TENDER No /NIT NO. BECIL/FF/2014/55 RECTIFICATION / MODIFICATION OF EXISTING FIRE FIGHTING & FIRE ALARM SYSTEM WORKS

Size: px
Start display at page:

Download "TENDER No /NIT NO. BECIL/FF/2014/55 RECTIFICATION / MODIFICATION OF EXISTING FIRE FIGHTING & FIRE ALARM SYSTEM WORKS"

Transcription

1 TENDER No /NIT NO. BECIL/FF/2014/55 TENDER DOCUMENTS FOR RECTIFICATION / MODIFICATION OF EXISTING FIRE FIGHTING & FIRE ALARM SYSTEM WORKS AT M/S BROADCAST ENGINEERING CONSULTANTS INDIA LTD (A GOVERNMENT OF INDIA ENTERPRISE) CORPORATE OFFICE BUILDING, BECIL BHAWAN, PLOT NO.C-56A/17, SECTOR-62, NOIDA (UP) 1

2 TENDER No /NITNO. BECIL/FF/2014/55 Dated: INDEX S. N. PARTICULAR PART 01 Introduction 02 General Scope of the work I 03 Instructions to the bidders 04 General Condition to the contract II 05 Technical Specification III 06 Approved Brands Iv 07 BOQ v 2

3 PART-I A. INTRODUCTION M/S BROADCAST ENGINEERING CONSULTANTS INDIA LTD, is a Government of India Enterprise under Ministry of Information & broadcasting, having its Corporate Office at BECIL BHAWAN, PLOT: C-56A/17, Sector- 62, Noida-(UP) M/S BROADCAST ENGINEERING CONSULTANTS INDIA LTD invites sealed tenders for Rectification / Modification of existing Fire Fighting & Fire Alarm System works for Office Building at BECIL BHAWAN, PLOT: C-56A/17, Sector- 62, Noida-(UP) Tender documents can be obtained by payment of Rs 500/- from Corporate Office, NOIDA (UP). Tender documents can also be downloaded from the Website B. General Scope of the Work Repair/ Replacement of the existing Fire Alarm and Fire Hydrant System at the Corporate Office Building, BECIL BHAWAN, PLOT : C-56A/17, Sector- 62, Noida-(UP) The agency may inspect the site to check the existing fire hydrant/ fire alarm system installed at BECIL BHAWAN, PLOT: C-56A/17, Sector- 62, Noida-(UP) between AM to PM on any working day i.e. from Monday to Friday. C. INSTRUCTIONS TO BIDDER 01.Basic Information:- Name of work Period of Completion EMD Rectification / Modification of existing Fire Fighting & Fire Alarm System works at BECIL BHAWAN,, PLOT : C-56A/17, 3 Months Rs 32,000/- Sector- 62, Noida-(UP) Eligibility Criteria: - Following Criteria will be considered for evaluation of the bid/s : 2.1 The contractors should be registered in CPWD / MES / Railways / PSUs / Central/State Government in appropriate category. Proof of Certificate of Registration should be furnished along with the application. Preference shall be given to a company registered with ROC. Those who have worked in well known /reputed companies may also apply provided they meet other criteria given below: 2.2. The contractor should have satisfactorily completed at least one single similar work for Rs lacs, or two independent orders for Rs. 10 lacs each with CPWD / MES / Railways / PSUs / Central and State Government /reputed companies in last 3 years. 2.3 The bidder must be in the field of supply & installation of required equipment / goods as per this tender during the last 05 years. Supporting documents should be attached viz. copies of purchase Orders 2.4 The average financial turnover of the bidder should be 20 lacs per year for the last three financial years. Supporting documents should be attached viz Audited Balance Sheet and P&L Account. 2.5 The following documents should be submitted along with the Bid: List of works completed in last three years i.e , and

4 2.5.2 List of works in hand with details List of Technical Personnel and Constitution of the Firm/Company Documentary proofs of PAN number, Sales/Service Tax number. 3. Disqualification:- Even if a Contractor meets the above criteria, M/S BROADCAST ENGINEERING CONSULTANTS INDIA LTD may, at its discretion and at any stage during the selection process or execution of the Project, order disqualification of the contractor if the Contractor has: -Made misleading or false representations in the forms, statements and attachments submitted; or -The Contractor has been blacklisted by any government agency even after bids have been opened. 4. Important Information: Bid security /Earnest Money (EMD) Cost of Bid Document ( Non-refundable) Issue of BID documents Last date & time of Submission of completed Bids Date & time of opening of Bids Period for signing of Contract agreement Commencement of work/ start date Completion period of the work Address for communication in connection with this BID Rs.32,000/-(Rupees Thirty two thousands only) by a Demand Draft in favour of M/S BROADCAST ENGINEERING CONSULTANTS INDIA LTD payable at New Delhi Rs.500/- (Rupees. Five Hundred Only) by a Demand Draft in favour of M/S BROADCAST ENGINEERING CONSULTANTS INDIA LTD payable at New Delhi or by cash at cash counter at NOIDA (UP). From to on working days from 10:00 hrs to 17:00 hrs and for last day/date i.e. only 10:00 hrs to 14:30 hrs by 15:00 hrs by 15:30 hrs. 7 days from issue of Letter of Award 7 days from the issue of Letter of Award Three months from the Start Date M/S BROADCAST ENGINEERING CONSULTANTS INDIA LTD, BECIL BHAWAN, PLOT, C-56A/17, Sector- 62, Noida (UP) 5. Important Points: a. Bidder should be an Indian organization/firm. b. Contractor must not have been blacklisted/ penalized or deregistered by any government agency or Public Sector Enterprise or judicial authority/arbitration body till the submission of their bids. c. The supply and installation is to be done at NOIDA (UP), therefore, the bidder based at Delhi should ensure that they are registered with the Trade Tax Office, NOIDA (UP), so that necessary permit for supply & installation of the items at the site can be issued by Trade Tax Office, NOIDA. 6. Tender Submission, Opening and Evaluation: 4

5 6.1. Bid to be submitted in original tender papers along with EMD and sealed and addressed to AGM (Fin & Admin), M/S BROADCAST ENGINEERING CONSULTANTS INDIA LTD, BECIL BHAWAN, PLOT: C- 56A/17, Sector- 62, Noida-(UP) Tenders will be opened in the presence of Bidders or their authorized representatives who may choose to attend on date & time as mentioned in Notice Inviting Tenders in the office of the AGM (Fin & Admin), M/S BROADCAST ENGINEERING CONSULTANTS INDIA LTD, BECIL BHAWAN, PLOT : C- 56A/17, Sector- 62, Noida-(UP) If such nominated date for opening of Tender is subsequently declared as a public holiday, the next official working day shall be deemed as the date of opening of the Tender. Tenders for which an acceptable notice of withdrawal has been submitted shall not be opened. Tenders which have not complied with one or more of the foregoing instructions will not be considered On opening of the tender envelopes, tenders will be checked for completeness and confirmation of submission of Tender Processing Fees and the requisite Tender Security. If the documents do not meet the requirements of the TENDER, a note will be recorded The Bidders name, the presence or absence of the requisite Tender Processing Fee, Tender Security and any other details, authorized representative, which may be considered appropriate, will be announced at the time of Tender opening The financial aspects of techno-commercial responsive bidders will be considered only after the technical evaluation, in the presence of Bidders or their authorized representatives who may choose to attend on date & time to be notified later. 6.5 The successful bidder shall not sub-let or assign this contract or any part thereof without obtaining the prior permission of the corporation otherwise the corporation shall have the right to cancel the contract and to purchase the goods elsewhere and the successful bidder shall be liable to the corporation for any loss or damage which the Corporation may sustain in the consequence or arising out of such eventuality. 6.6 Bidders may obtain further clarification, if any, in respect of this document from the office of the Corporate Office, M/S BROADCAST ENGINEERING CONSULTANTS INDIA LTD, NOIDA (UP). 6.7 The complete bid documents will also be available at M/S BROADCAST ENGINEERING CONSULTANTS INDIA LTD s Website ( for the purpose of downloading. 6.8 The sealed bid, complete in all respects, must reach, AGM (Fin & Admin), M/S BROADCAST ENGINEERING CONSULTANTS INDIA LTD, BECIL BHAWAN, PLOT: C-56A/17, Sector- 62, Noida-(UP) latest by 1500 hrs. On failing which it would be summarily rejected. M/S BROADCAST ENGINEERING CONSULTANTS INDIA LTD will not be responsible for postal delay or nonreceipt of bid documents. The bids will be opened on same day i.e at 1530 Hrs. at BECIL BHAWAN, NoidA (UP). 6.9 Bids should be valid for a minimum period of 90 days from the date of the bid opening Any Conditions mentioned by the bidder will not be binding on M/S BROADCAST ENGINEERING CONSULTANTS INDIA LTD. All the terms and conditions for the supply, testing, training maintenance and acceptance, payment terms, penalty, etc. will be those mentioned hereinafter and no change in the terms and conditions by the bidder shall be acceptable. 5

