance signals. Urgent faults indicate the unit may not be able to detect smoke. The detector shall have four in-line sample pipe inlets and must contain a flow sensor for each pipe inlet. Both Minor and Urgent flow faults can be reported. The filter must be a two-stage disposable filter cartridge. The first stage shall be capable of filtering particles in excess of 20 microns from the air sample. The second stage shall be ultra- fine, removing more than 99% of contaminant particles of 0.3microns or larger, to provide a clean air barrier around the detector s optics to prevent contamination and increase service life. The aspirator shall be a purpose-designed rotary vane air pump. It shall be capable of allowing for multiple sampling pipe runs up to 200m in total, (4 pipe runs per detector) with a transport time of less than 90 seconds or as appropriate codes dictate. The Assembly must contain relays for alarm and fault conditions. The relays shall be software programmable to the required functions. The relays must be rated at 2 AMP at 30 VDC. Remote relays shall be offered as an option and either configured to replicate those on the detector or programmed differently. The Assembly shall be able to be surface mounted to a wall or recessed in the wall cavity (the unit may be inverted in either option). The assembly shall have built-in event and smoke logging. It shall store smoke levels, alarm conditions, operator actions and faults. The date and time of each even shall be recorded. Each detector (zone) shall be capable of storing up to 18,000 events and does not require the presence of a display in order to do so. SEAL & SIGNATURE OF BIDDER 153

154 2.0 to deleted 2.04 Displays When required, a detector Display module may be located within the detector, a remote mounting box or a 19 inch remote rack. Each Display shall provide the following features at a minimum: A 20 segment bargraph display. Four independent high intensity alarm indicators, Alert, Action, Fire 1 and Fire2, corresponding to the four alarm thresholds of the detector. Alarm threshold indicators for Alert, Action and Fire 1. Detector fault and airflow fault indicators. Faults originating in the particular VLP zone (Zone Fault) shall be distinguished from those produced by the overall smoke detection system and from those resulting from network wiring errors (Network Fault). LED indicators shall be provided for each fault category. Minor and urgent fault LED indicators. A remotely mounted Display may be optionally equipped with 7 or 12 configurable relays for signalling alarm and fault conditions. Four buttons supporting the following features: Mode/Test - Scrolls through the information on the Display s digital display: Sensitivity (Fire 1 Threshold setting), current smoke level and VLP Zone number. When pressed and held initiates a lamp test on the individual display module. Silence - Silences all devices on the system Reset - Unlatches all latched alarm conditions on the assigned VLP zone. Isolate - Isolates the individual VLP zone (inhibits Alarm and Fault relays and initiates Isolate relay) Programmers When required, a Programmer module may be located within the detector, a remote mounting box, a 19 inch remote rack, or in a portable hand-held unit. Alternatively, programming may be performed using a Windows application running on a PC connected through a High Level Interfacing unit (PC-Link HLI). Each Programmer shall support the following features at a minimum: Programming of any device on the Software system. Viewing of the status of any device in the system. Adjustment of the alarm thresholds of a nominated detector. Setting of Day/night, weekend and holiday sensitivity threshold settings. Multi-level password control. Programmable latching or non-latching relay operation. Programmable engergised or de-energised relays. Programmable high and low flow settings for airflow supervision. Programmable aspirator speed control. Programmable maintenance intervals. Facilities for referencing with time dilution compensation. Testing of relays assigned to a specific zone to aid commissioning. SEAL & SIGNATURE OF BIDDER 154

155 2.06 Device Networking Requirements The devices in the smoke detection system shall be capable of communicating with each other via twisted pair RS485 cable. The network shall be able to support up to 250 devices (detectors, displays and programmers), of which at least 100 detectors can be supported. The network shall be capable of being configured in a fault tolerant loop for both short circuit and open circuit. Any communication faults shall be reported unambiguously and shall be clearly attributable to an individual device or wire link in the fault messages. PC based configuration tools shall be available to configure and manage the network of detectors Digital Communication Port Shall comply with EIA RS485 Protocol. Application Detection Alarm Levels The laser based aspirating detection system shall have four (4) independently programmable alarm thresholds. The four alarm levels may be used as follows: Alarm Level 1 (Alert) Activate a visual and audible alarm in the fire risk area. Alarm Level 2 (Action) Activate the electrical/electronic equipment shutdown relay and activate visual and audible alarms in the Security Office or other appropriate location. Alarm Level 3 (Fire 1) Alarm Level 4 (Fire 2) Activate a suppression system and/or other suitable countermeasures (e.g. evacuation action or shut down of systems). NOTE: The alarm level functions as listed are possible scenarios. Consideration should be given to the best utilisation of these facilities for each application and the requirements of local authorities Initial Detection Alarm Settings Initial settings for the alarm levels shall be determined by the requirements of the fire zone. However, the setting for Fire 1 (Alarm Level 3) shall always appear as 100% on the bargraph scale. Default settings of the unit shall be: Alarm Level 1 (Alert) Alarm Level 2 (Action) Alarm Level 3 (Fire 1) Alarm Level 4 (Fire 2) Initial (factory default) Alarm Delay Thresholds 0.08% Obs/m 0.14% Obs/m 0.2% Obs/m 2.0% Obs/m Initial (factory default) settings for the alarm delay threshold shall be: Alarm Level 1 (Alert) 10 seconds Alarm Level 2 (Action) 10 seconds Alarm Level 3 (Fire 1) 10 seconds Alarm Level 4 (Fire 2) 10 seconds Fault Alarm 5 seconds Fault Alarms SEAL & SIGNATURE OF BIDDER 155

156 The Detector Fault relay shall be connected to the appropriate alarm zone on the Fire Alarm Control Panel in such a way that a Detector Fault would register a fault condition on the FACP. The Minor Fault and Isolate relays shall also be connected to the appropriate control system. (Check local Codes, Standards or Regulations to determine whether compliance with this set-up is required). Power Supply and Batteries The system shall be powered from a regulated supply of nominally 24V DC. The battery charger and battery shall comply with the relevant Codes, Standards or Regulations. Typically 24 hours standby battery back up is required followed by 30 minutes in an alarm condition. Local Power Supply Standards that may apply: ASNZ 1603 Part UL 1481 Listed (provided the power supply and standby batteries have been appropriately sized/rated to accommodate the system s power requirements) deleted 2.09 Sampling Pipe Design Sampling Pipe The sampling pipe shall be smooth bore with an internal diameter between 15-25mm. Normally, pipe with an outside diameter of 25mm and internal diameter of 21mm should be used. The pipe material should be suitable for the environment in which it is installed, or should be the material as required by the specifying body. All joints in the sampling pipe must be air tight and made by using solvent cement, except at entry to the detector. The pipe shall be identified as Aspirating Smoke Detector Pipe (or similar wording) along its entire length at regular intervals not exceeding the manufacturers recommendation or that of local codes and standards. All pipes should be supported at not less than 1.5m centres, or that of the local codes or standards. 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. Sampling Holes Sampling holes of 2mm, or otherwise appropriately sized holes (see Section 3.03), shall not be separated by more than the maximum distance allowable for conventional point detectors as specified in the local code or standard. Intervals may vary according to calculations. Each sampling point shall be identified in accordance with Codes or Standards. Consideration shall be given to the manufacturers recommendations and standards 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. SEAL & SIGNATURE OF BIDDER 156

157 3. INSTALLATION 3.01 The Detection system The contractor shall install the system in accordance with the manufacturer's System Design Manual The Capillary Sampling Network Where false ceilings are installed, 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. 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. The Capillary tube shall terminate at a Ceiling Sampling Point specifically designed and approved by the manufacturer. The performance characteristics of the Sampling Points shall be taken into account during the system design Air Sampling Pipe Network Calculations Air Sampling Pipe Network Calculations shall be provided by a sampling pipe aspiration modelling program. Pipework calculations shall be supplied with the proposed pipe layout design to indicate the following performance criteria: Transport Time The manufacturers recommended transport time (time taken for the smoke to enter the pipe and reach the detector) for the least favourable sampling point is 60 seconds or less. Local codes or end users standards may also apply. For example: AS1670, Part 1 Australia 90 Seconds NFPA72 US 120 Seconds BFPSA Code of Practice UK 120 Seconds The maximum transport time must never exceed the local codes. Balance % The sample point balance for the pipe shall not be less than 70% as indicated by ASPIRE. That is, the volume of air drawn from the last sampling point shall not be less than 70% of the average volume of air through the other holes. Share % The sample hole share for the pipe shall not be less that 70% as indicated by ASPIRE. That is, the sum volume of air drawn through the sampling holes must always be greater than 70% of the total volume of air entering the pipe (i.e. the End Vent must not exceed 30% of the total flow) Commissioning Tests The contractor shall allow for the manufacturer s representative to attend commissioning of the entire installation in the presence of the owner and/or its representative. All necessary instrumentation, equipment, materials and labour shall be provided by the Contractor. SEAL & SIGNATURE OF BIDDER 157

158 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 System Checks Visually check all pipes to ensure that all joints, fittings, bends, sampling points, etc., comply with the Specification. Check the system to ensure the following features are operational and programmed in accordance with the specification. Alarm threshold levels (for both day and night settings), Pipes in use, Detector address, Display address, Time and date, Time delays, Air flow fault thresholds, Display buttons operable (Mode, Silence, Reset, Isolate), Referencing Units set to U.S./S.I., Check to ensure that all ancillary warning devices operate as specified. Check interconnection with Fire Alarm Control Panel to ensure correct operation Tests Introduce Smoke into the Detector Assembly to provide a basic functional test. Introduce smoke to the least favourable Sampling Point in each Sampling Pipe. Transport time is not to exceed the local codes (see 3.03). If more than two bargraph divisions illuminate under normal conditions (no smoke test), review event log for two (2) weeks from date of commissioning and make appropriate adjustments to the alarm and delay thresholds. Activate the appropriate Fire Alarm zones and advise all concerned that the system is fully operational. Fill out the log book and commissioning report accordingly. SEAL & SIGNATURE OF BIDDER 158

159 Sub Section F (IBMS and BAS): Public Address System, Voice Communications System and Emergency Voice Communication System A) Public Address System 1.0 Objective: The Public Address System is designed to serve the multi purpose of playing the music or to make general announcement or to transit the fire tone under fire condition. These different signals are transmitted through the same set of speakers hence different levels of priorities are allotted to different signals. The music is with the least priority and the fire tone is having next priority and the emergency announcements are having the highest priority level. 2.0 Functionality: 2.1 All control consoles shall be placed in the IBMS room. Announcement and background music shall be played from the IBMS room and car calling mike shall be provided in the reception area. 2.2 An EPABX will be provided in the control center. It shall be possible to page to designated zones within the specified group from the EPABX extensions. 2.3 The System shall have pre-recorded message to be announced in all the groups/zones in case of fire. A signal from fire alarm panel shall initiate such announcements. This announcement shall have highest priority. 2.4 The system shall have a chime module. The chime module shall generate two types of signals consisting of either a two-note chime or a single gong tone to capture attention before paging. 2.5 Normally background music shall be played in the lobbies and other common areas paging will receive a higher priority and the highest priority shall be accorded to emergency announcements initiated by the fire control panel. 2.6 The speakers are distributed in the entire building and are configured in different zones. The announcement can be made in individual mode i.e. one zone at a time or to all the speakers simultaneously in ALL CALL mode. 3.0 Components 3.1 SPEAKERS Speakers are in wooden or metal enclosures. All the speakers are with its associated line matching transformers. The speakers are interconnected in the zone configurations. The types of speakers to be used in various areas are I. Lift lobbies and Datacenter Area and office area with false ceiling 6 W flush mounting ceiling ring speakers SEAL & SIGNATURE OF BIDDER 159

160 II. Staircases 20 W Column speakers. 3.2 PUBLIC ADDRESSING AMPLIFIERS These amplifiers are designed to accept the input sources i.e., Microphone/CD Player/Fire tone generator. The output is having a 100 Volts line to take care of line drop. The Amplifiers are stacked inside the rack system. Tone control circuit is provided to alter the quality of the output as per the users requirement. 3.3 RACK ASSEMBLY Rack assembly is to stack the public addressing amplifiers. This is factory prewired and is having different channels for AC mains cable and Audio signal Cables. The rack is provided with wheels for easy maintenance. One lockable rear door is provided. The rack assembly is operating on 230 VAC. 3.4 CONTROL CONSOLE The heart of the entire public addressing system is the Console. The selection of Music or Announcements is done through the console. The system shall make provision for dual channel output i.e both music and audio announcement shall be made for the entire system in which either music or audio announcement shall be selected through a hardware or software switching facility. The announcements can be made through the control console zone wise such as Music, Fire tone or Announcements. The console is provided with keypads on a sloped surface. The switches are having respective LED s. 4.0 The different modes of transmission in P.A System are as follows: 4.1 MUSIC The music is through the CD Players can be fed to the amplifiers. The music transmission is having the least priority. That is if FIRE condition occurs, then the Alert tone overrides the music in the speaker. If any announcement is made, then the music will be stopped till the time of announcement and continues after pressing key To play music a separate switch MUSIC is given and by operating this switch, the music is transmitted to tall departments/zones. 4.2 ANNOUNCEMENTS Announcements can be made through the microphone and by selecting the required zones Announcements can be made in following modes: I. 1.Individual mode SEAL & SIGNATURE OF BIDDER 160

161 II. 2.All Call mode In this mode announcement can be made to all the speakers simultaneously. This is useful when any common message to be passed to all. Also this is more convenient and fast to address the people during emergencies. 5.0 SYSTEM INTERCONNECTION The speakers in each zone are connected in parallel and are connected to the relay and switching unit. The cables from each zone are separately routed and are terminated in the relay-switching unit. 6.0 TECHNICAL SPECIFICATION Disc CD changer carouses/dvd/mp3: Program up to 30 selections from 5 different CDs Up to 3 discs can be changed while one is playing. Skip, search, shuffle, reappear and quick play function. Dedicated remote control. 6.2 Dual auto reverse cassette deck: Type: Auto reverse 4 track, 2-channel recording and playback setup, double cassette deck. 6.3 Power Amplifier: Type: Dual channel audio amplifiers. 6.4 Ceiling Ring Speakers: Flush mounting ceiling ring with attractive grill, spring loaded mechanism for clamping with in built line matching transformer. Power: 6 W with taps 6.5 Column Speakers: Suitable for wall mounting the columns shall direct sound in the horizontal plane. Power: 20 W with taps B) Emergency Voice Communication System (EVC System) 1.0 Functionality: 1.1 EVC System shall provide Announcements for evacuating people during emergency on receipt of signal from fire alarm system. 1.2 Two way communication between handsets at the following areas: SEAL & SIGNATURE OF BIDDER 161

162 I. All service corridors II. Ventilation fan, treated fresh air units room III. All AHU room IV. All Electrical rooms V. All security rooms VI. Fire control center (IBMS Room) 2.0 Components 2.1 Hand Sets Handset stations shall be I. Indoor wall / Column mounting type II. Indoor wall / column mounting pilfer proof type and shall be provided in all staircase area All switches shall be dust proof encapsulated micro-switches. The relays shall be dust proof encapsulated reed relays having guaranteed long life For Desk/Wall/Pole mounting, indoor-outdoor type handset stations, the mouthpiece receiver unit shall rest or cradle switch. On lifting the mouthpiece receiver unit off the handset station, the cradle switch shall automatically cut out the associated loudspeaker For Pilfer proof type handset stations, the mount piece microphone shall be completely enclosed in the handset station Handset microphone shall be the low-impedance, dynamic type designed for close talking and minimum acoustic feedback. The handset shall pick-up only the operator s voice, and shall shield out extraneous noise Each mouthpiece/receiver unit shall be provided with retractable-coiled cord type of cable of length not less than two metres Handset cord shall be terminated at the mild steel box on PVC terminal blocks Handset mouthpieces shall be protected from dirt and other foreign particles by means filters Cradle switch and all associated equipment shall be completely assembled and wired at factory Rugged weatherproof and corrosion proof enclosures, fabricated out of 2mm mild steel sheets shall be provided for handset stations. Wall/Pole mounting facility shall be provided on the enclosure, earthing terminal, cable glands for terminating cables shall be provided. SEAL & SIGNATURE OF BIDDER 162

