Top Banner
Ref No: KZO/SEC/FFS/2019September 2019 BANK OF BARODA Kolkata Zonal Office Baroda Tower,Plot No 38/2,Block GN Sector V,Salt Lake City,Kolkata-700091 TENDER FOR FIRE FIGHTING WORK N.I.T.,INSTRUCTION FOR TENDER, TENDER CONDITION,GENERAL TERMS & CONDITION, SPECIAL CONDITION OF CONTRACT, TECHNICAL SPECIFICATION, AND SCHEDULE OF QUANTITIES. ISSUED TO -------------------------------------------------------------------------------------------
38

BANK OF BARODA · OF BARODA / reputed large Private Sector Commercial Bank equivalent to 15% of the value of the order amount with a validity period of five years. We understand that

May 17, 2020

Download

Documents

dariahiddleston
Welcome message from author
This document is posted to help you gain knowledge. Please leave a comment to let me know what you think about it! Share it to your friends and learn new things together.
Transcript
Page 1: BANK OF BARODA · OF BARODA / reputed large Private Sector Commercial Bank equivalent to 15% of the value of the order amount with a validity period of five years. We understand that

Ref No: KZO/SEC/FFS/2019–September 2019

BANK OF BARODA

Kolkata Zonal Office

Baroda Tower,Plot No 38/2,Block GN Sector V,Salt Lake City,Kolkata-700091

TENDER FOR

FIRE FIGHTING WORK

N.I.T.,INSTRUCTION FOR TENDER, TENDER CONDITION,GENERAL TERMS & CONDITION, SPECIAL

CONDITION OF CONTRACT, TECHNICAL SPECIFICATION, AND SCHEDULE OF QUANTITIES.

ISSUED TO -------------------------------------------------------------------------------------------

Page 2: BANK OF BARODA · OF BARODA / reputed large Private Sector Commercial Bank equivalent to 15% of the value of the order amount with a validity period of five years. We understand that

1

TABLE OF CONTENTS PAGE NO.

Draft Covering Letter 2

Notice Inviting Tender (NIT) 3-4

Basic Eligibility criteria for short listing 5

Other criteria for filling up EOI 5 - 6

Terms & Conditions 6 - 12

Right to alter quantities 12

No Commitment to accept lowest or any Tender 12

Force Majeure 12

Right to reject any or all offers 13

Right to call information 13

Validity Period of the Offer & Forfeiture of EMD 13

Technical Specifications Annexure - I 13 - 33

Vendor's Profile Annexure-II 33– 35

Financial Disclosure Annexure III 35

Reference Site Details Annexure IV 36

Commercial Bid Annexure-V Attched in excel file

Page 3: BANK OF BARODA · OF BARODA / reputed large Private Sector Commercial Bank equivalent to 15% of the value of the order amount with a validity period of five years. We understand that

2

(Letter to the Bank on the Bidder's Letterhead) To The General Manager Bank of Baroda Kolkata Zonal Office Baroda Tower, Sector V SALT LAKE CITY KOLKATA- 700091 Dear Sir,