6 6.11 Bidder must quote for all the items, quantities and services specified in the package on the single responsibility basis, failing which the bid would be rejected. The bid would be evaluated based on the Total Cost of the Package The bidder shall furnish an undertaking duly signed and stamped by the authorized signatory as per Part- V, regarding their non-blacklisting in any of the government department, public sector undertaking /enterprise in India and central vigilance commission during the last three financial years ( , and ) as per performa enclosed herewith. M/S BROADCAST ENGINEERING CONSULTANTS INDIA LTD. reserves the right to accept or reject any or all Bids without assigning any reasons. No Bidder shall have any cause of action or claim against M/S BROADCAST ENGINEERING CONSULTANTS INDIA LTD for rejection of his Bid 6

7 PART-II GENERAL CONDITIONS OF CONTRACT (GCC): Rectification / Modification of existing Fire Fighting & Fire Alarm System works AT BECIL BHAWAN, PLOT: C-56A/17, Sector- 62, Noida-(UP) Name of Work: Rectification / Modification of existing Fire Fighting & Fire Alarm System works at BECIL BHAWAN, PLOT: C-56A/17, Sector- 62, Noida-(UP) General Conditions: 1 2 Earnest Money Deposit (EMD) Forfeiture EMD 3 Security Deposit of 4 Retention Money 5 Applicability of Rates 6 No Escalation 7 Damage for non completion of work Rs 32,000/- (Rupees Thirty two thousand Only) by DD drawn in favour of M/S BROADCAST ENGINEERING CONSULTANTS INDIA LTD India Limited, payable at New Delhi. Tenders not accompanied by EMD will be summarily rejected. In case of successful bidders, EMD will be adjusted towards security deposit / retention money / EMD of unsuccessful bidders will be released after award of work. The EMD amount may be forfeited in the following cases: If the bidder withdraws the bid during the validity period of quotation or any extension agreed by the bidder thereafter. 02- It the bidder tries to influence the evaluation process 03- It the L-1 bidder withdraws the bid after due negotiations. On acceptance of the work order, contractor shall furnish within one week the security deposit in the form of DD drawn from a Scheduled Bank for an amount equal to 5% of the total contract price or Bank Guarantee on approved Performa from a scheduled bank for faithful execution of the contract. The security deposit should be valid till successful completion of the contract and will be released after acceptance of completed work by the employer. EMD deposited will be adjusted towards Security deposit. In addition to security deposit, 5% of the work done will be retained from each bill which shall be released only after the defect liability period of 12 months is over. No interest shall be paid on retention amount. The rates of material quoted will be inclusive of all sales tax / vat / octroi or any other duties, levies and taxes while rates of labour charges shall be inclusive of service tax. The employer shall entertain no claim in respect of any Taxes and Levies. All Statutory deductions like Income Tax, Works Contract Tax etc shall be made from the Bill. The successful tenderer is bound to carry out any items of work necessary for completion of the job even though the same may not have been included in the Bill/Schedule of Quantities. The quoted rates shall remain firm and no escalation shall be considered and paid on these rates till the entire work is completed satisfactorily and handed over to the employer. If the contractor fails to complete the works and clear the site on or before the dates fixed for completion he shall without prejudice be liable to pay Liquidated Damages 0.50% of the contract for every week that the whole or part of the work remains incomplete. However, the total amount of LD shall not exceed 10 % of the contract value. 7

8 8 Labour Laws 9 10 Termination of contract by Employer Settlement of Disputes & arbitration and Place of Arbitration The contractor shall comply with all Local & Central Labour laws and shall be responsible for all matters related to Labour. If the contractor has abandoned the work or failed to proceed with the works with due diligence, the employer shall terminate the work and get the same executed at the risk and cost of the contractor after giving Seven days Notice and recover the excess expenditure incurred for execution of balance jobs from any money, due to the contractor. (i) M/S BROADCAST ENGINEERING CONSULTANTS INDIA LTD and the SUPPLIER shall make every effort to resolve amicably by direct information negotiation by difference or dispute arising between them under or in connection with the job order (ii) Any dispute or differences whatsoever arising between the parties out of or relating to the construction, meaning, scope, operation or effect of this contract or the validity or the breach thereof shall be settled by arbitration in accordance with the provisions of the Arbitration & Conciliation Act, 1996 and the award made in pursuance thereof shall be binding on the parties. The arbitrator shall be the CMD/DIRECTOR (O&M), M/S BROADCAST ENGINEERING CONSULTANTS INDIA LTD or any other person appointed/nominated by him/her his behalf (iii) The performance under this contract shall not stop for any reason whatsoever during the said dispute/proceedings, unless the supplier is specifically directed by M/S BROADCAST ENGINEERING CONSULTANTS INDIA LTD to desist from working in this behalf (iv) The venue of arbitration shall be Delhi / New Delhi.(v)The language of proceedings shall be English (vi) The Law governing the substantive issues between the parties shall be the Laws of India (vii) It is also a term of that if any fees are payable to the arbitrator, these shall be paid equally by both the parties (viii) It is also a term of that if any fees are payable to the arbitrator, these shall be paid equally by both the parties (ix) It is also a term of the contract that the arbitrator shall be deemed to have entered on the reference on the date he issues notice to both the parties calling them to submit their statement of claims and counter statement of claims 11 Building Drawings Drawings are available at the Office of Employer. Contractor can inspect these drawings from the office of employer on any working day. 12 Quantities 13 Defect Liability Rates Extra/substituted Items The quantities given in attached Schedule of Quantities are approximate only. The contractor will have no claim whatsoever on account of increase or decrease in quantities, to any extent. The quantities can be varied on plus or minus side up to any extent. The defect liability of the work shall be 12 months from the date of completion of the work as certified by the employer. In case of extra items whether altered or substituted, for which similar rates exist in the contract, the rates for extra items shall be derived from the agreed rates. In case of extra items which cannot be derived from above method the rates shall be determined on the basis of market rates prevailing for materials and labour and allowing overheads and contractor s profit of 15% (Fifteen Percent only) Rates quoted shall include for all heights, depths & leads unless otherwise specified in schedule of quantities. 8

9 16 Payment of Bills 17 Default of Contractor 18 Site supervision 19 Specifications 20 Approval from Statutory authorities 21 Inspection of site Payment shall be made based on the progress of work and on completed item of work on actual site measurement. The minimum value of a Running Bill (RA) shall be 4 lacs only. The Contractor shall submit their Running Bill (RA) along with details of items supplied/ installed with measurement, if applicable. On completion of work, the contractor shall submit the final bill. The payment against final bill shall be made within one month from the date of receipt of complete bill with necessary documents and measurement sheet. Final payment may be with held if the management is not satisfied with proper operation of the entire system or non- fulfilment of any part of the terms conditions as laid down in the tender. If the contractors fails to complete the work within the stipulated time in spite of notice to complete the work within the stipulated time period or extended time period, then the contract shall be terminated by giving 7 days Notice to the contractor and the unfinished works shall be got completed by the employer through any means, at the risk and cost of the contractor. The contractor shall provide adequate qualified supervisory personnel at site for supervision and timely completion of the work. The work shall be carried out as per latest CPWD specifications. In case specifications are found wanting, latest IS specifications will hold good. Liaison with Local fire authorities and obtaining statutory approval is included in the scope of this tender and the rates quoted include for same. The work is in a running office. The contractors are requested to visit the site before quoting the rates to assess the working condition. 9