163 The handset stations shall have an enclosure with a clear indication as Emergency Communications Centre. Access to this shall be only by authorised fire alarm personnel. 2.2 EVC CONTROL PANEL The EVC control panel shall have the following features: 2.3 WIRING I. Continuous monitoring of the telephone circuits and trouble indications. II. Announcements /Instructions to selected speakers III. Indication- audio & visual when any handset station is activated IV. EVC shall have provision for making pre recorded evacuation messages on getting signal from fire alarm system and it shall stop when it is reset at the fire alarm panel. It shall also be possible to over ride this and make an impromptu announcement from the IBMS Control room Microphone level circuits, line level circuits, loudspeaker circuits and power circuits shall run in separate conduits. The conduits shall be medium duty PVC when run concealed and metal conduit when run exposed All audio lines, including microphone, line level and loud-speaker lines shall be floating with respect to ground, neither side of the audio lines shall be grounded. No equipment employing single ended input shall be used in the system. If equipment has a single ended input, it must be provided with an input transformer to provide for floating condition Cables for both internal wiring and external connections shall be of high conductivity stranded annealed copper conductor. PVC insulated, Extruded PVC inner sheathed, overall extruded PVC sheathed conforming to applicable standard. Voltage grade, size, no. of cores and screening shall be consistent with circuit requirements and shall be furnished by the CONTRACTOR. All outdoor cables shall be armoured The cables shall be run in cable trays in the communication shaft and in conduits upto the handsets/loudspeakers in each floor. The installation of the cable trays and conduits shall be in line with the requirements given in the electrical installation write-up. SEAL & SIGNATURE OF BIDDER 163

164 1.0 OBJECTIVE: Sub Section G (IBMS and BAS): Access Control System The objective is to prevent unauthorized entry in to the facilities and keep track of the occupancy of the building all the time. 2.0 Functionality: 2.1 The system shall be designed and implemented to provide following the functionality: I. Controlled Entries to defined access points II. Controlled exits from defined access points III. Controlled entries and exits for visitors. IV. Configurable system for user defined access policy for each access point V. Record, report and archive each and every activity (permission granted and / or rejected) for each access point. VI. Users defined reporting and log formats. VII. Fail safe operation in case of no-power condition and abnormal condition such as fire, theft, intrusion, loss of access control, etc. VIII. Day, Date, Time and duration based access rights shall be user configurable for each access point and for each user. IX. One user can have different policy / access rights for different access points. X. It should be possible to use the access devices like biometrics, proximity card readers, push buttons, manual switches, etc. in user defined combination for any and all of the access points. 2.2 Access control system shall be designed and integrated with the access gates / doors. 2.3 System offered shall use the reliable devices to provide trouble free operation. System shall be compatible to the Proximity cards to be provided by the Bidder. System should have anti-pass back feature with time scheduling and zonal access defined. 2.4 The system should provide facility to generate reports based on but not limited to, card number / card reader /date wise/ consolidated report. 3.0 Components: 3.1 Application Software: The application software shall mean the access & time management software that shall be supplied together with the system in order to provide a Graphical User Interface (GUI) for human machine interface. It shall be same for both biometric and Proximity. 3.2 Door Controller: Suitable Door Controller system shall be provided. The door controller system must be intelligent and capable of controlling one door having IN and OUT interface. Bidder to ensure that single point of failure shall affect the corresponding access door only. The door controller system shall store in its memory all the system parameters & card databases and shall be virtually independent of the network server for its regular operations. It shall also update the network server of the card entry / exit transaction data with time & date stamp when the network is online. If the network is off line, the door controller system shall store such data in its internal SEAL & SIGNATURE OF BIDDER 164

165 memory & transfer the same to the server as and when it comes back on line. The controllers shall be connected over a network and the network shall be connected to PDM. The controllers shall be interlocked with the fire alarm system to release the access door in the event of fire. 3.3 Proximity Card Reader: The unit shall be capable of reading the card without physical contact. The card reader shall only read the card data & pass it on to the door controller system for validation. The card reader, on its own may not take any decisions for granting / denying the access. Card reader shall have keypad for PIN facility and palm/thumb read for biometric as required. Two-factor authentication is envisaged for entry to the access points. Card reader shall have the indications for entry granted, entry denied and reader fault. 3.4 Proximity Card Reader with Keypad: The unit shall be capable of reading the card without physical contact. The card reader shall only read the card data & pass it on to the door controller system for validation. The card reader, on its own may not take any decisions for granting / denying the access. The Card Reader shall have a RED/GREEN Led Indication to highlight the User Access. The card Reader must be slim and capable of directly mounting on the provided surface. The card reader must be able to communicate with the controller employing a RS232 Format. The Card Reader will have a Keypad/reader on the front facia for the PIN/biometric. The PIN/biometric information will be used for verification of the user along with the Card INPUT. 3.5 Proximity Card: The proximity card shall mean the access card that is capable of being read without a direct contact by the proximity card reader. The card numbers shall be unique to each card & the systems at each facility shall permit access only to select card numbers, based on the programming. 3.6 Deleted 3.6 Biometric Cum Proximity Reader a) The Biometric Reader shall provide anti pass back solution for proximity card reader by requiring a valid finger print for each card. b) The unit shall store more than 4000 fingerprints. c) The unit shall have various communication option viz. RS 485, RS 232 & Wiegand. d) The unit should not take more than 3 Sec for enrollment of Finger Prints. e) Verification Time should be less than 1 Sec f) The unit shall use Advanced Technology to maintain fingerprints verification accuracy with dirt, cut, scarred, aged, wet & dry finger prints. g) It shall be possible to enroll or delete card in proximity mode or in Network mode. h) Users Original Fingerprints enrollments shall be maintained & employable across a variety of Finger Prints imaging devices i) 3.8 Door Position Sensors Door position sensors shall be non contact type magnetic switches. SEAL & SIGNATURE OF BIDDER 165

166 a) The position sensor shall consist of the magnetic device and the switching device both of which shall be recessed (flush); the magnet in the door and the switch in the style around the door. b) The sensor shall withstand applications where doors / windows are subject to jarring and vibrations. c) The switch shall provide an SPDT contact which shall be rated for at least 24vac/dc. d) The contacts shall not be subject to sticking or freezing in seldom used doors. e) Contact transfer time shall be 10 milliseconds or better. f) The sensor shall be hermetically sealed and shall work in moist or dusty environments. g) Maximum spacing between the magnet and the switch without any degradation in the sensor s performance shall be at least 1(one) inch. 6.4 Electromagnetic Locks a) Electromagnetic locks shall comprise of the electromagnet which mounts on the fixed frame and a strike plate which shall be mounted on the moving door or gate. The lock housings shall be vandal resistant and shall have an aesthetic appearance. b) The lock shall come in a stainless steel case and all ferrous metal surfaces c) The locks shall have built in mechanisms for reversing residual magnetism to ensure that the locks release instantly and fully on deactivation. d) They shall also have built in mechanisms to suppress inductive kickbacks and EMI so that there is no arching over the switches or any interference with any nearby devices and also mechanisms to avoid stickiness due to ferrous metal aging. e) The force offered by the electromagnet to secure the door shall be at least 300lbs. f) The electromagnetic lock shall be suitable for mounting on both doors as well as outdoor gates g) The locks shall be low power consuming with a typical consumption of 12vdc (or 24vdc) SEAL & SIGNATURE OF BIDDER 166

167 1.0 General: Sub Section H (IBMS and BAS): Water Leak Detection System 1.1 Water leak detection System shall be designed to protect the Air-conditioned premises and to alert the personnel about the leak in the AC systems. The system shall be capable of interfacing to Water leak detection sensors, condensation sensors & I/O modules. 1.2 The system shall also be designed to trip the AC when the sensor is activated. Events should be clearly reported on LCD/LED display with full English language description of the nature of the fault in the panel. 2.0 COMPONENTS 2.1 The Water leak detection system shall comprise of Cable Sensors, Water Leak detection modules, Condensation detectors, I/O modules and sounders all connected to a Control Panel. 2.2 Control Panel The control panel shall be Computerized 16 zone multiplex controller with a facility to add on dialer and speech processor. The system shall be programmed, armed or disarmed through a control key pad. The control key pad shall have a 16 character LCD display for viewing various events. The code to arm or disarm the system shall be changed only by entering a master code The system shall have 16 zones and all the detectors shall be connected through a 2-core cable. Each area of the premises shall be divided into specific zones such that the user if required shall isolate any zone. A maintenance free rechargeable battery to take care of system s power requirements whenever power fails shall back up the entire system. The system shall be totally tamper proof and shall activate an alarm if the control panel is opened, the sensors tampered with or if the system cables are cut even in the disarmed state. The system shall log 500 events and optionally printer shall be connected for generating reports The Detectors, I/O Modules, Remote Keypads and other Devices shall be connected to a system on a single 2/4/6 Core Cable Bus to avoid individual cabling of zones. The system shall have a Buffer memory of minimum 250 events and log each event with exact date and time. The controller shall have a Serial Port for connecting to a computer The controller shall work on 220/240V AC power supply and it shall also have a built in battery backup. A lithium battery shall back up the memory inside the controller. The controller shall work effectively over a temperature range of - 10 Deg. C to + 55 Deg. C. and 0 to 90% of Humidity The panel should have the facility to interface with an automatic two-channel programmable speech dialer for verbal reporting of any alarm condition. It shall be SEAL & SIGNATURE OF BIDDER 167

168 able to call four telephone numbers per channel. The programmable speech dialer shall have two alarm inputs and shall provide listen-in capabilities through the built-in microphone. The dialer shall have a built-in keypad for easy operation, programming and voice recording The system shall be totally tamperproof and shall activate an alarm if the control panel is opened, the sensors tampered with or if the system cables are cut even in the disarmed state. 2.3 Water Leak Detection Sensors Water Leak Detection sensors shall be able to mount in DIN rails, inside AHU s, power distribution units or other equipment where localized leak detection is required. The detectors shall be resistant to oxidation and erosion. The detector shall have relay output for connection to the controller. LED alarm indication shall also be provided. The detectors shall operate in AC or DC supply. 2.4 Cable Sensors Cable sensors for use with water leak detectors shall be covered with plastic netting to prevent short circuits when used in metal trays or conduits, and enables the cable to be folded at right angles to allow easy routing. 2.5 Sounder The sounder shall give audible alarm when any sensor operates. It shall be complete with electronic oscillations, magnetic coil (sound coil) and accessories ready for mounting (fixing). The sound output from the Hooter should not be less than 85 decibels at the source point. 2.6 Glass Break Sensors The sensor shall be capable of detecting glass break and signal the control panel. It shall have the capability to differentiate real alarm form false alarm The Glass break sensor shall utilise advanced algorithm/technique such as CAIR technology (Computerized Acoustic Image Recognition). The Sensor shall have software controlled Digital Signal Processing circuitry so that a multistage statistical analysis shall be done before deciding between false and real alarm. Diagnostic self test shall be done periodically to verify the electronic circuitry functions. SEAL & SIGNATURE OF BIDDER 168

169 Sub Section I (IBMS and BAS): CCTV 1.0 Functionality 1.1 The system is required to monitor the Facility on continuous basis for the movement of people within and around the Facility. 1.2 The primary purpose of the system is to sense the abnormal movement / behavior of the people so that the security and the concerned Facility operation staff can be alerted in case of abnormal behavior. This also provides the recording of the abnormal events such as fire, intrusion, etc. 1.3 To provide clear & accurate indication of an intruder or abnormal movement within and around the Facility. 1.4 Activities to be recorded and the archival to be kept for at least 30 days. System should include automatic back up to suitable device at regular (configurable) interval. Such recording shall be kept for analysis at a later date. 1.5 The Closed Circuit Television System (CCTV system) shall provide an on-line display of video images on monitor. 1.6 Cameras with suitable lenses should be strategically located to view specific areas of interest. 1.7 Bidder to specifically ensure that the CCTV system shall accurately cover the areas of interest and serve the intended security purpose by providing clear and accurate image display on the video monitor at Security Room and Facility Manager s room, during all the climatic conditions. 1.8 Cameras ancillary equipment shall be selected considering the levels of natural and artificial lights. 1.9 Automatic video recording for the cameras displaying image of the area for which Access Control System has generated an alarm shall be provided. Also, such cameras shall be automatically selected on to one of the Monitors in the BMS room, Reception, Datacenter Manager room The CCTV system shall be based on the use of fixed cameras integrated dome cameras (fixed) and integrated pan/tilt/zoom cameras that can be controlled from monitor location The CCTV System shall be based on 625 lines 2:1 interlaced and shall be compatible with the national and local TV broadcasting standards. 2.0 Components SEAL & SIGNATURE OF BIDDER 169

170 2.1 Vari-focal Dome Camera The Dome camera unit shall be 1/3 CCD Colour Dome camera and shall provide a minimum of 480 TV lines resolution. It shall have built-in 4-9mm varifocal lens The complete unit shall be housed in a integrated dome and base unit, both preferably made from injection moulded plastic. It shall be possible to adjust the camera head inside the dome in both the planes so that it can be wall or ceiling mounted. The camera shall operate on 24 V AC or 12 volts D.C. 2.2 Hi-Speed Pan / Tilt / Zoom Color Dome camera The Dome camera system would be consisting of a ¼ image format, DSP color CCD camera with a 18X Optical zoom and 12X digital zoom auto-iris lens delivering the power of 300X zoom to ensure that the finest details are captured. The Unit shall have a camera with 480 TV lines and auto focus lens, a high-speed pan/tilt in a dome enclosure. The High speed dome shall have an integral RS-485 communication channel for direct control via the multiplexer The auto dome shall contain an integral 360-degree pan/tilt device. This variable speed pan/tilt shall be capable of operating in the manual mode to speeds up to 150 degree per second (variable speed). The camera shall operate on 24 volts A.C. The auto dome system shall be compatible with the multiplexer Monitors: There shall be total of 2 (14 and 21 ) monitors for each Digital Video Recorder one to view the multiplexed (21 ) output second to view the switched (14 ). This monitor should be located in the main control room. The monitor shall be positioned such that room lights and windows are minimized. Plasma Television: Size 42 diagonal Resolution 1024 x 768 Pixels MINIMUM Voltage 230 V AC Mounting type Suitable for Wall /floor/ceiling mounting Remote control To be provided Built in speaker To be provided - 2 nos Input Composite video, S Video, SVGA, Co-axial cable, Stereo Audio in and suitable PC input (15 Pin) Output Power Cord 4 Audio out, Video out To be provide with earth pin The monitors may also be built in to the control desk as appropriate Each of the monitors used at the main control room and operator status shall have the following basic minimum requirements. SEAL & SIGNATURE OF BIDDER 170

171 I. The monitor shall be suitable for use as desktop units. II. The monitors shall be high-resolution video monitors. The monitor shall have a bandwidth of at least 10 MHz (-3dB) and a horizontal resolution in the center of the picture 650 lines in the case of color monitor. III. The monitors shall have the facilities to loop the video signal through the other monitor. IV. Each monitor shall have local control knobs and remote control equipment and panel for monitor controls associated with power on/off switch standby on/off switch and for adjustment brightness, contrast, horizontal hold, vertical hold etc. V. Monitor shall be suitable for use as desktop units or can be rack mounted with suitable racks as appropriate. 2.3 VIDEO & TELEMETRY CABLES: The video signal shall be transmitted using co-axial cable and control of all zoom lens and Pan-Tilt functions through twisted pair interconnected between receiver and DVR The cable shall be shielded or provided with facilities to avoid interference between signals. 2.4 CABINETS: CCTV cabinets shall be provided near set of monitors. The cable from the cameras shall be terminated in this cabinet from where these signals are distributed to the monitors All necessary video amplifiers, interfaces etc., that forms the part of the CCTV system shall be installed in the cabinet. 2.5 Digital video recorder The digital video recorder shall provide a high quality recorder capable of storage and play back of images from at a rate of up to 400FPS(PAL) and shall posses an internal watchdog, duplex operation, windows 2000 Operating system, watermarking of each frame, 8 alarm inputs, software configurable video motion detection and scheduled event recording The digital recorder shall comply or exceed the following design and performance specifications: I. The digital recorder shall have 4 recording modes motion detection, time lapse, alarm input or audio triggered. All modes shall be disabled and enabled using scheduled configuration. Images shall be stored on IDE hard disks in encrypted mpeg format. SEAL & SIGNATURE OF BIDDER 171