10 Part- III - Technical Specification Rectification / Modification of existing Fire Fighting & Fire Alarm System works at BECIL BHAWAN, PLOT: C- 56A/17, Sector- 62, Noida-(UP) I. GENERAL: 1.0 Scope of work 1.1 The scope of work consists of the following items as described in schedule of quantities, but is not limited to the same: Hydrant System consisting of Internal Hydrant Risers, External Hydrant Ring, Hydrant Pumping Station with all accessories such as Hydrants, Hoses, First Aid Hose Reel, Branch Pipe etc Pumping System consisting of Hydrant Pump, motor operated Standby Pump, Jockey Pump, Terrace pumps and equipment such as Valves, strainers, piping, Instrumentation and Motor Starting System Sprinkler System for the Basement and all floors above Providing cables seals and fire barriers Fire Alarm System for the entire Building Obtain fresh approval from Local Fire Service for the Systems installed. This shall be without any cost to the Owners apart from what is detailed in tender. 1.2 Co -ordination with other Services The Contractor shall be required to co-ordinate their activities so that services viz.air-conditioning, electrical installations and interior / civil works are not damaged. 1.3 Drawings The contractor shall prepare and submit shop drawings / data sheets of all the fabricated items to be used in the system and before execution of the same, the same shall be got approved from Engineer - in - charge. 1.4 System Testing. The Contractor shall arrange interim / stage inspection during execution of the works as and when so called for and shall carry out any rectification / modification as may be required by the Engineer. Soon after the work is completed, the Contractor shall inform in writing to the Engineer for getting the complete system including all sub-systems and instrumentation, control panels etc. thoroughly inspected and tested for satisfactory performance. After satisfactory completion of tests of the systems by the Engineer, the Contractor shall be required to carry out all start-up trials of the Systems provided by him. Any defects noticed during these tests shall be speedily rectified by the Contractor. 1.5 Commissioning of the Systems After completion of the start-up trials and duly tested by the Engineer, the Employer may instruct the Contractor for commissioning for the Systems. All the equipments / items in the system shall be operated to establish proper sequencing /synchronization and co-ordinate working of the equipments/ items. Any defect noticed during this period shall be promptly rectified by the Contractor. 1.6 Deputing of Personnel of Site 10

11 The Contractor shall depute one qualified Engineer to site for Fire Protection Works during the currency of the Contractor for handling the erection, testing and commissioning of his Systems on full time basis. He shall be present in all site meetings for appraisal of progress and site instructions. 1.7 Performance certificates of Vendor Equipments The contractor shall be required to submit the performance certificate from the manufacturer of the equipments procured by him. Individual item or batch certificates shall be provided as applicable. 1.8 Training of Employer s Staff The contractor / Specialized Sub Contractors shall undertake to train free of cost at least two personnel named by the Employer for taking over of the Systems. 1.9 Approval by Local Fire Authority It shall be the responsibility of the Contractor to get all works in his scope approved from the Statutory / Local Fire Authority Samples The contractor shall be required to produce samples of all the items for approval, which shall be carefully maintained at site after approval. The contractor shall use only those items whose samples have been approved. R R L Hose Cast Iron Valves Pressure Guage Pressure Switch All types of Sprinkler Heads Detectors Manual call Box Hooter 1.11 Hydrant System Testing At the time of taking over, the Hydrant System shall fulfill the following acceptance tests: The Pressure Switch shall be set at 6.50 kg/ Sq cm at the upper limit. The system test line valve shall be opened to cause a drop in the pressure. The Jockey Pump shall start as soon as the pressure gauge needle falls down to 5.0 kg / cm2. The Jockey Pump shall also stop automatically when the system has been pressurized again upto 6.50 kg / Sq cm. The Main Electrical Pump shall be set to start at 4.5 kg / cm2. The Test Line in the Pump House shall be fully opened to cause a drop of pressure in the System. At first the Jockey Pump shall start when the pressure drops to 5.0 kg / cm2. Drop in the pressure upto 4.5 kg/cm2 should be allowed to test automatic start-up- of the Main Pump. The Electrical Pump shall continue to run at least for 5 minutes and register a rise in the pressure upto 6.5 kg / cm2. The Electrical Pump shall be stopped manually by pressing the stop button. After having the system got fully charged at 6.5 kg / Sq cm, an external Hydrant Valve using hose and branch pipe shall be opened causing drop in pressure. When the pressure has dropped to 4.5 kg / Sq cm, the Electric Main Pump shall come into operation automatically. After a further fall in pressure to 3.0 kg / Sq cm Diesel pump should start. 11

12 1.12 Sprinkler System Testing After the Sprinkler Piping in any Floor has been installed, it should be tested for any leakage. For this purpose, system should be pressurized by water through a Hand Pump. The Pressure shall be maintained at 10 kg / Sq cm for 24 hours. After completion of the Sprinkler System in basement, the Jockey Pump should be started and the drain in basement opened to allow any weld flux and other materials to drain HYDRANT SYSTEM The Hydrant System consists of 1 number Risers of 150 mm dia On each Floor with each Riser there shall be a Hydrant Station having one number Hydrant, 2 nos. RRL Hose and Branch Pipe. The Hydrant Station shall also be provided with a First Aid Hose Reel consisting of a 30 metre length 20 mm dia double braided thermoplastic hose wound on a drum. This set shall be connected to the Hydrant Riser through a 25 mm dia Ball Valve The Terrace shall have an Air Vessel with drain and Pressure Gauge to absorb pressure surges and water hammer effect when any of the main pumps start The Riser shall also have 2 nos 2-way Fire Brigade Inlet outside the Building All internal Risers piping shall be MS and shall have welded jointing for pipes. External pipe shall be MS and shall have welded joints PUMPING SYSTEM To cater to the Hydrant and Sprinkler Systems, the following pumps have been installed at site.these pumps have got damaged and have to be serviced, tested and commissioned. The pumps have been installed conforming to following specifications. The tenderers should go through the specifications at clauses to 6.2.7, given herein after and ensure that after servicing the pumps and other accessories described there in conform to these specifications. Any deficiencies have to be made good. The servicing will include replacement by supply and fixing of any genuine parts, if required, from original manufacturer. Servicing of pumps and motors have to be done by manufacturer or their authorized service agencies only and a certificate to this effect needs to be produced Each Pump shall have a butterfly Valve on the Suction side as well as butterfly Valve and Non Return Valve on the Delivery Side. The Delivery of each Pump shall be connected to the Common Delivery Header The Pumps are single stage type coupled to motors and at 2900 RPM. All pump shave gland packing s There are no Strainers on the Suction manifold An Air Vessel shall be provided in the Pump House, common for the Hydrant System and Sprinkler System. The Air Vessel shall be partly filled with water and shall provide for dampening effect to prevent water hammer when the Pump starts. The Air Vessel shall be provided with pipe spool piece on which pressure switches shall be fitted. The Pressure Switches shall be connected to the Starter on the Pump Starter Panel. No. Pump Type Discharge Head Drive 1. Hydrant Pump 2280 LPM 55 Electric 2. Diesel Pump 2280 LPM 55 Diesel Engine 3. Jockey Pump 180 LPM 55 Electric 12

13 4. Terrace Pump 900 LPM 35 Electric 1.15 SPRINKLER SYSTEM The Sprinkler System shall have common pumps with the Hydrant System, and Jockey Pump. There is a common tank for Hydrant and Sprinkler Systems The terrace pumping arrangement shall have an additional Over Head Tank of 10,000 litres with Terrace Pump that shall feed directly to the risers The Installation Control Valve shall be UL listed and have a turbine operated gong that shall operate an audible alarm in case of a sprinkler discharge. 2.0 FIRE PUMPS 2.1 General The Pumps are single stage designed for continuous operation and shall have a continuously rising head characteristic without any zone of Instability The head vs. capacity, input power vs. capacity characteristics, etc. shall match to ensure load sharing and trouble free operation throughout the range In case of accidental reverse flow through the pump the driver shall be capable of bringing the pump to its rated speed in the normal direction from the point of maximum possible reverse speed In case the Pump & motor are from different manufacturers, the contractor under this specification shall assume full responsibility in the operation of the pump and the drive as one unit The pump shall be capable of a minimum of 150 percent of rated capacity at a total head of not less than 65 percent of the total rated head. The total shut-off head shall not exceed 120 percent to total rated head on the pump An automatic air release valve shall be provided to vent air from the pump. This valve shall be located at the highest point in the discharge line between the pump and the discharge check valve Pumps coupled with motor on a common platform shall perform smoothly without any excessive noise or vibration. 2.2 Pumps Casing The casing is capable of withstanding to the maximum pressure developed by the pump at the pumping temperature. 2.3 Impeller The impeller is of Cast Iron and should be changed to bronze and the bush shall also be of stainless steel. 2.4 Pump The pumps are of back pull out type end suction The impeller shall be secured to the shaft and shall be retained against circumferential movement by keying, pinning or lock rings. 13

14 2.4.3 All screwed fasteners shall tighten in the direction of normal rotation All Pumps have been provided with gland packings. 2.5 Shaft Shaft size shall be selected on the basis of maximum combined shear stress The shaft shall be of stainless steel ground and polished to final dimensions and shall be adequate sized to withstand all stresses from rotor weight, hydraulic loads, vibrations and torques coming in during operation Length of the shaft sleeves must extend beyond the outer faces of gland packing or seal and plate so as to distinguish between the leakage between shaft and shaft sleeve Shaft sleeves shall be securely fastened to the shaft to prevent any leakage or loosening. Shaft and shaft sleeve assembly should ensure concentric rotation. The sleeve shall be of stainless steel. 2.6 Pump Shaft-motor Shaft Coupling All shafts shall be connected with adequately sized flexible couplings of suitable approved design. Necessary guards shall be provided for the couplings. 2.7 Base Plate A common base plate mounting both for the pump and drive has been provided. The base plate is of rigid construction, suitably ribbed and reinforced Base plate and pump support are so constructed and the pumping unit so mounted as to minimize misalignment caused by mechanical forces such as normal piping strain, hydraulic piping thrust etc. 2.8 Vibration & Balancing The rotating elements are so designed to ensure least vibration during start and throughout the operation of the equipment. All rotating components shall be statically and dynamically balanced at workshop. 2.9 Instruction Manual & Tools / Spares A comprehensive instruction manual shall be provided by the contractor indicating detailed requirements for operation, dismantling and periodic operation and maintenance procedures. 3.0 ELECTRIC MOTORS 3.1The motor shall be designed not to draw starting current more than 3 times normal running current. It shall be designed for continuous full load duty. The motor shall be full load duty & shall be capable of handling the required starting torque of the pumps. Speed of motor shall be compatible with the speed of the pump. 3.2 The cooling fans shall be directly driven from the motor shaft. 3.3 Motors hall be enclosed type and shall have a dust tight construction with suitable means of breathing and of drainage to prevent accumulation of water from condensation. 14

15 3.4 All components shall be of adequate mechanical strength and robustness and shall be constructed of metal unless otherwise approved. 3.5 The rating and design shall conform to relevant IS specification. 3.6 The motors are Squirrel Cage TEFC induction type. 3.7 The motors shall be wound for class-f insulations, and the winding shall be vacuum impregnated with head and moisture resisting varnish, and glass wool insulated to withstand tropical conditions. 3.8 Two independent earthing points shall be provided on opposite sides of the motor for bolted connections Volt power terminals shall be suitable for receiving 1.1 kv grade armoured power cables The cable boxes and termination shall be designed to enable easy disconnection and replacement of cables Motor shall be suitable for +/- 10% variation in voltage and +/- 3% variation in frequency. 5.0 CONTROL PANEL 5.1 General The panel has to be fabricated with 14 SWG for Doors and Covers and 14 SWG for frame and of CRCA M.S. Sheet Construction with Red Oxide Primer and finally with approved colour paint to be powder coated. The busbar is of aluminum with PVC sleeving of appropriate colour code and should have a minimum current carrying capacity of 250 Amps. Colour shade shall be RAL 7032 as per DIN and shall be powder coated The panel is cubical compartmentalized type with separate cable chamber & Busbar Chamber. The Control terminals & Power terminals should be separated and necessary ferrule markings, Colour code shall be followed. A space for 300 mm shall be provided at the Bottom of the panel and necessary M.S. channel for the foundation shall be provided The Busbar calculation shall be made for 1 Amp / mm 2 for Aluminum. The necessary interlocks shall be provided as per system description. The fuse switch/switch fuse unit shall be IS: and HRC fuse links shall be IS: The contractor shall submit the drawings, interconnections diagram for approval of the Client/Consultant. Drawings shall indicate cable inlets, outlets, chamber dimensions and front and side elevations. Further, the Contractor shall also submit complete schematic of the electrical circuits for all pumps from the point of cable entry upto supply to the pumps. This drawing shall take into account all fuses, contractors, switches, meters etc The apparatus and circuits in the panels shall be so arranged as to facilitate their operation and maintenance and at the same time to ensure the necessary degree of safety Provision shall be made in the panel for terminating the incoming cables as required in the single lien diagram. Only Top entries shall be permitted and all cables shall be provided with cable terminations. 15

16 5.1.7 Provision shall also be made for permanently earthing the frames and other metal parts of the switchgear by two independent connections. 5.3 Power Cable: The Power Cables shall be PVC insulated PVC sheathed aluminium conductor armoured cable conforming to IS: (Part I) with upto date amendments or revision. The cable shall be laid directly in ground, pipes, masonry ducts, cable tray surface of wall etc. as shown on drawings The cable shall satisfy the following tests as per relevant IS codes: Insulation Resistance Test (Sectional) and overall Continuity Resistance Test Earth Continuity Test All tests shall be carried out in accordance with relevant Indian Standard Code of Practice and Indian Electricity Rules. The contractor shall provide necessary instruments, equipments and labour for conducting the above tests and shall bear all expenses of conducting such tests. 5.4 Cable Tray: The cable tray shall be fabricated out of slotted/perforated M.S Sheets as channel sections, single or double bended. The channel sections shall be supplied in convenient lengths and assembled at side to the desired lengths. The cable tray shall be fabricated from cold rolled MS sheets of 2 mm thickness The jointing between the sections shall be made with coupler plates of the same material and thickness as the channel section. Two coupler plates, each of minimum 200 mm length, shall be bolted on each of the two sides of the channel section with 8mm dia round headed bolts, nuts and washers. In order to maintain proper earth continuity bond, the paint on the contact surfaces between the coupler plates and cable try shall be scrapped and removed before the installation Factory fabricated bends, reducers, tee/cross junctions etc. shall be provided as per good engineering practice. The radius of bends, junction etc. shall not be less than the minimum permissible radius of bending of the largest size of cable to be carried by the cable tray The entire tray and the suspenders shall be painted with two coats of red oxide primer paint after removing the dirt and rust and finished with two coats of spray paint of approved make synthetic enamel paint The cable tray shall be bonded to the earth terminal of the switch bonds at both ends Cable tray shall be supported by 10mm dia MS Rods at interval of 100 cm by using dash fasteners. 5.5 Earthing 5.5.1All equipments installed shall be earthed by making proper connection by means of GI strips to the main earthing system. 6.0 CODES AND STANDARDS FOR PUMPS AND MOTORS 6.1 PUMPS 16

17 6.1.1The following codes shall perform to the standards and codes as given below: IS: 1520 Horizontal centrifugal pumps for clear, cold and fresh water BS: 599 Methods of testing pumps PTC: 8 ASME Power Test Codes Centrifugal Pumps. 6.2 MOTOR The following codes shall be applicable for the motor IS: 325 Induction motors, three-phase IS: 900 Inducting motors, installation and maintenance, code of practice for IS: 7816 Guide for testing insulation resistance of rotating machines IS: 4029 Guide for testing three phase induction motors IS: 3043 Code of practice for earthing Further to those stated above, the design, manufacture, installation and performance of motors shall conform to the latest Indian Electricity Act and Indian Electricity Rules. The motor shall also be acceptable to the Tariff Advisory Committee. 7.0 FIRE FIGHTING ACCESSORIES 7.1 Piping Pipes of the following types (depending upon the description of item) shall be used: MS pipes conforming to IS: 1239, ISI marked (heavy / medium grade, as required) for pipes of sizes 150mm NB and below Piping (for pipes upto 150 mm dia) The pipes shall be manufactured by Electric Resistant Welded (ERW) / High Frequency Induction Welding or Hot Finished Welded process. The sulphur and phosphorus, requirements in steel shall not be more than 0.05 percent each. The tubes shall be manufactured from hot rolled steel skelps / strips conforming to IS: The following manufacturing tolerances shall be permitted on the tubes and sockets: Thickness: Shall not vary more than 10 percent. Weight: shall not vary by more than 10 percent either way. The pipes shall satisfy the following table with regard to diameter, thickness and weight of tube. Only plain end tubes shall be used. Each tube shall be tested for hydrostatic test for leak tightness as an in process test at the manufacturer s works. The finished pipe shall be tested for Tensile Strength, Elongation, Bend Test and Flattening Test Piping (for pipes from 150 mm dia onwards) The pipes shall be manufactured by Electric Resistant Welded (ERW) Electric Fusion Welding or Induction Welding process. The sulphur and phosphorus requirements in steel shall not be more than 0.05 percent each. The tubes shall be manufactured from hot rolled steel skelps / strips conforming to IS: by butt welding longitudinally or spirally. The weld shall be continuous. The pipes shall conform to the Tensile 17