172 II. The recorder shall be built on a Pentium P4 >1.6GHz PC based platform with 128MB RAM. III. The recorder shall run on Windows 2000 Professional. IV. The recorder shall provide PAL or NTSC output, with recording resolutions of 320 X 240 or 640 X 480. The compressed image size shall vary from 5kB to 25kB depending on configuration. V. The recorder shall provide 8 or 16 camera inputs and shall have a refresh rate of up to 400FPS. VI. The recorder shall be a full duplex recorder type with 8 or 16 camera inputs and shall have the ability to control PTZ functions VII. The recorder shall allow cameras to be viewed on screen in 1,4,9 or a variety of multi screen modes. VIII. The recorder shall support simultaneous playback and record full duplex operation. IX. The recorder shall have the facility for each hour to be divided into 4 time zones and programmed separately. This shall provide 96 time zones per day, complete schedule runs for 1 week before it repeats itself. In addition to this 4 groups shall be programmable which shall enable up to 4 different recording speeds for each recording mode for each camera. X. The recorder shall have the feature of an internal hardware watchdog. XI. The recorder shall have password protections for up to 7 individual users, one of which is the administrator. The remaining 6 users shall have any combination of the following 3 capabilities. (1) PTZ control (2) Search (3) Backup. In addition to this any combination of the recording cameras shall be enabled or disabled for each user. XII. The recorder shall provide programmable motion detection. Each camera shall be customized for specific motion triggered recording rates with up to 50 areas of motion and any one of 10 levels of sensitivity. XIII. The recorder shall have 8 hard-wired alarm inputs, which shall be capable of configuring globally as normally open or normally closed. each of these inputs shall be assigned to any or all of the cameras to trigger recording at custom record rates. up to 5 seconds of pre-alarm shall also be available on each camera. XIV. The recorder shall provide 8 dry contact outputs, each of which shall be associated with any or all of the camera inputs and/or alarm inputs. XV. The recorder shall provide an extremely flexible scheduling on a week-by-week basis. Each 24-hour period shall be divided into 15-minute blocks enabling SEAL & SIGNATURE OF BIDDER 172

173 different configurations of recording triggers to be available during each 15- minute period. XVI. The recorder shall provide 16 video inputs. It shall also have an additional feature of 29-way D-type comport connectors, 2 mini din connectors for a PS2 mouse and keyboard, 15 ping VGA port for a monitor, a 25 pin printer port, 1 or 2 BNC spot monitor outputs (depending on model) and an RJ45 connector for networking. It shall also provide 8 push in connectors for alarm inputs and 8 for digital outputs. XVII. The recorder shall provide onscreen controls for operation of PTZ cameras. All fully functional cameras shall be controlled via a PC comport which shall use an additional converter to communicate via RS485/422 XVIII. The recorder shall provide an Ethernet port as standard. If required in addition free client software shall supplied which enables remote control and connectivity via TCP/IP. XIX. The recorder shall be tested to comply with FCC regulations. XX. The recorder shall provide high quality recording in NTSC or PAL format at up to 640 X 480 pixels per image. Recording speed should be atleast 240 fps. XXI. The recorder shall provide a 32-bit true color (>16 million) at a screen resolution of 1024 X 768 XXII. The recorder shall have a built in watchdog that will automatically restart after a power failure and begins to record as per its configured settings. XXIII. The recorder shall provide the ability to manually back up recorded data to hard disk or CD while the unit continues to record. XXIV. The recorder shall provide up to eight 120GB internal hard disk drives or up to several Terabytes using external RAID for extending the recording time. XXV. The recorder shall be programmed using a keyboard and mouse via on screen menus. XXVI. The recording of the recorders is watermarked and encrypted requiring backup software to open and view them. In addition, images backed up in bitmap or JPEG format can be verified for authenticity XXVII. The recorder shall be suitable for mounting on a standard 19 rack. XXVIII. There shall be a network management Digital Video Recorder (DVR) if more than DVR is required to allow viewing of cameras from multiple DVR s in any combination. SEAL & SIGNATURE OF BIDDER 173

174 Sub Section J (IBMS and BAS): FM 200/HFC 227 gas Suppression System 1.0 Scope of Tender 1.1 The contractor shall supply, install, test and put in operation FM 200/HFC 227 based fire suppression system. The fire suppression system shall include and not be limited to gas release control panel, CCOE approved seamless cylinders, discharge valve (with solenoid or pneumatic actuator) as the case may be, discharge pipe, non-return valve and all other accessories required to provide a complete operation system meeting applicable requirements of NFPA 2001 or ISO standards and installed in compliance with all applicable requirements of the local codes and standards. 1.2 The system design should be based on the specifications contained herein, NFPA 2001 & in accordance with the requirements specified in the design manual of the agent. The bidder shall confirm compliance to the above along with their bid. 1.3 The system shall be properly filled and supplied by an approved OEM (Original Equipment Manufacturer) 1.4 Whereever FM 200 is mentioned It shall also mean the generic agent HFC Design and Engineering: 2.1 FM 200 systems shall be designed taking the minimum design concentration of 7.0% (0.548 gm/m³) as applicable to class 'A'risks. 2.2 The system design must consider the limitations caused by the void height. The bidder should clearly indicate the qty. of the gas in Kgs. to be used for the system. All voids within each hazard shall be discharged simultaneously. Each hazard shall have an independent system, unless otherwise specifically stated, when a centralized system with directional valves can be used. 2.3 FM 200 systems shall have a working pressure of 25 /42 bar. 2.4 A fill density between 0.85 Kg /Lit. to 1.1 Kg/Lit. should be considered for the agent to be discharged within the specified time of 10 seconds. 2.5 The system engineering company should carry out the piping Isometric design and validate the same with a hydraulic flow calculation generated by using the agent's design software. The appropriate fill density to be arrived at based on the same. 3.0 FM 200 Authentication A certification (from the manufacturer of the agent or their direct distributor) on the genuinity and quality of the agent filled in the system procured should be submitted. 4.0 Refilling and Maintenance In case of any leakage or accidental discharge of the agent, it should be possible to refill the cylinders in India itself. The contractor should indicate the source of refilling and time that will be taken for refilling and replacement. SEAL & SIGNATURE OF BIDDER 174

175 5.0 Discharge Time After ascertaining the discharge status on manual intervention the gas has to be fully discharged within 10 seconds for effective quenching of fire as per the relevant standards, the contractor has to ensure that the design meets this requirement. Once the discharge takes place there should be warning signs restricting personal from entering the protected area until the gas has been cleared from the area. 6.0 Materials and Equipments 6.1 All materials and equipments shall be from approved manufacturers and shall be suitable for the performance of their respective functions. 6.2 The cylinders should be complete with all accessories. The contractor shall indicate the dimensions of the cylinders required for each area while quoting. 6.3 The number of nozzles and their positions must be chosen so that the design concentration is established everywhere in the enclosure. 6.4 The gas release panel should have manual override and manual release lever. 7.0 Cylinder 7.1 The cylinder shall be high pressure, seamless steel gas cylinder, flat type, concave bottom as per IS 7285 complete with neck ring. Welded and non-cce approved cylinders will not be accepted. 7.2 As per the regulations of the Chief Controller of Explosives (CCE) Nagpur, any system which has a working pressure above 19 bar (280 psi) will require the use of seamless cylinders that have been duly approved by the CCE, Nagpur. 7.3 The maximum fill density of FM 200 in a cylinder shall not be less than 0.85 kg/lit. and not exceed 1.1 Kg/Lit. of internal volume. Appropriate fill density shall be chosen based on the cylinder location and piping retrofit. The hydraulic calculations should prove that the fill density is appropriate and total discharge will take place within 10 seconds. 7.4 The cylinders shall be super-pressurized with dry nitrogen to 42/25 bar at 20 C. The cylinder shall be capable of withstanding any temperature between -30 C and 70 C. 7.5 Cylinder shall be mounted according to manufacturer recommendations. 7.6 The cylinder shall withstand Hydrostatic test pressure upto 250 bar and maximum working pressure at 15 C shall be 150 bar. 8.0 Valves The discharge valve shall be approved or listed for use with FM 200. All the gaskets, O- ring, sealant and other valve component shall be constructed of materials compatible with the clean agent. The system should be engineered using hardware approved for use with FM systems. This would include main discharge valve, solenoid, check valve / non-return valve and pneumatic actuators. SEAL & SIGNATURE OF BIDDER 175

176 9.0 Pipes & Fittings All Pipes shall be of ASTM - A-106, Gr: B, schedule - 40 seamless Mild Steel Pipes and fittings shall be as per ASTM-A-105 standard Discharge Nozzle Nozzle shall control the flow of FM 200 to ensure high velocity, proper mixing in the surrounding air and uniform distribution of the agent throughout the enclosure. The number of nozzles and their positions must be chosen so that the design concentration is maintained everywhere in the enclosure. Nozzle shall be located where they can be adequately supported on walls, ceiling or structural members. Software generated calculation supporting the nozzle design shall be submitted by the successful bidder before signing of contract Documentation 11.1 The Contractor should prepare & submit the piping Isometric drawing and support the same with a hydraulic flow calculation generated by using the agent's design software. The calculations shall validate the fill density assumed by the contractor The bidder shall also submit calculations to evidence the qty of agent considered for the system The contractor must submit, along with the supply invoice, quality certificate of authenticity/quality of the gas from the gas manufacturer supported by a gas chromatography test report from the manufacturer of the agent with respect to sample drawn from the corresponding production batch The contractor should provide, as part of handing over, the as-built drawing, operation manual and maintenance manual. The as-built drawing shall exactly match the Isometric drawing submitted with the flow calculation prior to commencement of work. SEAL & SIGNATURE OF BIDDER 176

177 1.0 Console: Sub Section K (IBMS and BAS): Ultrasonic Pest Repellent System The console (controller) shall have power card with 3-pin power supply of 2.5 Mtr long. All the subsystem shall be connected through this system. The pest repellers shall be electronic transmitters of high frequency sound waves of above 20 Hz frequency. Each controller shall support the minimum of 12 Satellites. 2.0 Specification for Satellites: Each Satellite shall cover the area of minimum 300 Sqft and height of ceiling of Maximum 10 feet. The system shall be mounted in a suitable size angle wherever necessary. The system shall be capable of withstanding the high temperature in false ceiling and low temperature in cooled area. The system shall have self-testing facility at own with an audible range. SEAL & SIGNATURE OF BIDDER 177

178 SUB-SECTION-L INPUT AND OUTPUT SUMMARY FOR BAS. S l. N O DESCRIPTION 1 DDC TYPE - A (For chiller) - 1 No AI A O D I D O STA TUS FUNCTI ONS ALA RM CON TROL CONTROL/ MONITORING LOCA TION Chillers: -3 NOS 1 Chiller ON/OFF command. 2 Chiller ON/OFF status. 3 Chiller Auto / Manual status. 4 Chiller trip status. 5 Motorized Vavle ON/OFF Command 6 Motorized Vavle ON/OFF Status 3 7 Immersion type Temp sensor for In and out * * * * * * Command from PC/DDC to the chiller MCC panel. From chiller panel signal from A/M switch. signal from potential free contact. signal from potential free contact. Signal from Immersion type Temp sensor. AHU ROOM -1 AT SECO ND FLOO R Primary Chilled Water Pumps- 4 Nos Primary Chilled Water pumps ON / OFF command. Primary Chilled Water pumps ON / OFF Status. Primary Chilled Water pumps Auto / Manual status. Primary Chilled Water pumps trip status. Immersion type Flow switch * Command from PC/DDC to the primary CHW Pumps panel. * Differential pressure switch. * signal from A/M switch. signal from * potential free contact * signal For dry run status SEAL & SIGNATURE OF BIDDER 178

179 13 14 Secondary Chilled Water Pumps- 3 nos Secondary CHW Command. pumps ON / OFF 3 3 * Command from PC/DDC to the MCC panel Secondary CHW status. pumps ON / OFF Secondary CHW pumps VFD speed Control. 3 * Differential pressure switch. Proportional signal from * DDC to the VFD panel. 17 Secondary CHW pumps VFD speed feedback Secondary CHW pumps trip status. 19 Secondary CHW pumps A/M status & Bypass status. 20 Immersion type Flow switch Differential pressure Switch across the supply & return headers.(4 nos Pr Pump, 3 Nos Sec pump) Differential pressure sensor across the common supply & return headers * signal from VFD. * VFD trip status. * signal from A/M switch. * signal for Dry Run status * * Signal from DP switch for flow. Differential pressure sensor. 23 CHW flow measurement MCC power supply status. Total * Pulse O/P from flow meter. * Command from PC/DDC to the MCC panel. 2 TYPE - B ( For 1NO AHU with VFD.) - 4Nos 1 At local control * 1 AHU ON/OFF Command. panel At local control * 2 AHU ON/OFF Status. 1 panel At Auto / * 3 AHU Auto/Manual Status 1 Manual switch 4 Filter status. 1 * DP switch * From Temparature 5 RA Temparature status 1 sensor 6 RA Rh status 1 * From Rh sensor 7 CHW 2-Way Valve Control. 1 * 2 Way Valve RE F DD C LO CA TIO N DR AWI NG. SEAL & SIGNATURE OF BIDDER 179

180 with Actuator 8 Fire trip status. 1 * From Fire Relay At local control * 9 Fire Damper On/Off Status 1 panel 10 VFD speed control. 1 * At VFD Panel 11 VFD speed refference. 1 * At VFD Panel 12 VFD trip status. 1 * At VFD Panel 13 Duct static pressure sensor. 1 * Pressure sensor 14 VFD Bypass status. 1 * At VFD Panel Total TYPE - C (3 Nos AHU's/CAHU with Starter ) - 2 Nos 1 AHU ON/OFF Command. 3 2 AHU ON/OFF Status. 3 3 AHU Auto/Manual Status 3 * * * At local control panel At local control panel At Auto / Manual switch 4 Filter status. 3 * DP switch * From Temparature 5 RA Temparature status 3 sensor 6 RA Rh status 3 * From Rh sensor 2 Way Valve * 6 CHW 2-Way Valve Control. 3 with Actuator 7 Fire trip status. 3 * From Fire Relay At local control * * 8 Fire Damper On/Off Status 3 panel 9 Duct static pressure sensor. 3 * Pressure sensor Total REF DDC LOCA TION DRAW ING. 4 TYPE -D(4 Nos CAHU's with Starter )- 1 No 1 AHU ON/OFF Command. 4 2 AHU ON/OFF Status. 4 3 AHU Auto/Manual Status 4 * * * At local control panel At local control panel At Auto / Manual switch 4 Filter status. 4 * DP switch * From Temparature 5 RA Temparature status 4 sensor 6 RA Rh status 4 * From Rh sensor 2 Way Valve * 6 CHW 2-Way Valve Control. 4 with Actuator REF DDC LOCA TION DRAW ING. 7 Fire trip status. 4 * From Fire Relay SEAL & SIGNATURE OF BIDDER 180

181 8 Fire Damper On/Off Status 4 * At local control panel 9 Duct static pressure sensor. 4 * Pressure sensor Total TYPE -E (22 Nos PAC )- 1 No 1 AHU ON/OFF Command. 22 * At local control panel PAC ROOM AT 1ST FLOO R Total TYPE -F (7 Nos PAC )- 1 No 1 AHU ON/OFF Command. 7 Total * At local control panel PAC ROOM AT 1ST FLOO R The IBMS vendor to note above I/O summary before quoting for the job. The HVAC system will be executed through a different agency during the course of the building interior jobs. SEAL & SIGNATURE OF BIDDER 181

182 SUB-SECTION M I/O SUMMARY SECTION I: I/O LIST FOR HT/LT ELECTRICAL MONITORING S.No. DESCRIPTION DI AI STATUS ALARM CONTROL LINK LOCATION SUBSTATIION FUNCTIONS 11KV SWITCHGEAR SIGNALS (HPCL HT PANEL SIDE) 11 KV INCOMING VCB 630A 350 MVA ON/OFF/Auto trip - functions 3 * Incoming HT voltage/current/frequency,power,m VA - Measurements 5 * 1.2 MICROPROCESSOR BASED RELAYS - Trip circuit Un-Healthy 1 * 1.3 MANUAL OPERATION STATUS KV RECEIVING VCB 630A 350 MVA 1 * Signals are SUBto be STATION acquired BLDGfrom Circuit HT Breakers & ROOM Relays over serial interface. Electrical contractor shall make available CBs and relays with RS 485 port and MODBUS RTU PROTOCOL ON/OFF/trip - functions 3 Incoming HT voltage/current/frequency,power,m VA - Measurements 5 MANUAL OPERATION STATUSon/off 2 MICROPROCESSOR BASED RELAYS - Trip circuit Un-Healthy 2 BATTERY CHARGER: BATTERY CHARGER - Mains on/ DC supply on/fails 3 * SEAL & SIGNATURE OF BIDDER 182