18 Test, Hydraulic Pressure Test and Mechanical Tests as per IS: The pipes shall also conform to the IS standards MS pipe upto 150 mm dia shall have all fittings as per IS: 1239, part II (heavy grade) while pipes above 150 mm dia shall be as per IS: 3589 inclusive of IS marking For MS / GI pipes upto 50 mm dia screwed jointing shall be adopted, while for pipes above 50 mm dia welded or flanged connections shall be used. Only electro galvanized nuts / bolts shall be used The different type of pipes / fittings shall conform to the following: Hangers and supports shall be capable of carrying the sum total of all concurrently acting loads. They shall be designed to provide the required supporting effects and allow pipelines movements as necessary. Hangers and components for all piping shall be approved by the Engineer in Charge.sprinkler Hangers of Chilly make to be used. Anchoring fasteners shall be rated to take minimum 0.4 ton load and shall be as per approved make. Hangers shall be at 3.0 M intervals. Additional supports shall be provided at bends etc. Angle type supports for pipe supports shall be provided after every M and should not be less than 40 x 40 x 6 mm size. Cutting shall be by gas cutter. All cut edges and weld surfaces shall be grounded to a smooth finish The piping system and components shall be capable of withstanding 150 percent of the working pressure including water hammer effects and test pressure upto 10.0 kg/cm2. Type of Pipe /(Dia) Size Grade Fends /Fitting Code MS Pipes Upto 50 mm dia Heavy Screwed IS: 1239 (Part I) MS/ Fittings - do - Heavy - do - MS Pipes Above 50 mm dia Heavy Bevel, Butt IS: 1239 (Part I) and upto 150 mm Welded, 3 layers dia M S / Fitting - do - Heavy, machine - do - formed from IS marked Heavy Grade Pipes M S Pipes Above 150 mm dia 6 mm wall Bevel, Butt IS: 3589 Thickness welded, 3 layers M S / Fitting - do - Schedule 40 - do - IS: Flanged joints shall be used for connections to vessels, equipment, flanged valves and also on suitable straight lengths of pipeline of strategic points to facilitate erection and subsequent maintenance work All pipe to pipe receiving edges shall be bevel finished to a clean edge by a electric grinder. A requisite gap determined by the thickness of the weld electrode shall be given between the joints before start of welding Weld Electrodes shall be of approved make, of grade and type as suitable for the job. This shall be satisfied by the Consultant before start of work. 18

19 Joints shall be given a first weld in full width without burrs on the full dia of the dia of the pipe. Welding shall be carried out vertically from the surface to be welded. Weld fluxes shall not be so plastic such as to fall or drip down After application of first coat the weld shall be ground and then another layer of welding shall take place. The weld shall also be cleaned by grinding. Similarly, a third weld shall also be applied All pipe cutting shall be by oxy acetylene gas welding only. The cut surface shall be cleaned and ground by a electric grinder before further welding For supports angle pieces shall be cut by oxy acetylene gas and cleaned by electric grinder. All cutting for bolt inserts shall be by electric drill. 7.2 Valves Butterfly valves shall be used for isolation of flow in pipe lines For sizes upto 50 mm, ball valves shall be used and shall be as per relevant IS code, as applicable. For sizes 80 mm to 300 mm, butterfly valve shall be as per IS: 14846, PN = 1.6 and shall be ISI marked. The valves shall, however, be tested to PN: Gate valves shall be provided with a hand wheel arrangement Non return valves shall be cast iron spring action type dual plate type. An arrow mark in the direction of flow shall be marked on the body of the valve. These valves shall conform to relevant IS code. The flap shall be of cast iron and flap seat ring of neoprene rubber Valves below 50 mm size shall have screwed ends while those of 50 mm and higher sizes shall have flanged connections. Drain lines will have valves for draining. The different type of pipes / fittings shall conform to the following: 7.3 Hydrant Hydrant valve shall be as per IS : 5290 of gun metal. The valve shall be oblique type complete with hand wheel, quick coupling connection, spring and gun metal blank cap as per IS: The hydrant shall be fixed on Hydrant Riser through a 80 mm dia tool piece, at approx. 1.2 mtr. from floor level. The Hydrant shall be IS marked The Hydrant shall be constructed from stainless steel as per IS, and finished to a smooth polish on screwed ends. The Hydrant shall have screwed inlet of 75 mm dia, flanged type with 4 nos. holes. The outlet shall be 63 mm female instantaneous oblique type. The spindle shall be of gun metal with cast iron wheel. The Hydrant shall have a PVC plug with chain fixed to the main body of the Hydrant. The hydrant shall conform to IS: The Hydrant shall be tested to 25 kg / cm2 test pressure. All threaded joints shall be sealed with _ Holdtite _. The lug shall be wing type. 7.4 First Aid Hose Reel The Hose Reel shall be drum type with hub wheel ties. The supply pipe shall be of copper and be a part of the suspension assembly. The drum shall rotate freely on the assembly. The drum shall be fabricated from GI sheet of minimum 18 gauge thickness The hose reel shall be directly tapped from the riser through a 25 mm dia pipe, the drum and the reel being firmly held against the wall by; use of dash fasteners. The Hose Reel shall be swinging type (180 degrees) and the entire Drum, Reel etc shall be as per and IS: 884 including marking. The rubber tubing 19

20 shall be of IS: 444 marked and rayon double braided. The nozzle shall be 6 mm dia ABS shut off type. A Ball Valve shall be used to shut off the water supply to the Hose Reel. 7.5 External Hose Cabinets Hose Cabinet of 0.75 M x 0.60 x 0.25 M. The Hydrant Cabinet shall hold 2 nos. Houses and 1 no. Branch pipes The cabinet shall be of 3.0 mm thick aluminum sheets with members. The sheet shall be welded to the frame. The box shall have a double shutter with glass of 5.0 mm thickness The hose box shall be powder coated with red paint. The words FIRE shall be painted in white (or red on the glass) in 75 mm high letters. The hose box shall be lockable with socket spanner. All horizontal surfaces shall be sloped adequately with water discharge holes. Vents shall also be located on sides of the Hose Box Hose boxes shall be fixed to wall using dash fasteners. 7.6 Air Vessel The Air Vessel shall be provided to compensate for slight loss of pressure in the system and to provide an air cushion for counter acting pressure surges whenever the pumping set comes into operation. It shall be normally partly full of water; the remaining being filled with air which will be under compression when the system is in normal operation.air vessel shall be fabricated from 6-8 mm thick MS plate with dished ends and suitable supporting legs. It shall be provided with a mm flanged connections from pump, one 25 mm drain with valve, and suitable sockets for pressure switches. The air vessel shall be hydraulically tested to 20.0 kg / cm2 pressure for 30 minutes. All Valves shall be Ball Valves in forged brass The Vessel shall be at least 1.5 M long (excluding dished ends) and shall be of 450 mm dia (300 mm dia for terrace). 7.7 Fire Brigade Inlet Fire Brigade Inlet Connection shall be taken directly to the Riser. It shall comprise offour instantaneous male inlet coupling with plug and steel chain. The inlet shall have a dual plate water type non return valve and a Butterfly Valve on the line upto the Riser. The Fire brigade Inlet shall be complete with necessary components like special fittings of heavy quality MS bends flanged tees etc Fire Brigade Inlet for Tank filling by Fire Brigade shall be four way with gun metal instantaneous male inlet coupling for connection with Fire Brigade vehicles The inlets shall be provided with ABS Quality by plastic blank caps with chain and arrangement for attaching the blank rap & chain to the FB inlet. 7.8 System Drainage The system shall be provided with suitable drainage arrangements with MS piping of 25 mm dia, complete with all accessories, and provide with 25 mm dia ball valve. 7.9 Masonry Pit A masonry pit of internal dimension n1.0 x 1.0 x 1.0 M depth shall be built to accommodate each of the valves placed externally Pressure Gauge 20