183 1.8 BATTERY VOLTAGE - Measurement 1 * S.No. DESCRIPTION DI AI STATUS ALARM CONTROL LINK LOCATION MAIN POWER CONTROL CENTER V INCOMING FEEDERS For TRANSFORMERS 2.1 INCOMING 433 V 3200 AMPS ACBS 2.2 ON/OFF/Auto trip - functions 3 * Incoming LT 2.3 voltage/current/frequency,power,m VA - Measurements 5 * 2.4 MICROPROCESSOR BASED RELAYS - Trip circuit Un-Healthy 2 * 2.5 MANUAL OPERATION STATUS BUSCOUPLER: - 1 NO 2.6 BUS Coupler - On/off/trip * 3 * MANUAL OPERATION STATUS - On/off 2 * DG INCOMER feeders: - 2 NOS Signals are to be acquired from Circuit Breakers & Relays over serial interface. SUB- Electrical STATION contractor BLDGshall make MPCC available ROOM CBs and relays with RS 485 port and MODBUS RTU PROTOCOL 2.8 DG INCOMER - ACBS - On/off/trip * Incoming LT voltage/current/frequency,kw, kva - Measurements 15 * 3.0 MICROPROCESSOR BASED RELAYS - Trip circuit Un-Healthy 3 * 3.1 MANUAL OPERATION STATUS- 3 * 4.0 UPS MONITORING SEAL & SIGNATURE OF BIDDER 183

184 1.0 STATUS MONITORING, VOLTAGE, CURRENT, LOAD, BATTERY VOLTAGE ETC 6 NOS 200 AND 2 NOS 100 KVA UPS - Total around 80 soft points RS 485 port and MODBUS RTU PROTOCO L to be provided by UPS vendor Ground floor UPS room S.No. DESCRIPTION DI AI STATUS ALARM CONTROL LINK LOCATION KW. Voltage, Amps from each feeder through DATA Load manager meter - Total 28 feeder each 5 soft points = 140 soft points DG set - ON/Off status, KW, Amps, Voltage, Frequency etc through PLC - Approximately - 50 soft point * RS 485 port and MODBUS RTU PROTOCO L to be provided by Electrical vendor AT METER LEVEL RS 485 port and MODBUS RTU PROTOCO L to be provided by Electrical vendor IN PLC PANEL SUB- STATION BLDG- MPCC. The wiring shall be takenout and terminte d at one common chamber by electrical vendor. SUB- STATION BLDG- MPCC ROOM Total DI = DIGITAL INPUTS AI= ANALOG INPUTS SEAL & SIGNATURE OF BIDDER 184

185 SECTION-II I/O LIST FOR /LT ELECTRICAL MONITERING S.No. DESCRIPTION DI AI STATUS ALARM CONTROL LINK V OUTGOING FEEDERS - On/off/Trip status LIFT FEEDER- 2NOS FIRE HYDRANT PANEL--1 3 * CHILLER NO.1,2,3, AND STAND BY 4.20 FEEDER 12 * 4.30 CHILLER PUMPS PANEL - 2 NOS 4.40 WORKSTATION UPS- 2NOS 4.50 APFC PANEL - 2 NOS 4.60 SPARES- 4 NOS 4.70 SUBSTATIION PANEL 4.80 EMERGENCY LIGHTING FEEDER 4.90 AC PANELS- 5 NOS 5.00 LIGHTING AND POWER FEEDER - 2NOS 5.10 UPS FEEDERS- 2NOS 6 * 6 * 6 * 12 * 3 * 3 * Thorugh DDC controllers. BMS vendor to provide the controller along with wiring. Electrical vendor to provide the necessary Potential free contact in the each breakers. The wiring shall be takenout and terminted at one common chamber by electrical vendo SEAL & SIGNATURE OF BIDDER 185

186 SECTION-III WATER MANAGEMENT SYSTEM I/O LIST FUNCTIONS Sr No. DESCRIPTION AI DO AO STATUS ALARM CONTROL CONTROL/ MONITORING LOCATION 1 Pump ON/OFF * 2 3 Pump trip,on/off status * Linear levels for all the sumps and tanks * THROUGH DDC. UG SUMP Local display AREA shall be AND provided TERRACE indicating water OH TANK level and pumps status Total SEAL & SIGNATURE OF BIDDER 186

187 SECTION-IV LIGHTING MANAGEMENT SYSTEM - I/O LIST FUNCTION Sr No. DESCRIPTION DI AI DO AO STATUS ALARM CONTROL CONTROL / MONITORING LOCATION I LIGHTING MANAGEMENT SYSTEM - Controller-1 1 External Street Lighting & FAÇADE LIGHTING Lighting MCCB ON/OFF * * ON/OFF Contactor shall be provided by the Electrical vendor. Controllojng through DDC by BMS vendor SUB STATION SUB STATION SUB STATION Controller-2-6 sets 2 3 Incomer MCCB switch on/off at Ground floor, Second floor LSSB 2 2 Induvidual circuit ON/OFF controlls - Each controller - 20 circuits At floor level, shall be provided by the Electrical vendor. Controllojng through DDC by BMS vendor At floor level TOTAL SEAL & SIGNATURE OF BIDDER 187

188 SECTION-V FIRE FIGHTING PUMPS I/O LIST FUNCTION Sr.No DESCRIPTION DI DO AI AO STATUS ALARM CONTROL CONROL /MONITORING A) HYDRANT and SPRINKLER PUMPS: JOCKEY PUMP: -1 NOS Pump Trip /ON/OFF Status 3 * HYDRANT PUMP:- 2NOS Pump Trip ON/OFF Status 6 * SPRINLER PUMP STANDBY PUMP- 2 NOS Pump Trip/ ON/OFF Status 6 * Status monitoring through DDC. Suitable potentialfree contacts shall be made available by the Fire Fighting contractor TOTAL 15 SEAL & SIGNATURE OF BIDDER 188

189 SECTION-VI I/O LIST FOR LIFTS FUNCTION LOCATION Sr. NO DISCRIPTION SP DI AI DO AO STATUS ALARM CONTROL Monitor alarm bell status of 1 lifts 2 * - Monitor Fireman's emergency 2 operation status 2 * - Monitor operation of elevator in 'Attendant 3 mode' 2 * - Monitor lift under inspection/test 4 drive 2 * - Monitor lift 5 under fire drive 2 * - 6 Trip Alarm 2 * - 7 ON/OFF Status 2 * FLOOR LEVEL Status(each lift 3 levels= 2 nos 8 x 3 levels) 6 * Total 20 CONTROL /MONITORING For monitoring through DDC. Potential free contacts shall be made available by Elevators supplier. Lift machine room SEAL & SIGNATURE OF BIDDER 189

190 SUB-SECTION N SITE ACCEPTANCE TESTS The following shall be verified/conducted during SAT 1) Checking of all system for completeness of supplies for both software & hardware. 2) Checking whether guaranteed performance of individual equipment/item is achieved as per specification. 3) Checking if installation of the complete system is as per approved drawing. 4) Checking out of the equipment installations per the owner approved installation drawings for each equipment/item and system as a whole. 5) Checking of interconnection, hardware and software configuration, system interfaces and overall system function. Checking self diagnostic feature on individual equipment. 6) Loop checking: Field cable termination and inter cabinet cabling and termination. 7) Field tests. 8) Commissioning and on-line debugging of the system 9) Performance of integrated system including communication to remote location. 10) Test Run 11) Test Report B) TRIAL RUN Vendor shall conduct trial run of his system for a minimum period of 5 days after the mechanical completion of job. The interface among the various equipments supplied by the BMS vendor and other vendors shall be established during these trial runs. These trial runs are conducted to verify the satisfactory performance of the system in its entirety. In case of major failure in the system, the trial run shall be repeated for a period of another 15 continuous days. After trial run site acceptance test (SAT) will be conducted and system shall be handed over. The project is deemed to be complete after the compliance of pending points of SAT. Acceptance Testing: A. A written acceptance test procedure (ATP) for testing the system components and SEAL & SIGNATURE OF BIDDER 190

191 installation will be prepared by the contractor. The contractor shall be responsible for the performance of the ATP, demonstrating the function of the system and verifying the correct operation of all system components, circuits, and programming. Documentation: System documentation shall be supplied to the owner and shall include but not be limited to the following: 1. System record drawings and wiring details including one set of reproducible drawings, and a CD ROM with copies of the record drawings in DXF format for use in a CAD drafting program. 2. System Operating, Installation and Maintenance Manuals. 3. System matrix showing input signals to output commands. 4. Provide a copy of the system program on a CD. STABILIZATION PERIOD After successful commissioning of the entire system, the system shall be observed for faultless working for a period of 15 days. If the following subsystems remain down for more than 2 hours in a day, the same shall be rectified by the vendor at his cost including the replacement of any equipment/components if required and the system shall be observed for a further period of 10 days for stabilization. These subsystems are : 1. BAS System 2. Access Control System 3. HT & LT Electrical System and UPS System 4. CCTV 5. Fire Alarm System & Aspiration Smoke Detection System 6. Gas Supression System 7. PA & EVC system 8. Water Managemnt System 9. Water Leak Detection System 10. Ultrasonic Pest Repeller System However, during the stabilization period, incase of fault in any individual equipment which does not result in complete break down of any of the above subsystems or any other subsystems, the same shall be rectified within 24 hours of breakdown and restored back to operation and such fault will not be considered as major fault. At the end of stabilization period, vendor shall handover the entire system in fully working condition. SEAL & SIGNATURE OF BIDDER 191

192 SUB-SECTION- O COMPREHENSIVE ANNUAL MAINTENANCE CONTRACT The equipment supplied and installed will be maintained by contractor as follows: 1.1 REGULAR SERVICE: All equipment will be checked and serviced 12 times a year. maintenance service shall mainly consist of: Each such preventive Checking general functioning of all the equipment and components of Building Managemnt system Break down call will be attended to as and when call upon by the owner. The following will be included in Preventive Maintenance Contract: Free replacement of defective/worn out parts with new or serviceable parts. Free over hauling/repairing of equipment at site/service station as and when necessary. Reporting healthiness of the system and suggesting improvements if any Repairs to or replacement of electrical installation like lungs, switch boards isolators, panels, fuses, strip heaters with ammeters/voltmeters. Any other consumable that is not exclusively mentioned above but not in the exclusion list. 1.2 RESPONSE TIME: Any break-down call form the Owner must be attended as follows: If the call is made before 12.00noon, the breakdown must be attended to on the same day before 6.00 PM. If the call is made after 12.00noon, the breakdown must be attended by the next day before AM. The nature of breakdown must be informed immediately to the Owner. The response time clause must be strictly adhered to failing to which HPCL reserves to get the defects rectified at contractors risk & cost. 1.3 PURCHASE ORDER: A separate purchase order shall be released for comprehensive Annual Maintenance after completion of Defect liability Period on the rates quoted by the contractor and accepted by HPCL along with the terms and conditions mentioned herewith. For evaluation purpose AMC rates/amount shall be considered for arriving at the lowest offer. The contractor shall have to agree to the above. SEAL & SIGNATURE OF BIDDER 192

193 SUB-SECTION- P TECHNICAL SPECIFICATION FOR CONTROL / SIGNAL CABLES 1.0 SCOPE This specification covers the design, manufacture, testing at works, inspection and delivery at site of LT- Copper conductor, XLPE insulated, extruded PVC inner sheathed, armoured, extruded FRLS outer sheathed Control and Signal cables. 2.0 CONTROL CABLES 1100 V grade multicore, 1.5sq.mm stranded Multistrand conductor, PVC insulated and extruded PVC inner sheathed and extruded FRLS PVC outer sheathed. 3.0 CONDUCTOR The conductor shall be stranded Annealed Tinned stranded Copper as specified in the Schedule of Quantities. It shall be smooth, uniform in quality and free from scale and other defects. The stranded conductor shall be clean and reasonably uniform in size and shape. The conductor shall be either circular or shaped. 4.0 CONDUCTOR SHIELD Conductor shield shall be extruded in the same operation as the insulation. The semiconductor polymer shall be cross linked. 5.0 INSULATION Insulation shall be Cross linked polyethylene (XLPE) / PVC for Control cable as specified in the Schedule of quantities. 6.0 OUTER SHEATH: All cables specified in the Schedule of Quantities shall have Outer sheath with Fire retardant low smoke (FRLS) PVC compound to reduce the Fire hazard. The FRLS outer sheath material shall meet the following requirements: a. Oxygen Index - 29 when tested at C as per SEAL & SIGNATURE OF BIDDER 193

194 ASTM D b. Temperature Index - Minimum 250 C at Oxygen Index 21 as Per NES 715. c. Flammability - As per IEC It shall also Pass Flammability Test as per Class F3 of Swedish Standard SS d. Smoke Density -Smoke density rating shall not be More than 60%. When tested as per ASTM D (1988). e. Acid gas generation - Less than 20% by weight as per IEC The sheath shall be resistant to water, UV radiation, fungus, termite and rodent attacks. The colour of the outer sheath shall be black. 7.0 INSULATION SHIELD This shall preferably be of the strippable, triple-extruded thermo set type. 8.0 ARMOUR The Armour may be of galvanized steel wires or galvanized steel strips as per IS. 9.0 SERVING The cable serving shall protect the cable sheath and armour from electrolysis caused by stray currents, and from galvanic action. It shall also protect the cable from mechanical 10.0 GENERAL The cable shall withstand all mechanical and thermal stresses under steady state and transient operating conditions. damage and corrosion 11.0 TESTS 11.1 Routine Tests (To be performed on each drum length) All tests as per relevant IS shall be conducted and shall be witnessed by PMC/AEC Type Tests The Bidder shall furnish two (2) copies of type test certificates conducted on similar cables along with the Bid. SEAL & SIGNATURE OF BIDDER 194

195 a. Partial discharge test b. Bending test followed by partial discharge test c. Dielectric power factor as function of voltage d. Dielectric power factor as function of temperature e. Heating cycle test followed by dielectric power factor as a function of voltage and partial discharge tests. f. Impulse withstand test g. High voltage test Installation Cables shall be laid in the routes marked in the drawings. Where the route is not marked, the contractor shall mark it out on the drawings and also on the site and obtain the approval of the Architect / Client before laying the cable. Procurement of cables shall be on the basis of actual site measurements and the quantities shown on the schedule of work shall be regarded as a guide. All cables shall be new without any kinds or visible damage. The manufacturers name, insulating material, conductor size and voltage class shall be marked on the surface of the cable at every 600mm centres. Cables rising indoors shall be laid on walls, ceiling, inside shafts, or trenches. Single cables laid shall be fixed directly to walls or ceiling. All supports shall be at not more than 500 mm. Where numbers of cables are run, necessary cable trays shall be provided wherever shown. Cables laid in built-up trenches shall be on steel supports. Aluminium identification tags shall be provided at every 20 m. Cables shall be bent to a radius not less than 12 times the overall diameter of the cable, or in accordance with the manufacturer's recommendations whichever is higher. In case of direct buried cables, the cable route shall be parallel or perpendicular to roadways, walls, etc., Cables shall be laid in an excavated, graded trench, over a sand cushion to provide protection against abrasion. Width of excavated trenches shall be as per drawings. Backfill over the cables shall be sifted earth 90% compacted cables shall be buried with a minimum earth cover of 600 mm. The cables shall be provided with cable markers at every 20 metres. SEAL & SIGNATURE OF BIDDER 195

196 The general arrangement of cable laying is shown on drawings. All cables shall be full runs from panel to panel without any joints or splices. Cables shall be identified at end terminations indicating the feeder number and the Panel / Distribution Board from where it is being laid. All cable terminations for conductors upto 4 sq.mm may be insertion type.cables terminations shall have The end-terminations shall be insulated with a minimum of sixhalf-lapped layers of PVC tape. Cable armouring shall be earthed at both ends. SEAL & SIGNATURE OF BIDDER 196

197 J. APPROVED MAKES SEAL & SIGNATURE OF BIDDER 197

198 LIST OF APPROVED MAKE Description Fire Alarm Detectors/ Control Modules/ Monitor Modules/ Fault Isolator Fire Control Panel Access Controllers Copper Conductor Communication Cables Make Notiifier/Simplex/Johnson/siemens Notiifier/Simplex/Johnson/siemens Honeywell/Cardkey/Casi Rusco/simens Thermopads/ ECC/ Control Cablematez/ Beldon/ Teleflex/ RR Kable, Finolex, Teleflex, Polycab Computer for CMS s Printer Public Address System CCTV Equipments HP/IBM /DELL HP/Canon/Epson Philips/ Ahuja/ Bose Eslectronics/ Bosch Honeywell/Affiance/I-watch/Panasonic/ Samsung/simens GUI Software Johnson / Honeywell / siemens/tac / Distech DDC Controllers Johnson / Honeywell / siemens/tac / Distech Interfaces / Router / Gateways / Network Controllers : Johnson / Honeywell / TAC / Distech Immersion Temp Sensors Simens/Johnson / Honeywell / TAC / Sontay Room Temp Sensors Johnson / Honeywell / TAC / Sontay Outside Air Temp Sensors Johnson / Honeywell / TAC / Sontay Water Diff. Pressure Switch Johnson / Honeywell / TAC / Sontay Water Diff. Pressure Sensor Johnson / Honeywell / TAC / Sontay Spring Return Fire Damper Johnson / Honeywell / TAC / Sontay Actuator Air Differential pressure sensor Johnson / Honeywell / TAC / Sontay Air Differential Pressure Switches Flow Meter Johnson / Honeywell / TAC / Sontay Johnson / Honeywell / TAC / Sontay/ Data Industrial / Forbes Marshall Duct Smoke Detectors Notifier/Honeywell / Johnson/simens/system sensor Carbon mono-oxide sensor Johnson / Honeywell / TAC / Distech / Sontay Level Switches Johnson / Honeywell / TAC / Distech / Sontay SEAL & SIGNATURE OF BIDDER 198

199 Description Make Copper Conductor control Finolex / Heatflex / Finecore /Sothwest cable / Communication cable / Wire & Cable Signal cable. APPROVED MAKES FOR INTRUSION / WATER LEAK Control Panel Multi I/O Module Cable Sensors Water leak detection sensors Condensation Detectors Sounder Glass break sensor LIST OF MAKES FOR FM Cylinders with Valve Assembly Electric Control Head Pressure Operated Control Head Discharge Nozzle Master Cylinder Adopter Kit Flexible Discharge Hose Manifold Check Valve Actuation Hose FM 200 Gas/HfC 227 Seamless Pipe Gas Release Panel Detector Cables Texecom /JE /Sontay Verifier / JE / Sontay Sontay or equivalent Sontay or Equivalent Sontay or equivalent System sensor/lbs/sontay Visonic / Glass tech Worthington / Norris / heiser Cerberus / Kidde Duegra / Hygood Chemetron. Cerberus / Kidde Duegra / Hygood Chemetron. Cerberus / Kidde Duegra / Hygood Chemetron. Cerberus / Kidde Duegra / Hygood Chemetron. Cerberus / Kidde Duegra / Hygood Chemetron. Cerberus / Kidde Duegra / Hygood Chemetron. Cerberus / Kidde Duegra / Hygood Chemetron. Great Lakes Chemical Corporation/approved equivalant Maharastra Seamless/ BHEL/ Eqvt. pcd / Notifier / Safezone System Sensor / Apollo / Notifier Teleflex / Eqvt. SEAL & SIGNATURE OF BIDDER 199

200 K. ENVIRONMENT, HEALTH AND SAFETY REQUIREMENTS (EHS POLICY) SEAL & SIGNATURE OF BIDDER 200

201 SAFETY, HEALTH & ENVIRONMENT POLICY SPECIFICATION FOR SAFETY HEALTH AND ENVIRONMENT (SHE) MANAGEMENT CONTENTS CLAUSE NO. TITLE 1.0 SCOPE 2.0 REFERENCES 3.0 REQUIREMENT OF SAFETY, HEALTH AND ENVIRONMENT (SHE) 3.1 MANAGEMENT RESPONSIBILITY 3.2 HOUSE KEEPING 3.3 SAFETY, HEALTH & ENVIRONMENT 4.0 DETAILS OF SHE MANAGEMENT SYSTEM BY CONTRACTOR 4.1 ON AWARD OF CONTRACT 4.2 DURING JOB EXECUTION SEAL & SIGNATURE OF BIDDER 201

202 1.0 SCOPE This specification establishes the Safety Health and Environment (SHE) management requirement to be complied with by the Contractors during construction. Requirements stipulated in this specification shall supplement the requirements of SHE Management given in relevant Act (s) / legislations. General Conditions of Contract (GCC), Special Conditions of Contract (SCC) and Job Specifications. Where different documents stipulate different requirements, the most stringent shall be adopted. 2.0 REFERENCES This document should be read in conjunction with following: - General Conditions of Contract (GCC) - Special Conditions of Contract (SCC) - Job Specifications 3.0 REQUIREMENTS OF SAFETY HEALTH & ENVIRONMENT (SHE) MANAGEMENT SYSTEM TO BE COMPLIED BY BIDDERS 3.1 MANAGEMENT RESPONSIBILITY The Contractor should have a documented SHE policy to cover commitment of their organization to ensure health, safety and environment aspects in their line of operations The SHE management system of the Contractor shall cover the SHE requirements including but not limited to what is specified under Para 1.0 and para 2.0 above Contractor shall be fully responsible for planning and implementing SHE requirements. Contractor as a minimum requirement shall designate / deploy the following to co-ordinate the above : No. of workers deployed Up to Designate one safety supervisor Above 250 & up to Deploy one qualified and experienced safety Engineer / officer SEAL & SIGNATURE OF BIDDER 202

203 Above 500 engineer/officer as above. - One additional safety (for every 500 or less) Contractor shall indemnify & hold harmless Owner / HPCL & either representatives free from any and all liabilities arising out of non fulfilments of SHE requirements The Contractor shall ensure that the Safety, Health and Environment (SHE) requirements are clearly understood & faithfully implemented at all levels at site The Contractor shall promote and develop consciousness for Safety, Health and Environment among all personnel working for the Contractor. Regular awareness, programme site meetings shall be arranged on SHE activities to cover hazards involved in various operations during construction Arrange suitable first aid measures such as First Aid Box, trained personnel to give First Aid, Stand by Ambulance or Vehicle and install fire protection measures such as : adequate number of steel buckets with sand and adequate fire extinguishers to the satisfaction of HPCL/Owner The Contractor shall evolve a comprehensive planned and documented system for implementation and monitoring of the SHE requirements. This shall be submitted to HPCL/Owner for approval. The monitoring for implementation shall be done by regular inspections and compliance to the observations thereof. The Contractor shall get similar SHE requirements implemented at his sub-contractor(s) work site/office. However, compliance of SHE requirements shall be the sole responsibility of the Contractor. Any review / approval by HPCL/Owner shall not absolve contractor of his responsibility / liability in relation to all HSE requirements Non-Conformance on SHE by Contractor (including his Sub-contractors) as brought out during review/audit by HPCL/Owner representatives shall be resolved forthwith by Contractor. Compliance report shall be provided to HPCL/Owner The Contractor shall ensure participation of his Resident Engineer / Site-in-Charge in the Safety Committee / SHE Committees meetings arranged by HPCL/Owner. The compliance of any observations shall be arranged urgently. He shall assist HPCL/Owner to achieve the targets set by them on SHE during the project implementation The Contractor shall adhere consistently to all provisions of SHE requirements. In case of non-compliance or continuous failure in implementation of any of SHE provisions; HPCL/Owner may impose stoppage of work without any Cost & Time implication to Owner and/or impose a suitable penalty for non-compliance with a notice of suitable SEAL & SIGNATURE OF BIDDER 203

204 period, up to a cumulative limit of 1.0% (one percent) of Contract Value with a maximum limit of Rs. 10 lakhs. This penalty shall be in addition to all other penalties specified else where in the contract. The decision of imposing stoppage work, its extent & monitory penalty shall rest with HPCL/Owner & binding on the Contractor All fatal accidents and other personnel accidents shall be investigated by a team of Contractor s senior personnel for root cause & recommend corrective and preventive actions. Findings shall be documented and suitable actions taken to avoid recurrences shall be communicated to HPCL/Owner. Owner / HPCL shall have the liberty to independently investigate such occurrences and Contractor shall extend all necessary help and co-operation in this regard. 3.2 HOUSE KEEPING Contractor shall ensure that a high degree of house keeping is maintained and shall ensure inter alia the followings wherever applicable: a. All surplus earth and debris are removed/disposed off from the working areas to identified location(s). b. Unused/Surplus Cables, Steel items and steel scrap lying scattered at different places within the working areas are removed to identified location(s). c. All wooden scrap, empty wooden cable drums and other combustible packing materials, shall be removed from work place to identified location(s). d. Roads shall be kept clear and materials like: pipes, steel, sand boulders, concrete, chips and bricks etc. shall not be allowed on the roads to obstruct free movement of men & machineries. e. Fabricated steel structural, pipes & piping materials shall be stacked properly for erection. f. Water logging on roads shall not be allowed. g. No parking of trucks / trolleys, cranes and trailers etc. shall be allowed on roads which may obstruct the traffic movement. h. Utmost care shall be taken to ensure over all cleanliness and proper upkeep of the working areas. SEAL & SIGNATURE OF BIDDER 204

205 i. Trucks carrying sand, earth and pulverised materials etc. shall be covered while moving within the premises. j Only properly designed steel scaffolding materials to be used for working at heights more than 3.0M. Double scaffolding using wooden ballis may be allowed for working at height less than 3.0M 3.3 SAFETY, HEALTH AND ENVIRONMENT The Contractor shall provide safe means of access to any working place including provisions of suitable and sufficient scaffolding at various stages during all operations of the work for the safety of his workmen, and, HPCL/Owner. Contractor shall ensure deployment of appropriate equipment and appliances for adequate safety and health of the workmen and protection of surrounding areas The Contractor shall ensure that all their staff and workers including their sub-contractor(s) shall wear Safety Helmet and Safety shoes. Contractor shall also ensure use of safety belt, protective goggles, gloves etc. by the personnel as per job requirements. All these gadgets shall conform to relevant IS specifications or equivalent Contractor shall ensure that a proper Safety Net System shall be used at appropriate locations. The safety net shall be located not more than 30 feet (9.0 metres) below the working surface at site to arrest or to reduce the consequences of a possible fall of persons working at different heights Contractor shall ensure that flash back arrester shall be used while using Gas Cylinders at site. Cylinders shall be mounted on trolleys The Contractor shall assign to his workmen, tasks commensurate with their qualification, experience and state of health for driving of vehicles, handling and erection of materials and equipments. All lifting equipments shall be tested certified for its capacity before use. Adequate and suitable lighting at every work place and approach there to, shall be provided by the Contractor before starting the actual operations at night Hazardous and/or toxic materials such as solvent coating, or thinners shall be stored in appropriate containers All hazardous materials shall be labelled with the name of the materials, the hazards associated with its use and necessary precautions to be taken. SEAL & SIGNATURE OF BIDDER 205

206 3.3.8 Contractor shall ensure that during the performance of the work, all hazards to be health of personnel, have been identified, assessed and eliminated Chemical spills shall be contained & cleaned up immediately to prevent further contamination All personnel exposed to physical agents such as ionizing radiation, ultraviolet rays or similar other physical agents shall be provided with adequate shielding or protection commensurate with the type of exposure involved Where contact or exposure of hazardous materials could exceed limits or could otherwise have harmful affects, appropriate personal protective equipments such as gloves, goggles, aprons, chemical resistant clothing and respirator shall be used. - A Crèche where 10 or more female workers are having children below the age of 6 years. - Reasonable Canteen facilities are made available at appropriate location depending upon site conditions Suitable facilities for toilet, drinking water, proper lighting shall be provided at site and labour camps, commensurate with applicable Laws / Legislation Contractor shall ensure storage and utilization methodology of materials that are not detrimental to the environment. Where required Contractor shall ensure that only the environment friendly materials are selected All persons deployed at site shall be knowledgeable of and comply with the environmental laws, rules & regulations relating to the hazardous materials substances and wastes. Contractor shall not dump, release or otherwise discharge or dispose off any such materials without the express authorization of HPCL/Owner. 4.0 DETAILS OF SHE MANAGEMENT SYSTEM BY CONTRACTOR 4.1 On Award of Contract SEAL & SIGNATURE OF BIDDER 206

207 The Contractor shall prior to start of work submit his Safety Health and Environment Manual or procedure and SHE Plans for approval by HPCL/Owner. The Contractor shall participate in the pre-start meeting with HPCL/Owner to finalise SHE Plans including the following : - Job procedure to be followed by Contractor for activities covering. Handling of equipment, Scaffolding, Electric Installation, describing the risks involved, actions to be taken and methodology for monitoring each activity. - HPCL/Owner review / audit requirement. - Organization structure along with responsibility and authority records / reports etc. on SHE activities. 4.2 During job execution Implement approved Safety Health, and Environment management procedure including but not limited to as brought out under para 3.0. Contractor shall also ensure to: - arrange workmen compensation insurance, registration under ESI Act, third party liability insurance etc., as applicable. - arrange all HSE permits before start of activities (as applicable) like hot work, confined space, work at heights, storage of chemical / explosive materials and its use and implement all precautions mentioned therein. - submit timely the completed checklist on SHE activities, Monthly SHE report, accident reports, investigation reports etc. as per HPCL/Owner requirements. Compliance of instructions on SHE shall be done by Contractor and informed urgently to HPCL/Owner. - ensure that Resident Engineer / Site-in-Charge of the Contractor shall attend all the Safety Committee / SHE meetings arranged by HPCL/Owner. Only in case of his absence from site that a second senior most person shall be nominated by him in advance and communicated to HPCL/Owner. - display at site office and work locations caution boards, list of hospitals, emergency services available. - provide posters, banners for safe working to promote safety consciousness. SEAL & SIGNATURE OF BIDDER 207

208 - carryout audits / inspection at sub contractor works as per approved SHE document and submit the reports for HPCL/Owner review. - assist in SHE audits by HPCL/Owner, and submit compliance report. - generate & submit HSE records / report as per SHE Plan. - appraise HPCL/Owner on SHE activities at site. SEAL & SIGNATURE OF BIDDER 208

209 L. EMD FORMAT SEAL & SIGNATURE OF BIDDER 209

210 SEAL & SIGNATURE OF BIDDER 210

211 SEAL & SIGNATURE OF BIDDER 211

Supply & Installation of Fire Protection System at STPI- Nashik. Tender No. STPI/P/PUR/07/14-15 Date Signature of Bidder

Supply & Installation of Fire Protection System at STPI- Nashik. Tender No. STPI/P/PUR/07/14-15 Date Signature of Bidder Software Technology Parks of India - Pune (An Autonomous Society under Govt. of India, Ministry of Communications & Information Technology, Department of Electronics and Information Technology), Plot no.p-1,

More information

BANK OF BARODA BARODA CORPORATE CENTRE MUMBAI

BANK OF BARODA BARODA CORPORATE CENTRE MUMBAI BANK OF BARODA BARODA CORPORATE CENTRE MUMBAI TENDER NOTICE FOR ANNUAL MAINTENANCE CONTRACT AND REFILLING OF FIRE EXTINGUISHERS AT BANK OF BARODA CORPORATE OFFICE BUILDINGS IN MUMBAI NAME OF WORK: Bank

More information

NATIONAL BANKING GROUP WEST-1

NATIONAL BANKING GROUP WEST-1 NATIONAL BANKING GROUP WEST-1 TENDER FOR EMPANELMENT OF VENDORS FOR REFILLING AND SUPPLY OF NEW FIRE EXTINGUISHERS FOR BRANCHES AND OFFICES IN ZONES UNDER NBG WEST-1 BANK OF INDIA BUILDING 2 nd Floor,

More information

Date of Start and downloading the tender 12 sep 2018

Date of Start and downloading the tender 12 sep 2018 INDRAPRASTHA INSTITUTE OF INFORMATION TECHNOLOGY-DELHI (IIIT-DELHI) Okhla Industrial Estate, Phase III New Delhi 110020 (Tel No 011-26907400, Website: www.iiitd.ac.in) Notice Inviting Tender for Non Comprehensive

More information

इ ड यन ओव रस ज ब क Indian Overseas Bank. क ष त र य क य ऱय, Regional Office, Chandigarh

इ ड यन ओव रस ज ब क Indian Overseas Bank. क ष त र य क य ऱय, Regional Office, Chandigarh इ ड यन ओव रस ज ब क स रक ष ववभ ग Security Department क ष त र य क य ऱय, Regional Office, Chandigarh TERMS & CONDITIONS FOR ANNUAL MAINTENANCE SERVICE FOR REFILLING OF ALREADY INSTALLED FIRE EXTINGUISHERS

More information

* To be remitted only through DD/Banker Cheque, in favour of Bank of Baroda, payable at Bhopal.