21 The Pressure Gauge shall be constructed die cast MS. It shall be weather proof with an IP 55 enclosure and filled with glycerine. It shall be a MS Bourden tube type Pressure Gauge with a scale range from 0 to 10 kg / CM square and shall be constructed as per IS: Painting All Hydrant and Sprinkler pipes shall be painted with Signal red paint. All pipes shall first be cleaned thoroughly before application of primer coat. After application of primer coat two coats of enamel paint shall be applied. Each coat shall be given minimum 24 hours drying time. No thinners shall be used. All necessary protection to adjacent objects shall be taken by the contractor. Flanges Nuts, bolts, butterfly and Non Return Valves shall be painted same colour Butterfly Valve The Butterfly Valve shall be suitable for waterworks and tested to minimum of 20 kg / sq. cm pressure. The valve shall fulfill the requirements of AWWA (American Water Works Association) C 504, API 609 and MSS SP The body shall be of cast iron to IS: 210 in circular shape and high strength to take the minimum water pressure of 20 kg / cm2. The disc shall be heavy duty ductile iron with anticorrosive epoxy or nickel coating The valve set shall be of high grade nitrile rubber and shall be teflon coated or silicon coated. The valve in closed position shall have complete contact between the seat and the disc throughout the perimeter. The elastomer rubber shall have a long life and shall not give away on continuous applied water pressure. The shaft shall be of EN 8 grade carbon steel The valve shall be fitted between two flanges on either side of pipe flanges. The valve edge rubber shall be projected outside such that they are wedged within the pipe flanges to prevent leakages. The flap shall be of ductile iron and nylon coated The Valves shall be supplied with manual lever operated opening /closing system by lever as required by the specifications Couplings Couplings shall be of stainless steel, machined and polished to requirements. Both Male and female couplings shall be fitted into each other smoothly and without any unnecessary force. Coupling shall be IS: 903 marked with the name of the manufacturer. The coupling shall be tested to 25 kg / cm2 test pressure. The Male couplings shall be provided with lugs for inserting female coupling. The lugs of the coupling shall be wing type Branch Pipe The Short Branch Pipe shall be constructed from gun metal and finished to a smooth polish. The branch shall have 15 MM dia nozzle. The branch pipe shall be able to gives straight stream, high pressure fog, jet and shut off, all provided by the operation of the handle-lever. The branch shall be as per IS: 903 with ISI mark. The Branch pipe shall be tested to 20 kg / Sq cm pressure. 8.0 SPRINKLER SYSTEM 8.1 Pendent type Sprinkler Head 21

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

CENTRAL BOARD OF SECONDARY EDUCATION SHIKSHA KENDRA, 2, COMMUNITY CENTRE, PREET VIHAR, DELHI

CENTRAL BOARD OF SECONDARY EDUCATION SHIKSHA KENDRA, 2, COMMUNITY CENTRE, PREET VIHAR, DELHI CENTRAL BOARD OF SECONDARY EDUCATION SHIKSHA KENDRA, 2, COMMUNITY CENTRE, PREET VIHAR, DELHI 110092 NOTICE INVITING TENDER CBSE invites sealed Item rate tender from eligible contractors who are registered

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

BOQ FOR FIRE HYDRANT & FIRE ALARM SYSTEM AT T.I.E

BOQ FOR FIRE HYDRANT & FIRE ALARM SYSTEM AT T.I.E A 1 2 4 PUMP HOUSE: BOQ FOR FIRE HYDRANT & FIRE ALARM SYSTEM AT T.I.E Supply, erection,testing & commissioning of Single stage, end suction / back pull-out type motor driven Jockey Pump of capacity 10.8

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

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

* 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

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

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

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

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

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

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

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

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

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

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

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

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

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

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

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 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

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

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

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 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

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

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

PRICE BID. UNIT QTY Rate in Figure Rate in words Amount DESCRIPTION OF ITEM D: FIRE PROTECTION SYSTEM

PRICE BID. UNIT QTY Rate in Figure Rate in words Amount DESCRIPTION OF ITEM D: FIRE PROTECTION SYSTEM ANNEXUREIII D: FIRE PROTECTION SYSTEM SECTION ADDRESSABLE FIRE DETECTION AND ALARM SYSTEM Supply, Installation, testing and commissioning of Analogue Addressable Fire Alarm Control panel with battery backup

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

PhiloWilke Partnership Addendum No. 2 A/E Project No April 2016

PhiloWilke Partnership Addendum No. 2 A/E Project No April 2016 SECTION 23 21 23 PART 1 - GENERAL 1.01 RELATED DOCUMENTS A. Drawings and general provisions of the Contract, including General Conditions and Division 01 Specification Sections, apply to this Section.

More information

FIRE PROTECTION. 1. Vertical fire pumps shall not be used at the University.

FIRE PROTECTION. 1. Vertical fire pumps shall not be used at the University. 15500 - FIRE PROTECTION PART I DESIGN GUIDELINES A. General 1. Vertical fire pumps shall not be used at the University. 2. coupling piping shall be permitted for sprinkler and standpipe systems only. B.

More information

C. All components of the systems described shall meet the requirements as stated herein and shall be approved by the Architect and Consultant.

C. All components of the systems described shall meet the requirements as stated herein and shall be approved by the Architect and Consultant. SECTION 218800 - FIRE PROTECTION 1. GENERAL A. Provisions of Division 1, GENERAL REQUIREMENTS, and Section 230000, MECHANICAL GENERAL CONDITIONS, and Section 230050, SEISMIC PROTECTION are a part of this

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

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

1.1 Refer to Section for General Mechanical Requirements. 1.3 Refer to Section for Pipe and Equipment Identification Requirements.

1.1 Refer to Section for General Mechanical Requirements. 1.3 Refer to Section for Pipe and Equipment Identification Requirements. FIRE PROTECTION GENERAL INFORMATION 1.1 Refer to Section 230000 for General Mechanical Requirements. 1.2 Refer to Section 230529 for Hangers and Supports. 1.3 Refer to Section 230553 for Pipe and Equipment

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

C. ASSE 1013: Performance Requirements for Reduced Pressure Principle Backflow Preventers.

C. ASSE 1013: Performance Requirements for Reduced Pressure Principle Backflow Preventers. SECTION 22 10 00 PLUMBING PIPING AND PUMPS PART 1 - GENERAL 1.1 Purpose: A. This standard is intended to provide useful information to the Professional Service Provider (PSP) to establish a basis of design.

More information

Calling for Quotations

Calling for Quotations Calling for Quotations 01012012 AMC FOR FIRE HYDRANT SYSTEM Frequency : Half-Yearly Once QUOTATION FOR AMC FOR FIRE HYDRANT SYSTEM Sl. No Item Descriptio n Qty U.O.M Unit Rate Amo unt 1 Servicing of Jockey

More information

TENDER NOTICE. Kolhapur Zilla Sahakari Dudh Utpadak Sangh Ltd. B-1, M.I.D.C., Gokul Shirgaon, Tal. Karveer, Dist. Kolhapur

TENDER NOTICE. Kolhapur Zilla Sahakari Dudh Utpadak Sangh Ltd. B-1, M.I.D.C., Gokul Shirgaon, Tal. Karveer, Dist. Kolhapur TENDER NOTICE Sealed Tender offers are invited for supply, installation & commissioning of Fire Hydrant System at our Gokul Dairy Project Complex at Gokul Shirgaon Kolhapur. Only contractors having valid

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

B. HI Compliance: Design, manufacture, and install pumps in accordance with HI "Hydraulic Institute Standards."

B. HI Compliance: Design, manufacture, and install pumps in accordance with HI Hydraulic Institute Standards. PART 1: GENERAL 1.01 Purpose: A. This standard is intended to provide useful information to the Professional Service Provider (PSP) to establish a basis of design. The responsibility of the engineer is