* To be remitted only through DD/Banker Cheque, in favour of Bank of Baroda, payable at Bhopal. Bank of Baroda, MP & Chattisgarh Zone, Bhopal invites sealed Tenders for Supply of New Fire Extinguishers of ISI Mark only & refilling of existing Fire Extinguishers at the Branches in Madhya Pradesh and

More information

PRE-QUALIFICATION OF FIRE SAFETY AUDITORS

PRE-QUALIFICATION OF FIRE SAFETY AUDITORS STATE BANK OF INDIA LOCAL HEAD OFFICE, BHUBANESWAR PRE-QUALIFICATION OF FIRE SAFETY AUDITORS State Bank of India, Local Head Office, Bhubaneswar invites Expression of Interest (EOI) for conduct of fire

More information

BANK OF BARODA BIHAR REGIONAL OFFICE, 4 TH FLOOR, ANAND VIHAR, West Boring Canal Road, Patna TENDER NOTICE

BANK OF BARODA BIHAR REGIONAL OFFICE, 4 TH FLOOR, ANAND VIHAR, West Boring Canal Road, Patna TENDER NOTICE BANK OF BARODA BIHAR REGIONAL OFFICE, 4 TH FLOOR, ANAND VIHAR, West Boring Canal Road, Patna 800001. TENDER NOTICE NAME OF WORK : Supply of New Fire Extinguishers of ISI Mark (As and when required) & refilling

More information

TENDER FOR EMPANELMENT OF VENDORS

TENDER FOR EMPANELMENT OF VENDORS TENDER FOR EMPANELMENT OF VENDORS FOR REFILLING AND SUPPLY OF NEW FIRE EXTINGUISHERS FOR BRANCHES AND OFFICES LOCATED IN ANDHRA PRADESH, TAMIL NADU, KERALA, TELENGANA, KARNATAKA & ANDAMAN & NICOBAR ISLAND

More information

STAR HOUSE BANK OF INDIA NATIONAL BANKING GROUP NORTH-I H-2 CONNAUGHT CIRCUS Middle/Outer Circle, Phone No

STAR HOUSE BANK OF INDIA NATIONAL BANKING GROUP NORTH-I H-2 CONNAUGHT CIRCUS Middle/Outer Circle, Phone No TENDER FOR EMPANELMENT OF VENDORS FOR REFILLING AND SUPPLY OF NEW FIRE EXTINGUISHERS FOR BRANCHES AND OFFICES IN JAIPUR AND JODHPUR ZONES STAR HOUSE BANK OF INDIA NATIONAL BANKING GROUP NORTH-I H-2 CONNAUGHT

More information

TENDER NOTICE FOR SUPPLY, INSTALLATION AND MAINTENANCE OF FIRE EXTINGUISHERS AT BRANCHES / OFFICES IN NCR AND ADJOINING AREAS

TENDER NOTICE FOR SUPPLY, INSTALLATION AND MAINTENANCE OF FIRE EXTINGUISHERS AT BRANCHES / OFFICES IN NCR AND ADJOINING AREAS TENDER NOTICE FOR SUPPLY, INSTALLATION AND MAINTENANCE OF FIRE EXTINGUISHERS AT BRANCHES / OFFICES IN NCR AND ADJOINING AREAS Bank of Baroda Zonal Office, Northern Zone, Bank of Baroda Building, 6 th Floor,

More information

BANK OF BARODA ZONAL OFFICE, MP & CG ZONE BHOPAL TENDER NOTICE

BANK OF BARODA ZONAL OFFICE, MP & CG ZONE BHOPAL TENDER NOTICE BANK OF BARODA ZONAL OFFICE, MP & CG ZONE BHOPAL TENDER NOTICE NAME OF WORK : Supply of New Fire Extinguishers of ISI Mark (As and when required) & refilling of existing Fire Extinguishers at the Branches

More information

TENDER FOR EMPANELMENT OF VENDORS FOR REFILLING AND SUPPLY OF NEW FIRE EXTINGUISHERS FOR BRANCHES AND OFFICES IN ZONE UNDER

TENDER FOR EMPANELMENT OF VENDORS FOR REFILLING AND SUPPLY OF NEW FIRE EXTINGUISHERS FOR BRANCHES AND OFFICES IN ZONE UNDER TENDER FOR EMPANELMENT OF VENDORS FOR REFILLING AND SUPPLY OF NEW FIRE EXTINGUISHERS FOR BRANCHES AND OFFICES IN ZONE UNDER SILIGURI ZONE, OPP: M B AUTOMOBILES PRANAMI MANDIR ROAD, SILIGURI (WB) PH: 0353-2641718

More information

NOTICE INVITING TENDER

NOTICE INVITING TENDER NOTICE INVITING TENDER Ref No.: SCOPEMINAR/MMO/18-19/183 Dated :- 06.12.2018 1. Online e-tenders are invited by Dy.General Manager, SCOPE on behalf of Constituents of SCOPE MINAR, Laxmi Nagar Delhi- 110092

More information

SUPREME COURT OF INDIA ADMN. MATERIAL BRANCH NOTICE INVITING TENDER FOR COMPREHENSIVE ANNUAL MAINTENANCE CONTRACT FOR RE-FILLING OF FIRE EXTINGUISHERS

SUPREME COURT OF INDIA ADMN. MATERIAL BRANCH NOTICE INVITING TENDER FOR COMPREHENSIVE ANNUAL MAINTENANCE CONTRACT FOR RE-FILLING OF FIRE EXTINGUISHERS SUPREME COURT OF INDIA ADMN. MATERIAL BRANCH LAST DATE OF TENDER : 5 th April, 2018 F.NO. 423/F.E./18/SCI(AM) DATED: 15 th March, 2018 NOTICE INVITING TENDER FOR COMPREHENSIVE ANNUAL MAINTENANCE CONTRACT

More information

TENDER NOTICE FOR DESIGNING, SUPPLY, INSTALLATION, TESTING, COMISSIONING AND MAINTENANCE OF FIRE ALARM SYSTEM AT APROX.

TENDER NOTICE FOR DESIGNING, SUPPLY, INSTALLATION, TESTING, COMISSIONING AND MAINTENANCE OF FIRE ALARM SYSTEM AT APROX. TENDER NOTICE FOR DESIGNING, SUPPLY, INSTALLATION, TESTING, COMISSIONING AND MAINTENANCE OF FIRE ALARM SYSTEM AT APROX. 100 Nos. DIFFERENT BRANCHES IN _BAREILLY,SHAHJAHANPUR,AGRA,HALDWANI & DEHRADUN REGIONS

More information

TENDER NOTICE FOR RATE CONTRACT FOR SUPPLY, INSTALLATION AND REFILLING OF FIRE EXTINGUISHERS AT BRANCHES / OFFICES IN NCR AND ADJOINING AREAS

TENDER NOTICE FOR RATE CONTRACT FOR SUPPLY, INSTALLATION AND REFILLING OF FIRE EXTINGUISHERS AT BRANCHES / OFFICES IN NCR AND ADJOINING AREAS TENDER NOTICE FOR RATE CONTRACT FOR SUPPLY, INSTALLATION AND REFILLING OF FIRE EXTINGUISHERS AT BRANCHES / OFFICES IN NCR AND ADJOINING AREAS Bank of Baroda Zonal Office, Northern Zone, Bank of Baroda

More information

The following are the terms and conditions for the firms for submission of bids:

The following are the terms and conditions for the firms for submission of bids: To, As per list enclosed, No.D-13011/1/2016-Genl. Government of India Ministry of Textiles ****** Udyog Bhawan, New Delhi, dated March, 2016 Subject: Annual Maintenance Contract for repair/maintenance

More information

Ravi Malik General Manager

Ravi Malik General Manager /For release in Newspaper/ TENDER NOTICE Tenders are invited by Bank of Baroda, Western UP & Uttarakhand Zone, First Floor, 129- D, Civil Lines, Bareilly 243001for the Supply, installation (As and when

More information

TENDER NOTICE FOR SUPPLY, INSTALLATION AND MAINTENANCE OF FIRE EXTINGUISHERS AT BRANCHES / OFFICES IN KARNATAKA & ANDHRA PRADESH ZONE

TENDER NOTICE FOR SUPPLY, INSTALLATION AND MAINTENANCE OF FIRE EXTINGUISHERS AT BRANCHES / OFFICES IN KARNATAKA & ANDHRA PRADESH ZONE TENDER NOTICE FOR SUPPLY, INSTALLATION AND MAINTENANCE OF FIRE EXTINGUISHERS AT BRANCHES / OFFICES IN KARNATAKA & ANDHRA PRADESH ZONE Bank of Baroda Zonal Office, KARNATAKA & ANDHRA PRADESH Zone, 2 ND

More information

Application for Registration of Fire Protection Consultant on Record

Application for Registration of Fire Protection Consultant on Record Application for Registration of Fire Protection Consultant on Record Fire and Emergency Services Surat Municipal Corporation Muglisara, Surat 395 003, Gujarat, India Phone : 91-261-2423751 56 Extn.- 229/322

More information

Purchase: (Fire Fighting) May 26, Sub: Quotation for AMC of Fire Fighting Systems

Purchase: (Fire Fighting) May 26, Sub: Quotation for AMC of Fire Fighting Systems Purchase: 2015-16(Fire Fighting) May 26, 2015 Sub: Quotation for AMC of Fire Fighting Systems Dear Sir, The Institute of Company Secretaries of India is a statutory body set up by an Act of Parliament.

More information

NIT NO. BSRDCL-2039/ TENDER DOCUMENT INSTALLATION, CONFIGURATION, TESTING, COMMISSIONING AND TRAINING OF SMOKE DETECTION FIRE ALARM SYSTEM

NIT NO. BSRDCL-2039/ TENDER DOCUMENT INSTALLATION, CONFIGURATION, TESTING, COMMISSIONING AND TRAINING OF SMOKE DETECTION FIRE ALARM SYSTEM NIT NO. BSRDCL-2039/2016-001 TENDER DOCUMENT INSTALLATION, CONFIGURATION, TESTING, COMMISSIONING AND TRAINING OF SMOKE DETECTION FIRE ALARM SYSTEM Last Date for sale of Tender Document: Upto 10.09.2016

More information

EMPANELMENT DOCUMENT NOTICE FOR EMPANELMENT OF SUPPLIERS AND SERVICE PROVIDERS.

EMPANELMENT DOCUMENT NOTICE FOR EMPANELMENT OF SUPPLIERS AND SERVICE PROVIDERS. PREMISES AND ESTATE SECTION CIRCLE OFFICE, GUWAHATI, 1 ST FLOOR, DWARKAPURI,SONI RAM BORA ROAD, BORA SERVICE, GUWAHATI-781007 Tel Ph: Direct: 0361-2466820 Fax : 0361-2466816 Email Id: pecoguw@canarabank.com

More information

LIFE INSURANCE CORPORATION OF INDIA DIVISIONAL OFFICE 16/275, CIVIL LINES, KANPUR

LIFE INSURANCE CORPORATION OF INDIA DIVISIONAL OFFICE 16/275, CIVIL LINES, KANPUR LIFE INSURANCE CORPORATION OF INDIA DIVISIONAL OFFICE 16/275, CIVIL LINES, KANPUR NAME OF WORK : Tender for Re-filling of fire extinguishers & Clean Agent Gas inb.o./s.o.with D.O. including other dept.

More information

Regional Office: Agra Padam Business Park, Ground Floor, Sector 12 A, Avas Vikas Sikandara Yojna, Agra 282007 Phone: 0562 2600481, Fax: 0562 2600582 E-mail: ro.agra@syndicatebank.co.in -------------------------------------------------------------------------------------------------------------------------------

More information

CORRIGENDUM NO: 2 TO REQUEST FOR QUOTATION CRFQ NO E-Tender Ref. No: 9093

CORRIGENDUM NO: 2 TO REQUEST FOR QUOTATION CRFQ NO E-Tender Ref. No: 9093 CPO (REFINERIES) DESIGN, ENGINEERING, SUPPLY, INSTALLATION, TESTING, COMMISSIONING AND POST WARRANTY AMC OF RIM SEAL FIRE PROTECTION SYSTEM FOR BPCL-MUMBAI REFINERY (BPC CL MR) CORRIGENDUM NO: 2 TO REQUEST

More information

EXPRESSION OF INTEREST CONSULTANCY SERVICES FOR GIVING FACELIFT TO BHEL GATES & LAND SCAPING OF SOUTH AVENUE AT BHEL-R.C.

EXPRESSION OF INTEREST CONSULTANCY SERVICES FOR GIVING FACELIFT TO BHEL GATES & LAND SCAPING OF SOUTH AVENUE AT BHEL-R.C. EXPRESSION OF INTEREST CONSULTANCY SERVICES FOR GIVING FACELIFT TO BHEL GATES & LAND SCAPING OF SOUTH AVENUE AT BHEL-R.C.PURAM, HYDERABAD PREAMBLE BHEL Hyderabad is the leading Central Public Sector undertaking

More information

BANK OF BARODA, ZONAL OFFICE, EASTERN U.P ZONE, BARODA HOUSE, V-23, VIBHITI KHAND, GOMTI NAGAR, LUCKNOW, TEL: , TENDER NOTICE FOR

BANK OF BARODA, ZONAL OFFICE, EASTERN U.P ZONE, BARODA HOUSE, V-23, VIBHITI KHAND, GOMTI NAGAR, LUCKNOW, TEL: , TENDER NOTICE FOR BANK OF BARODA, ZONAL OFFICE, EASTERN U.P ZONE, BARODA HOUSE, V-23, VIBHITI KHAND, GOMTI NAGAR, LUCKNOW, TEL:0522 6677645, 6677647 TENDER NOTICE FOR DESIGNING, SUPPLY, INSTALLATION, TESTING, COMISSIONING

More information

WESTERN ZONAL OFFICE ENGINEERING DEPTT. WEST WING, FIRST FLOOR, "YOGEKSHEMA, NARIMAN POINT MUMBAI

WESTERN ZONAL OFFICE ENGINEERING DEPTT. WEST WING, FIRST FLOOR, YOGEKSHEMA, NARIMAN POINT MUMBAI ENROLMENT FORM FOR DATA CABLING / AUTOMATIC FIRE ALARM AND DETECTION SYSTEM WESTERN ZONAL OFFICE ENGINEERING DEPTT. WEST WING, FIRST FLOOR, "YOGEKSHEMA, NARIMAN POINT MUMBAI - 400021 FORM FOR ENROLMENT

More information

Tender Enquiry No: BCL/PUR/MNG-PD/Fire Extinguisher/CW/18 Dated: Due date : M/s

Tender Enquiry No: BCL/PUR/MNG-PD/Fire Extinguisher/CW/18 Dated: Due date : M/s BRAITHWAITE & CO LIMITED (A Government of India Undertaking under Ministry of Railway) HEAD OFF. & REGD. OFF. : 5, HIDE ROAD, KOLKATA 700043, TEL (033) 2439-7415/4114/6613/7413, FAX : 91 (033)2439-5607

More information

Notice for Empanelment of Vendors.

Notice for Empanelment of Vendors. NATIONAL BANK FOR AGRICULTURE AND RURAL DEVELOPMENT, ODISHA REGIONAL OFFICE, 2/1 CIVIC CENTRE, IRC VILLAGE, NAYAPLLI. BHUBANESWAR, ODISHA. Tel-2374305, 2374310, 2374321, E-mail- bhubaneswar@nabard.org

More information

TENDER DOCUMENT FOR RATE CONTRACT FOR REFILLING AND SUPPLY OF NEW FIRE EXTINGUISHERS FOR BRANCHES AND OFFICES

TENDER DOCUMENT FOR RATE CONTRACT FOR REFILLING AND SUPPLY OF NEW FIRE EXTINGUISHERS FOR BRANCHES AND OFFICES TENDER DOCUMENT FOR RATE CONTRACT FOR REFILLING AND SUPPLY OF NEW FIRE EXTINGUISHERS FOR BRANCHES AND OFFICES Zonal Office, Bhopal Zone Bank of India Bhawan Jail Road, Arera Hills BHOPAL - 462011, MP.