More information

CENTRAL BOARD OF SECONDARY EDUCATION, 2, COMMUNITY CENTRE, PREET VIHAR, DELHI-92

CENTRAL BOARD OF SECONDARY EDUCATION, 2, COMMUNITY CENTRE, PREET VIHAR, DELHI-92 CENTRAL BOARD OF SECONDARY EDUCATION, 2, COMMUNITY CENTRE, PREET VIHAR, DELHI-92 PART-A Technical-Bid Last Date for submission: 14.12.2012 Upto 2.00 P.M. Name of work Locations : 24 hours O & M of Wet-Riser,

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

D. NEMA Compliance: Provide electric motors and components which comply with NEMA standards.

D. NEMA Compliance: Provide electric motors and components which comply with NEMA standards. PART 1: GENERAL 1.01 Purpose: A. This standard is intended to provide useful information to the Professional Service Provider (PSP) to establish a basis of design. The responsibility of the engineer is

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

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

DENVER PUBLIC SCHOOLS DESIGN AND CONSTRUCTION STANDARDS This Standard is for guidance only. SECTION PUMPS

DENVER PUBLIC SCHOOLS DESIGN AND CONSTRUCTION STANDARDS This Standard is for guidance only. SECTION PUMPS PART 0 A/E INSTRUCTIONS 0.01 Design Requirements A. Pumping system design 1. A primary-secondary pumping system is preferred. Redundant pipes are required for chillers and boilers. 2. Select pumps to operate

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

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

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

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

ENGINEERING PROJECTS (INDIA) LTD. (A Govt. of India Enterprise) PRICED BILL OF QUANTITIES

ENGINEERING PROJECTS (INDIA) LTD. (A Govt. of India Enterprise) PRICED BILL OF QUANTITIES NAME OF PROJECT : CONSTRUCTION OF SUPER SPECIALITY HOSPITAL FOR GOVT. RAJAJI MEDICAL COLLEGE, MADURAI, TAMIL NADU - FIRE PROTECTION & FIRE ALARM SYSTEM. NIT NO. SRO/MKT/TH/290 dated 03.07.2014 Item no.

More information

CubeSmart Gulf Breeze Storage AUTOMATIC FIRE SPRINKLER SYSTEM

CubeSmart Gulf Breeze Storage AUTOMATIC FIRE SPRINKLER SYSTEM SECTION 21 0000 AUTOMATIC FIRE SPRINKLER SYSTEM PART 1 GENERAL 1.1 QUALITY ASSURANCE A. Codes and Standards: 1. FBC (Florida Building Code 2015) 2. FBC (Florida Fire Code 2015) 3. NFPA #13R (Standard for

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

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

SECTION WET-PIPE SPRINKLER SYSTEMS

SECTION WET-PIPE SPRINKLER SYSTEMS SECTION 21 13 13 WET-PIPE SPRINKLER SYSTEMS PART 1 - GENERAL 1.1 SCOPE OF WORK A. Design, installation and testing shall be in accordance with NFPA 13 except for specified exceptions. B. The demolition

More information

TITLE: SPECIFICATION NO. PE-MSE-VD-ACC VOLUME:

TITLE: SPECIFICATION NO. PE-MSE-VD-ACC VOLUME: (For Vendor Registration Purpose) SHEET 1 of 6 1.00.00 GENERAL INFORMATION 1.01.00 The general guidelines as illustrated in the subsequent clauses of this section shall be applicable for air cooled condenser

More information

FIRE SUPPRESSION SPRINKLER SYSTEM

FIRE SUPPRESSION SPRINKLER SYSTEM PART 1 GENERAL 1.01 DESCRIPTION A. The provisions of the General Requirements, Supplementary Requirements, and Division 1 apply to the plumbing work specified in this Division. B. The requirements of this

More information

Part: I TECHNICAL SPECIFICATION

Part: I TECHNICAL SPECIFICATION Part: I TECHNICAL SPECIFICATION GUJARAT ENERGY TRANSMISSION CORPORATION LTD. TECHNICAL SPECIFICATIONS FOR THE WORK OF DESIGN, SUPPLY, ERECTION AND COMMISSIONING INCLUDING CIVIL WORK OF NITROGEN INJECTION

More information

A. Operation and Maintenance Data: For pumps to include in emergency, operation, and maintenance manuals.

A. Operation and Maintenance Data: For pumps to include in emergency, operation, and maintenance manuals. SECTION 23 21 23 - HYDRONIC PUMPS PART 1 - GENERAL 1.1 RELATED DOCUMENTS A. Drawings and general provisions of the Contract, including General and Supplementary Conditions and Division 01 Specification

More information

ENGINEERING PROJECTS (INDIA) LTD. (A Govt. of India Enterprise) Signature of Bidder 1 of 11 EPI

ENGINEERING PROJECTS (INDIA) LTD. (A Govt. of India Enterprise) Signature of Bidder 1 of 11 EPI FIRE PROTECTION 1 G.I.PIPES Supplying, installing, testing and commissioning of G.I Pipes confirming to IS 3589 Pt - I Heavy grade with painting, suitable type of supports, anchor fasteners, bolts nuts

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

.4 Do complete installation in accordance with latest Electrical Bulletins of the local inspection authority.

.4 Do complete installation in accordance with latest Electrical Bulletins of the local inspection authority. Fitness Facility Addition Page 1 1.1 CODES AND STANDARDS.1 Do complete installation in accordance with the latest edition of the CSA C22.1 as amended by the latest editions of the National Building Code

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

A. ASME Compliance: Fabricate and install hydronic piping in accordance with ASME B31.9 "Building Services Piping.

A. ASME Compliance: Fabricate and install hydronic piping in accordance with ASME B31.9 Building Services Piping. PART 1: GENERAL 1.01 Purpose: A. This standard is intended to provide useful information to the Professional Service Provider (PSP) to establish a basis of design. The responsibility of the engineer is

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

THE JAMES RUSHTON EARLY LEARNING AND FAMILY SUCCESS CENTER #2616 ISSUE FOR CONSTRUCTION

THE JAMES RUSHTON EARLY LEARNING AND FAMILY SUCCESS CENTER #2616 ISSUE FOR CONSTRUCTION SECTION 21 1301- FIRE-SUPPRESSION SYSTEMS PART 1 - GENERAL 1.1 SUMMARY: A. This Section includes fire-suppression piping and equipment for the following building systems: 1. Wet-pipe, fire-suppression

More information

SECTION FIRE-SUPPRESSION STANDPIPES

SECTION FIRE-SUPPRESSION STANDPIPES PART 1 - GENERAL 1.1 DESCRIPTION Fire-suppression wet and manual dry standpipes. 1.2 SCOPE OF WORK SECTION 21 12 00 A. Design, installation and testing shall be in accordance with NFPA 14 except for specified

More information

SECTION FIRE PROTECTION. A. Examine all conditions as they exist at the project, prior to submitting a bid for the work of this section

SECTION FIRE PROTECTION. A. Examine all conditions as they exist at the project, prior to submitting a bid for the work of this section PART 1 - GENERAL 1.00 GENERAL PROVISIONS A. Examine all conditions as they exist at the project, prior to submitting a bid for the work of this section 1.01 DESCRIPTION OF WORK A. Work Included: Provide

More information

SPRINKLER ALARM TECHNICAL DATA SPRINKLER ALARM MODEL - GA

SPRINKLER ALARM TECHNICAL DATA SPRINKLER ALARM MODEL - GA SPRINKLER ALARM TECHNICAL DATA MODEL MOUNTING TYPE WATER WORKING PRESSURE CONNECTION GA Type-A & Type-B 17.5 Bar (250 PSI) Inlet : 3/4 BSPT (3/4 NPT) Drain : 1 BSPT (1 NPT) GONG DIAMETER 205mm (8 ) GONG

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

2. Welding Materials and Procedures shall conform to the ASME Code.

2. Welding Materials and Procedures shall conform to the ASME Code. PART 1 GENERAL 1.01 Scope of Standard A. The design guidelines contained herein include the requirements for systems, materials, fittings and valves utilized for fire protection systems at Sam Houston

More information

UNIVERSITY OF MISSOURI Fire Protection System Design 2016 Q1

UNIVERSITY OF MISSOURI Fire Protection System Design 2016 Q1 GENERAL: 1. All fire protection systems shall be installed in accordance with the International Fire Code and applicable NFPA standards. This guideline provides additional requirements for the design and

More information

1. Description INSTRUCTION FOR AIR BLAST COOLER TYPE COOL 450

1. Description INSTRUCTION FOR AIR BLAST COOLER TYPE COOL 450 1. Description General The cooler is used for cooling of water, oil or other liquid by use of air. The liquid is passing in the tubes where it transfere the energy to the air via the fins on the outside

More information

1. Description INSTRUCTION FOR BLAST COOLER TYPE COOL 250. Material

1. Description INSTRUCTION FOR BLAST COOLER TYPE COOL 250. Material 1. Description General The cooler is used for cooling of water, oil or other liquid by use of air. The liquid is passing in the tubes where it transfere the energy to the air via the fins on the outside

More information

B. Product Data: Provide manufacturers catalogue information. Indicate valve data and ratings.

B. Product Data: Provide manufacturers catalogue information. Indicate valve data and ratings. DIVISION 21 21 05 00 COMMON WORK RESULTS FOR FIRE SUPPRESSION PART 1 GENERAL 1.1 SECTION INCLUDES A. Pipe, fittings, sleeves, escutcheons, seals, and connections for sprinkler systems. 1.2 RELATED REQUIREMENTS

More information

C. ASME Compliance: Fabricate and label water chiller heat exchangers to comply with ASME Boiler and Pressure Vessel Code: Section VIII, Division 1.

C. ASME Compliance: Fabricate and label water chiller heat exchangers to comply with ASME Boiler and Pressure Vessel Code: Section VIII, Division 1. SECTION 236426 - ROTARY-SCREW WATER CHILLERS PART 1 - GENERAL 1.1 SUMMARY A. This Section includes packaged, water cooled or air cooled as scheduled, electric-motor-driven, rotary-screw water chillers

More information

Wayne State University WSU Project No Chatsworth Tower Apts. Misc. Bldg. Upgrades DSD Project No

Wayne State University WSU Project No Chatsworth Tower Apts. Misc. Bldg. Upgrades DSD Project No SECTION 213113 - ELECTRIC-DRIVE, CENTRIFUGAL FIRE PUMPS PART 1 - GENERAL 1.1 RELATED DOCUMENTS A. Drawings and general provisions of the Contract, including General and Supplementary Conditions and Division

More information

Scope of Work and Other Terms & Conditions

Scope of Work and Other Terms & Conditions Annexture-II Scope of Work and Other Terms Conditions Sl. 1. Removal Disconnection (i) Removal of existing heating elements, insulation brickwork of the side walls, roof, the doors and the bogie hearth.

More information

Flow Control for Fire Protection

Flow Control for Fire Protection Flow Control for Fire Protection Valve Solutions From An Industry Leader AmesFireWater.com Count on the Fire Protection Leader for Reliable Flow Control Solutions Ames provides a range of high-quality

More information

SECTION COMPRESSED AIR SYSTEM. A. Pipe and pipe fittings, including valves, unions and couplings.

SECTION COMPRESSED AIR SYSTEM. A. Pipe and pipe fittings, including valves, unions and couplings. SECTION 15481 COMPRESSED AIR SYSTEM PART 1 - GENERAL 1.1 SECTION INCLUDES A. Pipe and pipe fittings, including valves, unions and couplings. B. Air compressor. C. After cooler. D. Refrigerated air dryer.

More information

UNIVERSITY OF ROCHESTER DESIGN STANDARDS NOVEMBER 1, 2013

UNIVERSITY OF ROCHESTER DESIGN STANDARDS NOVEMBER 1, 2013 SECTION 15800 - AIR HANDLING EQUIPMENT 1.1 GENERAL A. All air handlers installed shall conform to the University of Rochester specification Guideline for Semi-Custom and Pre-Engineered Air Handling Units.

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

BHARAT HEAVY ELECTRICALS LIMITED RAMACHANDRAPURAM :: HYDERABAD 32 TOWNSHIP ADMINISTRATION

BHARAT HEAVY ELECTRICALS LIMITED RAMACHANDRAPURAM :: HYDERABAD 32 TOWNSHIP ADMINISTRATION 36 ( Cover page for Price Bid ) Issued to: BHARAT HEAVY ELECTRICALS LIMITED RAMACHANDRAPURAM :: HYDERABAD 32 TOWNSHIP ADMINISTRATION TENDER DOCUMENTS (PRICE BID).. Name of the work : Servicing and maintenance

More information

DLKF. EBARA Submersible Sewage Pumps Specifications Project: Model: Chk d: Date:

DLKF. EBARA Submersible Sewage Pumps Specifications Project: Model: Chk d: Date: DLKF A. General: Provide submersible sewage pumps suitable for continuous duty operation underwater without loss of watertight integrity to a depth of 65 feet. Pump system design shall include a guide

More information

Flow Control for Fire Protection

Flow Control for Fire Protection Flow Control for Fire Protection Valve Solutions From An Industry Leader AmesFireWater.com Count on the Fire Protection Leader for Reliable Flow Control Solutions Ames provides a range of high-quality

More information

SECTION AIR COILS

SECTION AIR COILS PART 1 - GENERAL 1.1 RELATED DOCUMENTS A. Drawings and general provisions of the Contract, including General and Supplementary Conditions and Specification Sections, apply to this Section. B. Related Sections:

More information

DESIGN AND CONSTRUCTION STANDARDS SPECIFICATION GUIDELINES

DESIGN AND CONSTRUCTION STANDARDS SPECIFICATION GUIDELINES SECTION 21 30 00 FIRE PUMPS GENERAL This standard provides general requirements of The University of South Alabama in Mobile Alabama for fire pumps. This document is not intended to serve as a guide specification.

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

D-11 OUTLINE SPECIFICATION FOR HTHW (ABOVE GRADE) HYDRONIC PIPING

D-11 OUTLINE SPECIFICATION FOR HTHW (ABOVE GRADE) HYDRONIC PIPING D-11 OUTLINE SPECIFICATION FOR HTHW (ABOVE GRADE) HYDRONIC PIPING PART 1 - GENERAL 1.1 RELATED DOCUMENTS A. Drawings and general provisions of the Contract, including General and Supplementary Conditions

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

DISASTER MANAGEMENT PLAN 3.0 IDENTIFICATION OF MAJOR HAZARD POTENTIAL

DISASTER MANAGEMENT PLAN 3.0 IDENTIFICATION OF MAJOR HAZARD POTENTIAL DISASTER MANAGEMENT PLAN 1.0 DISASTER (EMERGENCY) A disaster or an emergency, occurring in a project is one, as a result of a malfunctioning of the normal operating procedures or an intervention of an

More information

PHYSICAL FACILITIES Consultant s Handbook Specifications Division 21 Fire Suppression 3000 Fire Pumps

PHYSICAL FACILITIES Consultant s Handbook Specifications Division 21 Fire Suppression 3000 Fire Pumps Note: The A/E must choose all design values in brackets below before using in project specifications 1 General 1.1 Provide UL listed and FM approved fire pump complete with pump, driver, controller and

More information

DEPARTMENT OF FIRE & EMERGENCY SERVICES DNH.

DEPARTMENT OF FIRE & EMERGENCY SERVICES DNH. DEPARTMENT OF FIRE & EMERGENCY SERVICES DNH. CHECK LIST OF DOCUMENTS TO BE ATTACHED WITH APPLICATION FORM FOR ISSUANCE OF RENEWAL OF FIRE NO OBJECTION CERTIFICATE FOR INDUSTRIAL / HIGH RISE / COMMERICIAL

More information

CENTRAL BOARD OF SECONDARY EDUCATION, 2, COMMUNITY CENTRE, PREET VIHAR, DELHI-92 TENDER NOTICE

CENTRAL BOARD OF SECONDARY EDUCATION, 2, COMMUNITY CENTRE, PREET VIHAR, DELHI-92 TENDER NOTICE CENTRAL BOARD OF SECONDARY EDUCATION, 2, COMMUNITY CENTRE, PREET VIHAR, DELHI-92 TENDER NOTICE Sealed tenders are invited by the Joint Secretary (A&L), CENTRAL BOARD OF SECONDERY EDUCATION from the eligible

More information

EE/ / To, Dear Sir,

EE/ / To, Dear Sir, EE/2016-17/ 03.04.2017 To, Dear Sir, Wax sealed/tamper proof quotations are invited on percentage rate basis from specialised contractors for the following work on behalf of Director, NITIE, Mumbai 87.

More information