More information

BANK OF BARODA, ZONAL OFFICE, EASTERN U.P ZONE, BARODA HOUSE, V-23, VIBHITI KHAND, GOMTI NAGAR, LUCKNOW, TEL: , TENDER NOTICE FOR

BANK OF BARODA, ZONAL OFFICE, EASTERN U.P ZONE, BARODA HOUSE, V-23, VIBHITI KHAND, GOMTI NAGAR, LUCKNOW, TEL: , TENDER NOTICE FOR BANK OF BARODA, ZONAL OFFICE, EASTERN U.P ZONE, BARODA HOUSE, V-23, VIBHITI KHAND, GOMTI NAGAR, LUCKNOW, TEL:0522 6677647, 6677645 TENDER NOTICE FOR SUPPLY, INSTALLATION AND MAINTENANCE OF FIRE EXTINGUISHERS

More information

TENDER FOR EMPANELMENT OF VENDORS FOR REFILLING AND SUPPLY OF NEW FIRE EXTINGUISHERS FOR BRANCHES AND OFFICES LOCATED IN DISTRICTS OF MAHARASHTRA :

TENDER FOR EMPANELMENT OF VENDORS FOR REFILLING AND SUPPLY OF NEW FIRE EXTINGUISHERS FOR BRANCHES AND OFFICES LOCATED IN DISTRICTS OF MAHARASHTRA : TENDER FOR EMPANELMENT OF VENDORS FOR REFILLING AND SUPPLY OF NEW FIRE EXTINGUISHERS FOR BRANCHES AND OFFICES LOCATED IN DISTRICTS OF MAHARASHTRA : 1. Kolhapur Zone: Kolhapur / Sangli / Satara. 2. Nagpur

More information

Relationship beyond banking

Relationship beyond banking Relationship beyond banking Zonal office, Agra Zone Jeevan Prakash, 1st. Floor, LIC Building, Sanjay Place, Agra 282 002 Phone : 0562-2521642 Email: Agra.God@bankofindia.co.in COST OF TENDER : Rs. 500/-

More information

Indian National Trust for Art and Cultural Heritage (INTACH, 71, KK Birla Lane, Lodhi Estate, New Delhi , Ph. No.

Indian National Trust for Art and Cultural Heritage (INTACH, 71, KK Birla Lane, Lodhi Estate, New Delhi , Ph. No. Indian National Trust for Art and Cultural Heritage (INTACH, 71, KK Birla Lane, Lodhi Estate, New Delhi -110003, Ph. No. 011-49854100 TENDER NOTICE Sealed tender in two separate bids a) Technical bids,

More information

PART 3-O REQUIREMENTS FOR SPRINKLER SYSTEMS MAINTENANCE AND SUPERVISION. 3-O Introduction O.1 Scope of Maintenance and Supervision...

PART 3-O REQUIREMENTS FOR SPRINKLER SYSTEMS MAINTENANCE AND SUPERVISION. 3-O Introduction O.1 Scope of Maintenance and Supervision... CONTENTS Schedule of amendments for this part of the scheme document Page 1 of 14 3-O Introduction...3 3-O.1 Scope of Maintenance and Supervision...3 3-O.2 Certification conditions...5 3-O.3 LPS 1233 Service

More information

INVITATION TO BID SUPPLY OF VARIOUS PORTABLE FIRE EXTINGUISHERS

INVITATION TO BID SUPPLY OF VARIOUS PORTABLE FIRE EXTINGUISHERS ASIAN DEVELOPMENT BANK 6 ADB Avenue, Mandaluyong City 550 Metro Manila, Philippines Tel: 632-4298; Fax: 636-2577 or 63-6899 Email: malbano@adb.org and sdiano@adb.org INVITATION TO BID SUPPLY OF VARIOUS

More information

Bank of Baroda Zonal Office, Tamil Nadu and Kerala Zone, Baroda Pride, New No.-41, Luz Church Road, Mylapore, Chennai

Bank of Baroda Zonal Office, Tamil Nadu and Kerala Zone, Baroda Pride, New No.-41, Luz Church Road, Mylapore, Chennai TENDER NOTICE FOR SUPPLY, INSTALLATION, REFILLING AND ANNUAL MAINTENANCE OF FIRE EXTINGUISHERS INCLUDING AMC OF EXISTING & OLD SYSTEMS AT DIFFERENT BRANCHES OF BANK OF BARODA OF TAMILNADU & KERALA ZONE

More information

EMPANELMENT OF AUDITORS FIRE SAFETY AUDITOR ELECTRICAL SAFETY AUDITOR IMPORTANT DATES:

EMPANELMENT OF AUDITORS FIRE SAFETY AUDITOR ELECTRICAL SAFETY AUDITOR IMPORTANT DATES: EMPANELMENT OF AUDITORS FIRE SAFETY AUDITOR ELECTRICAL SAFETY AUDITOR IMPORTANT DATES: S.No Particular Date 1) Date of uploading details for empanelment on Bank's website 05/06/17 2) Opening date for submission

More information

Bharat Heavy Electricals Limited (High Pressure Boiler Plant) Tiruchirapalli , TAMIL NADU, INDIA MATERIALS MANAGEMENT / CAPITAL EQUIPMENT

Bharat Heavy Electricals Limited (High Pressure Boiler Plant) Tiruchirapalli , TAMIL NADU, INDIA MATERIALS MANAGEMENT / CAPITAL EQUIPMENT An ISO 9001 Company Bharat Heavy Electricals Limited (High Pressure Boiler Plant) Tiruchirapalli 620014, TAMIL NADU, INDIA MATERIALS MANAGEMENT / CAPITAL EQUIPMENT ENQUIRY NOTICE INVITING TENDER Phone:

More information

Department of Biochemistry University of Lucknow Lucknow

Department of Biochemistry University of Lucknow Lucknow Department of Biochemistry University of Lucknow Lucknow-226007 TENDER NO.: LU-Biochem COE/001/2017 Dated: September 20, 2017 Short term Tender/Bid invited for Construction/fabrication of an airconditioned

More information

UEA BROADVIEW LODGE TERMS AND CONDITIONS Any variation to these standard terms and conditions must be agreed in writing with UEA Broadview Lodge. 1.

UEA BROADVIEW LODGE TERMS AND CONDITIONS Any variation to these standard terms and conditions must be agreed in writing with UEA Broadview Lodge. 1. UEA BROADVIEW LODGE TERMS AND CONDITIONS Any variation to these standard terms and conditions must be agreed in writing with UEA Broadview Lodge. 1. GENERAL a) For the purposes of this document, the term

More information

Sidney, Ohio 1204 FORMAL ISSUANCE OF CERTIFICATE OF SUBSTANTIAL COMPLETION... ON OR BEFORE JULY 30, 2015.

Sidney, Ohio 1204 FORMAL ISSUANCE OF CERTIFICATE OF SUBSTANTIAL COMPLETION... ON OR BEFORE JULY 30, 2015. SECTION 000050 - INVITATION AND NOTICE TO BIDDERS PROJECT: OWNER: 3003 Cisco Road Sidney, Ohio 45365 Ohio Presbyterian Retirement Services 1001 Kingsmill Parkway Columbus, Ohio 43229 ARCHITECT: 4685 Larwell

More information

TENDER DOCUMENT FOR RATE CONTRACT FOR REFILLING AND SUPPLY OF NEW FIRE EXTINGUISHERS FOR BRANCHES AND OFFICES

TENDER DOCUMENT FOR RATE CONTRACT FOR REFILLING AND SUPPLY OF NEW FIRE EXTINGUISHERS FOR BRANCHES AND OFFICES TENDER DOCUMENT FOR RATE CONTRACT FOR REFILLING AND SUPPLY OF NEW FIRE EXTINGUISHERS FOR BRANCHES AND OFFICES AT Bank Of India, Zonal Office, Ghaziabad Zone, Sandipani S.T.C. Building,B-32, Sector-62,

More information

UCO BANK INDEX S.N. PARTICULARS PAGE NO. 1 INVITATION FOR TENDER OFFERS INSTRUCTIONS TO BIDDERS AND GENERAL TERMS & CONDITIONS 4-5

UCO BANK INDEX S.N. PARTICULARS PAGE NO. 1 INVITATION FOR TENDER OFFERS INSTRUCTIONS TO BIDDERS AND GENERAL TERMS & CONDITIONS 4-5 UCO BANK Zonal Office,Haryana, G.A.D. Department 1 st Floor Near Old Bus Stand, Karnal-132001 Email-zoHaryana.gad@ucobank.co.in Phone: 0184-4020163 Website http://www.ucobank.com OFFER FOR EMPANELMENT

More information

Tennessee Code/TITLE 62 PROFESSIONS, BUSINESSES AND TRADES/CHAPTER 32 FIRE PROTECTION/PART 1 FIRE PROTECTION SPRINKLER SYSTEMS

Tennessee Code/TITLE 62 PROFESSIONS, BUSINESSES AND TRADES/CHAPTER 32 FIRE PROTECTION/PART 1 FIRE PROTECTION SPRINKLER SYSTEMS Tennessee Code/TITLE 62 PROFESSIONS, BUSINESSES AND TRADES/CHAPTER 32 FIRE PROTECTION/PART 1 FIRE PROTECTION SPRINKLER SYSTEMS PART 1 FIRE PROTECTION SPRINKLER SYSTEMS Source: Tennessee Code/TITLE 62 PROFESSIONS,

More information

DESIGNING, SUPPLY, INSTALLATION, TESTING, COMISSIONING AND MAINTENANCE OF FIRE ALARM SYSTEM APROX.

DESIGNING, SUPPLY, INSTALLATION, TESTING, COMISSIONING AND MAINTENANCE OF FIRE ALARM SYSTEM APROX. TENDER NOTICE FOR DESIGNING, SUPPLY, INSTALLATION, TESTING, COMISSIONING AND MAINTENANCE OF FIRE ALARM SYSTEM APROX. 46 in Nos. at DIFFERENT BRANCHES IN _ Bihar Orissa Jharkhand Zone And Annual Maintenance

More information

STAR HOUSE BANK OF INDIA NEW DELHI ZONAL OFFICE H-2 CONNAUGHT CIRCUS Middle/Outer Circle, Phone No

STAR HOUSE BANK OF INDIA NEW DELHI ZONAL OFFICE H-2 CONNAUGHT CIRCUS Middle/Outer Circle, Phone No TENDER DOCUMENT FOR ANNUAL MAINTENANCE CONTRACT FOR REFILLING AND SUPPLY OF NEW FIRE EXTINGUISHERS FOR BRANCHES AND OFFICES AT STAR HOUSE BANK OF INDIA NEW DELHI ZONAL OFFICE H-2 CONNAUGHT CIRCUS Middle/Outer

More information

Chief Operating Officer Giampiero Belcredi

Chief Operating Officer Giampiero Belcredi CONTENTS 1. PURPOSE AND SCOPE 2. GENERAL PRINCIPLES AND GUARANTEES FOR THE CLIENT 3. ACCESS REQUIREMENTS FOR CERTIFICATION 4. ASSESSMENT PROCESS REQUIREMENTS 5. SUSPENSION AND REVOCATION OF THE CERTIFICATION

More information

TENDER DOCUMENT FOR RATE CONTRACT FOR REFILLING AND SUPPLY OF NEW FIRE EXTINGUISHERS FOR BRANCHES AND OFFICES UNDER AHMEDABAD ZONAL OFFICE

TENDER DOCUMENT FOR RATE CONTRACT FOR REFILLING AND SUPPLY OF NEW FIRE EXTINGUISHERS FOR BRANCHES AND OFFICES UNDER AHMEDABAD ZONAL OFFICE The Zonal Manager 5 th Floor, Security Department, Bank of India Building, Bhadra, Ahmedabad- 380001 TENDER DOCUMENT FOR RATE CONTRACT FOR REFILLING AND SUPPLY OF NEW FIRE EXTINGUISHERS FOR BRANCHES AND

More information

Subject: Tender for Comprehensive Annual Maintenance Contract (AMC) for CCTV System

Subject: Tender for Comprehensive Annual Maintenance Contract (AMC) for CCTV System Maharshi Valmiki College of Education (University of Delhi) Geeta Colony, Delhi-110031 MVCOE/AMC-CCTV System/2017/ Dated: 27.03.2017 To Subject: Tender for Comprehensive Annual Maintenance Contract (AMC)

More information

Loss Prevention Standard

Loss Prevention Standard Loss Prevention Standard LPS 1500: Issue 2.1 provide compartmentation in buildings This standard defines the requirements for companies installing fire resisting compartment systems approved by LPCB to

More information

CHENNAI METRO RAIL LIMITED ADDENDUM-1. for

CHENNAI METRO RAIL LIMITED ADDENDUM-1. for CHENNAI METRO RAIL LIMITED CHENNAI METRO RAIL PROJECT PHASE-1 EXTENSION ADDENDUM-1 TO BIDDING DOCUMENTS for CONTRACT SUPPLY, INSTALLATION, TESTING, COMMISSIONING AND TRAINING OF E&M WORKS INCLUDING ELECTRICAL,

More information

INTER - UNIVERSITY ACCELERATOR CENTRE (An Autonomous Centre of UGC) Aruna Asaf Ali Marg, New Delhi

INTER - UNIVERSITY ACCELERATOR CENTRE (An Autonomous Centre of UGC) Aruna Asaf Ali Marg, New Delhi INTER - UNIVERSITY ACCELERATOR CENTRE (An Autonomous Centre of UGC) Aruna Asaf Ali Marg, New Delhi - 110067 NOTICE INVITING E - TENDER Tender No: IUAC/NIT/35/VVVS/2018-19 Dated: 21/02/2019 Inter - University

More information

For the Design, Installation, Commissioning & Maintenance of Fire Detection and Fire Alarm Systems

For the Design, Installation, Commissioning & Maintenance of Fire Detection and Fire Alarm Systems BAFE Scheme: SP203-1 Version 5: May 2011 Fire Protection Industry Scheme, Reference SP203 Part 1 For the Design, Installation, Commissioning & Maintenance of Fire Detection and Fire Alarm Systems British

More information

No. BU/55/Estate/2000/NIOH/Pt.-VI/ 533(3) 01 st May, 2015 NOTICE INVITING TENDER

No. BU/55/Estate/2000/NIOH/Pt.-VI/ 533(3) 01 st May, 2015 NOTICE INVITING TENDER NATIONAL INSTITUTE FOR THE ORTHOPAEDICALLY HANDICAPPED (Department of Empowerment of PwDs, Ministry of Social Justice & Empowerment, Govt. of India) B.T. Road, Bon-Hooghly, Kolkata-700090 Phone: 2531-0279,

More information

TENDER DOCUMENT FOR SUPPLY OF EPOXY MIXING & POURING PLANT

TENDER DOCUMENT FOR SUPPLY OF EPOXY MIXING & POURING PLANT BHARAT HEAVY ELECTRICALS LTD., CORPORATE R&D DIVISION VIKAS NAGAR, HYDERABAD-500093 (INDIA) Enquiry : Date : PURCHASE SECTION TECHNICAL SECTION SPEC.NO. 91 40 2377 8474 PHONE 91 40 2377 4494 Ext.7326 ST:ICH:08:001

More information

Advokatfirmaet BAHR AS - ENGAGEMENT TERMS

Advokatfirmaet BAHR AS - ENGAGEMENT TERMS Advokatfirmaet BAHR AS - ENGAGEMENT TERMS 1. Scope These Engagement Terms regulate Advokatfirmaet BAHR AS s ( BAHR ) provision of legal and other services under the Engagement. 2. The engagement The Engagement

More information

TENDER DOCUMENT FOR RATE CONTRACT FOR REFILLING AND SUPPLY OF NEW FIRE EXTINGUISHERS FOR BRANCHES AND OFFICES

TENDER DOCUMENT FOR RATE CONTRACT FOR REFILLING AND SUPPLY OF NEW FIRE EXTINGUISHERS FOR BRANCHES AND OFFICES TENDER DOCUMENT FOR RATE CONTRACT FOR REFILLING AND SUPPLY OF NEW FIRE EXTINGUISHERS FOR BRANCHES AND OFFICES AT DHANBAD ZONE, 2 nd Floor,S R Mesion,Shastri Nagar Dhanbad 826001 PH NO - 9431115418 Website:

More information

Guidance from the Group of Notified Bodies for the Construction Products Regulation 305/2011/EU

Guidance from the Group of Notified Bodies for the Construction Products Regulation 305/2011/EU GNB-CPR AG Guidance from the Group of Notified Bodies for the Construction Products Regulation 305/2011/EU NB-CPR/AG/03/002r3 Issued: 24 May 2013 APPROVED GUIDANCE GNB-CPR AG position paper Guidance to

More information

For the Design, Installation, Commissioning & Maintenance of Fire Detection and Fire Alarm Systems

For the Design, Installation, Commissioning & Maintenance of Fire Detection and Fire Alarm Systems BAFE Scheme: SP203-1 Version 7.1: January 2019 FIRE SAFETY REGISTER Fire Protection Industry Scheme, Reference SP203-1 For the Design, Installation, Commissioning & Maintenance of Fire Detection and Fire

More information

BOARD OF EXAMINERS OF LANDSCAPE ARCHITECTS

BOARD OF EXAMINERS OF LANDSCAPE ARCHITECTS STATE OF RHODE ISLAND AND PROVIDENCE PLANTATIONS BOARD OF EXAMINERS OF LANDSCAPE ARCHITECTS RULES AND REGULATIONS Revised RHODE ISLAND STATE BOARD OF EXAMINERS OF LANDSCAPE ARCHITECTS RULES OF THE BOARD

More information

WEST BENGAL INDUSTRIAL DEVELOPMENT CORPORATION LIMITED PROTITI, 23, Abanindranath Tagore Sarani (Camac Street), Kolkata TENDER DOCUMENT FOR

WEST BENGAL INDUSTRIAL DEVELOPMENT CORPORATION LIMITED PROTITI, 23, Abanindranath Tagore Sarani (Camac Street), Kolkata TENDER DOCUMENT FOR WEST BENGAL INDUSTRIAL DEVELOPMENT CORPORATION LIMITED PROTITI, 23, Abanindranath Tagore Sarani (Camac Street), Kolkata-700 017 TENDER DOCUMENT FOR FIRE AND ELECTRICITY AUDIT AT PROTITI, 23, Abanindranath

More information

Tender document for Supply/ Installation of New Fire extinguishers & Refilling TENDER NOTICE

Tender document for Supply/ Installation of New Fire extinguishers & Refilling TENDER NOTICE Relationship beyond banking Zonal Office, Bhopal Zone Bank of India Bhawan Jail Road, Arera Hills BHOPAL - 462011, MP. Phone. 0755-2764698 zo.bhopal@bankofindia.co.in ZOBDSDSGNFE TENDER2013-14 Dated 05.11.2013

More information

ODISHA POWER TRANSMISSION CORPORATION LIMITED OFFICE OF THE GENERAL MANAGER EHT (O&M) CIRCLE, BIDYUTPURI COLONY, BERHAMPUR

ODISHA POWER TRANSMISSION CORPORATION LIMITED OFFICE OF THE GENERAL MANAGER EHT (O&M) CIRCLE, BIDYUTPURI COLONY, BERHAMPUR ODISHA POWER TRANSMISSION CORPORATION LIMITED OFFICE OF THE GENERAL MANAGER EHT (O&M) CIRCLE, BIDYUTPURI COLONY, BERHAMPUR TENDER SPECIFICATION FOR TENDER CALL NOTICE 3/13-14 FOR SUPPLY / REFILLING / REPLACEMENT

More information

Loss Prevention Standard

Loss Prevention Standard Loss Prevention Standard LPS 1531: Issue 1.1 companies installing or applying passive fire protection This Loss Prevention Standard is the property of BRE Global Ltd. and is made publicly available for

More information

TENDER CRFQ NO (E-TENDER REF NO.13020)

TENDER CRFQ NO (E-TENDER REF NO.13020) ADDENDUM NO:2 AGAINST TENDER FOR DESIGN, ENGINEERING, SUPPLY, INSTALLATION, TESTING, COMMISSIONING AND POST WARRANTY AMC OF RIM SEAL FIRE PROTECTION SYSTEM FOR BPCL- MUMBAI REFINERY (BPCL MR) TENDER CRFQ

More information

Due to large sum and BG processing time it is requested to offer 15 Working days instead of 7 working days.

Due to large sum and BG processing time it is requested to offer 15 Working days instead of 7 working days. Sl.No Ref. Description Comments/clarification request IMU s Reply 1 Pg. 7, 2.6.1 2 Pg. 13, 3.3.1 3 Pg. 14, 3.8.2 The price of the equipment shall be inclusive of basic price, freight and insurance up to

More information

TENDER NOTICE FOR DESIGNING, SUPPLY, INSTALLATION, TESTING, COMISSIONING AND MAINTENANCE OF FIRE ALARM SYSTEM AT APROX.

TENDER NOTICE FOR DESIGNING, SUPPLY, INSTALLATION, TESTING, COMISSIONING AND MAINTENANCE OF FIRE ALARM SYSTEM AT APROX. TENDER NOTICE FOR DESIGNING, SUPPLY, INSTALLATION, TESTING, COMISSIONING AND MAINTENANCE OF FIRE ALARM SYSTEM AT APROX. 60 Nos. DIFFERENT BRANCHES IN DELHI & NCR Bank of Baroda Zonal Office, North Zone,

More information

Credit Suisse AG RULEBOOK OF THE ORGANIZED TRADING SYSTEM INTERNAL MARKET MAKING. 01 September 2018

Credit Suisse AG RULEBOOK OF THE ORGANIZED TRADING SYSTEM INTERNAL MARKET MAKING. 01 September 2018 Credit Suisse AG RULEBOOK OF THE ORGANIZED TRADING SYSTEM INTERNAL MARKET MAKING 01 September 2018 Table of Contents 1. 2. 3. 4. INTRODUCTION... 1 INSTRUMENTS... 1 USERS... 1 ORGANIZATION OF TRADING...

More information

BID PROPOSAL-REVISED

BID PROPOSAL-REVISED BID PROPOSAL-REVISED PROJECT: B17-13, Bldg 1300 HVAC ( the Work ) CABRILLO COMMUNITY COLLEGE DISTRICT Bidder Name Bidder Representative(s) Bidder Representative(s) Contact Information Bidder Mailing Address

More information

Detail Notice Inviting Expression of Interest for Survey & Fire Safety Audit

Detail Notice Inviting Expression of Interest for Survey & Fire Safety Audit Detail Notice Inviting Expression of Interest for Survey & Fire Safety Audit of High Rise Buildings and Areas under Nabadiganta Industrial Township Authority Unnayan Bhavan, 1 st Floor, Block - A, Sector

More information

INVITATION TO QUOTE. Page 1 of 7. Fire & Emergency Safety Plan Control Number: 2018-CFS-003 Issue Date: March 7, Purpose

INVITATION TO QUOTE. Page 1 of 7. Fire & Emergency Safety Plan Control Number: 2018-CFS-003 Issue Date: March 7, Purpose INVITATION TO QUOTE Title: Fire & Emergency Safety Plan Control Number: 2018-CFS-003 Issue Date: March 7, 2018 Purpose The District of Sparwood (Sparwood) invites interested parties (Respondents) to submit

More information

DEPARTMENT OF PUBLIC SAFETY DIVISION OF FIRE PREVENTION AND CONTROL

DEPARTMENT OF PUBLIC SAFETY DIVISION OF FIRE PREVENTION AND CONTROL DEPARTMENT OF PUBLIC SAFETY DIVISION OF FIRE PREVENTION AND CONTROL RULES AND REGULATIONS CONCERNING 8 CCR 1507-57 BUILDING AND FIRE CODE ENFORCEMENT AND CERTIFICATION OF INSPECTORS FOR LIMITED GAMING

More information

Buying goods/services

Buying goods/services General contractual provisions Buying goods/services These are the only contractual provisions that apply between Fire and Emergency New Zealand and the Contractor. If any other provision is to apply or

More information

Public Notice of Amendment to New Shoreham General Ordinances Chapter 5 Fire Prevention and Protection New Article IV Fire Alarm Ordinance

Public Notice of Amendment to New Shoreham General Ordinances Chapter 5 Fire Prevention and Protection New Article IV Fire Alarm Ordinance Public Notice of Amendment to New Shoreham General Ordinances Chapter 5 Fire Prevention and Protection New Article IV Fire Alarm Ordinance It is ordained by the Town Council of the Town of New Shoreham

More information

REQUEST FOR PROPOSAL (RFP) INTEGRATED POWER SOLUTION FOR BRANCHES ON CAPEX /OPEX MODEL RFP REFERENCE NO

REQUEST FOR PROPOSAL (RFP) INTEGRATED POWER SOLUTION FOR BRANCHES ON CAPEX /OPEX MODEL RFP REFERENCE NO REQUEST FOR PROPOSAL (RFP) FOR INTEGRATED POWER SOLUTION FOR BRANCHES ON CAPEX /OPEX MODEL RFP REFERENCE NO. 012016 NAME OF THE PROJECT: INTEGRATED POWER SOLUTION FOR BRANCHES Cost of Tender Document :

More information

CONDITIONS OF SERVICE - NBN SERVICES 1. ABOUT

CONDITIONS OF SERVICE - NBN SERVICES 1. ABOUT CONDITIONS OF SERVICE - NBN SERVICES 1. ABOUT These Conditions of Service apply to all NBN Services. These Conditions of Service form part of our Standard Form of Agreement found at www.adam.com.au/legal.

More information

HEATING AND COOLING REBATES

HEATING AND COOLING REBATES Thank you for choosing to increase your customer's home energy efficiency with heating and cooling rebates. Follow the steps below to ensure eligibility to receive a rebate from the ComEd Energy Efficiency

More information

HEATING AND COOLING REBATES

HEATING AND COOLING REBATES Thank you for choosing to increase your customer's home energy efficiency with heating and cooling rebates. Follow the steps below to ensure eligibility to receive a rebate from the ComEd Energy Efficiency

More information

ANN ARBOR CITY NOTICE ORDINANCE NO. ORD ALARM SYSTEMS

ANN ARBOR CITY NOTICE ORDINANCE NO. ORD ALARM SYSTEMS ANN ARBOR CITY NOTICE ORDINANCE NO. ORD-16-14 ALARM SYSTEMS AN ORDINANCE TO AMEND SECTIONS 7:402, 7:405, 7:406, AND 7:407 OF CHAPTER 93, ALARM SYSTEMS, OF TITLE VII OF THE CODE OF THE CITY OF ANN ARBOR

More information

INDUSTRIAL EXTENSION BUREAU

INDUSTRIAL EXTENSION BUREAU INDUSTRIAL EXTENSION BUREAU (A Government of Gujarat Organization) TENDER FOR THE SUPPLY OF FIRE PROTECTION SYSTEM INDUSTRIAL EXTENSION BUREAU (A Govt. of Gujarat Organization) Block No. 18, 2 nd floor,

More information

Kiwa Regulations for Certification in accordance with the CPR

Kiwa Regulations for Certification in accordance with the CPR 1 May 2014 Kiwa Regulations for Certification in accordance with the CPR EC Regulation No. 305/2011 (CPR) 1 May 2014 Kiwa Regulations for Certification in accordance with the CPR EC Regulation No. 305/2011

More information

FTTN Business Readiness Testing Special Terms

FTTN Business Readiness Testing Special Terms NBN Co Limited [Customer] FTTN Business Readiness Testing Special Terms This document is a Standard Form of Access Agreement for the purposes of Part XIC of the Competition and Consumer Act 2010. NBN Co

More information

PART 3 REQUIREMENTS FOR SPRINKLER SYSTEMS and SPRINKLER INSTALLERS

PART 3 REQUIREMENTS FOR SPRINKLER SYSTEMS and SPRINKLER INSTALLERS Page 1 of 42 CONTENTS Schedule of amendments for this part of the scheme document 3.0 Introduction 3.1 Business Licensing Requirements 3.2 Insurance 3.3 Language 3.4 Quality System 3.5 Safety System 3.6

More information

CALL FOR TENDER - MUNICIPALITY OF THE DISTRICT OF CLARE LITTLE BROOK, N.S.

CALL FOR TENDER - MUNICIPALITY OF THE DISTRICT OF CLARE LITTLE BROOK, N.S. CALL FOR TENDER - MUNICIPALITY OF THE DISTRICT OF CLARE LITTLE BROOK, N.S. NAME OF TENDER: CONSTRUCT, DELIVER AND COMMISSION 3 (THREE) LIFT STATION ELECTRICAL LOCATION OF WORK: 3 Separate work sites in

More information

ALABAMA Propane Gas Association

ALABAMA Propane Gas Association 2018-2019 ALABAMA SAFE APPLIANCE INSTALLATION PROGRAM GUIDELINES This program is available on purchases on or after October 1, 2018 until September 30, 2019 or funds are depleted, whichever comes first.

More information

1. Delete BID FORM in its entirety and replace with the BID FORM attached to this Addendum.

1. Delete BID FORM in its entirety and replace with the BID FORM attached to this Addendum. ADDENDUM NO. 2 TO THE BIDDING DOCUMENTS Solicitation Number 2016-13 Fire Alarm, Sprinkler & BFP Inspections and Repairs Saint Clair County MidAmerica Saint Louis Airport DATE: November 30, 2016 BIDS CLOSE:

More information

Majis Industrial Services SAOC TENDER NO. MISCP/09/2014

Majis Industrial Services SAOC TENDER NO. MISCP/09/2014 Majis Industrial Services SAOC TENDER NO. MISCP/09/2014 Expression of Interest for Performance-based Operation and Maintenance (O&M) Services for the 20 MLD Majis Seawater Desalination Plant in Sohar,

More information

COUNTY OF ROCKLAND Department of General Services Purchasing Division

COUNTY OF ROCKLAND Department of General Services Purchasing Division Department of General Services Purchasing Division Title: Contract Period: Fire Extinguishers and Suppression Systems-Inspection, Testing, Maintenance, Repair and Recharging 3/1/18 through 2/28/19 with

More information

Security Alarm Monitoring Agreement

Security Alarm Monitoring Agreement Security Alarm Monitoring Agreement Master Licence: 405021230 Contract #: This Agreement is made between Western Plains Security & Locksmiths (Birkgate PTY LTD) and the customer as indicated below. Customer

More information

REQUEST FOR PROPOSALS CLEANING SERVICES

REQUEST FOR PROPOSALS CLEANING SERVICES REQUEST FOR PROPOSALS CLEANING SERVICES Jeffrey Gray City Manager City of Jonesville 265 E. Chicago Street Jonesville, MI 49250 manager@jonesville.org (517) 849-2104 Overview The City of Jonesville is

More information

TENDER DOCUMENT FOR CHECKING, TESTING AND REPAIRING OF FIRE HYDRANT AND SPRINKLER SYSTEM AT Bank Of India, STC Building, B-32, Sector-62 Noida

TENDER DOCUMENT FOR CHECKING, TESTING AND REPAIRING OF FIRE HYDRANT AND SPRINKLER SYSTEM AT Bank Of India, STC Building, B-32, Sector-62 Noida TENDER DOCUMENT FOR CHECKING, TESTING AND REPAIRING OF FIRE HYDRANT AND SPRINKLER SYSTEM AT Bank Of India, STC Building, B-32, Sector-62 Noida-201309 Website: www.bankofindia.co.in INVITATION FOR TENDER/BID

More information

IFLA Regional Office for Latin America and the Caribbean: Call for Applications to host the Regional Office

IFLA Regional Office for Latin America and the Caribbean: Call for Applications to host the Regional Office IFLA Regional Office for Latin America and the Caribbean: Call for Applications to host the Regional Office Introduction The International Federation of Library Associations and Institutions http://www.ifla.org

More information

BUILDING, FIRE, AND LIFE SAFETY CODE ENFORCEMENT AND CERTIFICATION OF INSPECTORS FOR HEALTH FACILITIES LICENSED BY THE STATE OF COLORADO

BUILDING, FIRE, AND LIFE SAFETY CODE ENFORCEMENT AND CERTIFICATION OF INSPECTORS FOR HEALTH FACILITIES LICENSED BY THE STATE OF COLORADO DEPARTMENT OF PUBLIC SAFETY Division of Fire Prevention and Control BUILDING, FIRE, AND LIFE SAFETY CODE ENFORCEMENT AND CERTIFICATION OF INSPECTORS FOR HEALTH FACILITIES LICENSED BY THE STATE OF COLORADO

More information

Servicing, refilling & maintenance of Fire Extinguishers for RBPH W - 36

Servicing, refilling & maintenance of Fire Extinguishers for RBPH W - 36 SARDAR SAROVAR HYDRO ELECTRIC PROJECT (O & M) UNIT, KEVADIA COLONY 393 151, GUJARAT STATE TECHNICAL BID Tender Notice No:GSECL/SSHEP/TECH/08/2014/S&W TENDER NO: RBPH (M) / W 36 /2014 Work of Servicing,

More information

Membership Scanning your card or entering your card number when in store or shopping Online Earning Member Benefits

Membership Scanning your card or entering your card number when in store or shopping Online Earning Member Benefits By registering as a member or claiming any Member Benefit, you agree to be bound by, and your participation in Lowes Rewards will be governed by, these Terms and Conditions. 1. Membership 1. To become

More information

Tender Enquiry for selection of Executing Agency for establishing Centre of Excellence for Vegetables at Chandi, Nalanda District, Bihar.

Tender Enquiry for selection of Executing Agency for establishing Centre of Excellence for Vegetables at Chandi, Nalanda District, Bihar. Govt. of Bihar. Department of Agriculture Bihar Horticulture Development Society, Patna. (State Horticulture Mission) 2 nd Floor, Pant Bhawan, Bailey Road, Patna-800001, Phone Fax: 0612-2521776, e-mail:

More information