Sub: NIT No. KZO/SEC/FFS/2019–September 2019

With reference to the above EOI, having examined and understood the instructions, terms and conditions forming part of the EOI. , we hereby enclose our offer for the supply of the equipment as detailed in your above referred EOI. We confirm that we have not been disqualified by RBI / any PSU Bank / any other Commercial Bank / Cooperative Bank / Reputed Companies / Institutions / Organizations / GOI or State Govt. Offices for Design, Supply, Installation, Testing, Commissioning, handing over and Maintaining of Fire Fighting System (Fire Fighting System (FFS)). Should it be found that our Company / Firm was under disqualification prior to filling up this EOI, we will be subject to immediate disqualification and our Earnest Money Deposit / Security Deposit is likely to be forfeited by the Bank. Also we understand that in such eventuality, Bank is liable to cancel the award / letter of intent / work order (if given to us). We further confirm beyond doubt that the offer is in conformity with the terms and conditions and technical specifications as mentioned in this EOI and all required information as per Annexures are correct.. The FFS offered by us meets all the technical specifications as specified in this EOI. We also confirm that the offer (inclusive of L1 price – if accepted by us) shall not increase and will remain valid for 01 year from the date of opening of the Technical Bid. We hereby undertake that the equipment to be delivered to the Bank will be brand new including all components and that the equipment and its parts are licensed and legally obtained. If we get the work order, we hereby undertake to provide Bank Guarantee of a large Public Sector Bank except BANK OF BARODA / reputed large Private Sector Commercial Bank equivalent to 15% of the value of the order amount with a validity period of five years. We understand that the Bank is not bound to accept the offer either in part or in full and that the Bank has right to reject the offer in full or in part without assigning any reasons whatsoever. We will also abide by the Banks internal evaluation process for the purpose of this EOI. We agree to both the stipulations unconditionally. We also confirm that the EOI document is signed by an authorized representative of our company / firm and necessary documents to this effect are enclosed. We enclose DD for Rs. 60,000 /- favoring BANK OF BARODA and payable at Kolkata, towards Earnest Money Deposit and DD / PO for Rs. 5000/- favoring BANK OF BARODA and payable at Kolkata, towards cost of Tender Document Yours faithfully, Authorised Signatories (Name & Designation, seal of the coy. / firm) Date:

Page 4: BANK OF BARODA · OF BARODA / reputed large Private Sector Commercial Bank equivalent to 15% of the value of the order amount with a validity period of five years. We understand that

3

Bank of Baroda invites sealed Notice Inviting Tender (NIT) from reputed Vendor for firefighting work at Baroda Tower. For complete details and formats of NIT, please log on to Bank’s website www.bankofbaroda.com NIT Forms can be downloaded from Bank’s website. An application fee of Rs. 5000/- (Five Thousand)[(Non-Refundable] and Earnest Money Deposit (EMD) by way of Demand Draft/Pay Order favoring BANK OF BARODA, payable at Kolkata must be submitted along with the Technical Bid.

Date of floating of EOI 21.09.2019

Date for Inspection of Kolkata Zonal Office, Sector V Salt Lake (Building where FFS is to be installed)

27.09.2019 – Authorized Representative of prospective Bidder must come and inspect the building (*). THE SITE VISIT IS ESSENTIAL WITHOUT WHICH BID IS LIABLE TO BE REJECTED. After the given date no inspection is allowed.

Date of Pre Bid Meeting 30.09.2019 at 12.00 noon. Submit queries (if any) to Fire Officer at [email protected] well in advance for discussion in the pre bid meeting.

Last date for submission of EOI 14.10.2019- 14.00 hrs.

Delay in submission Delay in submission of any part arising due to postal or courier delay or any other irregularity / reason at any stage will not be considered. Bank will not be responsible for any damage in transit.

Opening of EOI Technical Bid ––14.10.2019 1500hrs.

Commercial Bid – To be notified to the eligible bidders

Earnest Money Deposit in the form of DD in favour of Bank of Baroda for Rs 60,000 (Rupees Sixty Thousand) payable at Kolkata to be submitted along with the Technical Bid.

Rs. 60,000.00 (Rupees Sixty Thousand only)

Application Fee ( Non refundable) Rs 5,000/- (Rupees Five Thousand only)

Address for Communication Zonal Manager, Kolkata Zonal Office ‘Baroda Tower’ (6th Floor) Plot No.38/2, Block -GN,

Sector- V, Salt Lake City,

Kolkata – 700 091

Contact Nos. 033 – 23401721,708 +91 8879549448

Page 5: BANK OF BARODA · OF BARODA / reputed large Private Sector Commercial Bank equivalent to 15% of the value of the order amount with a validity period of five years. We understand that

4

NOTICE INVITING TENDER FOR FIRE FIGHTING SYSTEM AT BARODA TOWER , KOLKATA ZONAL OFFICE ,6th Floor, Plot no 38/2, Block GN .Salt Lake City. 1. BASIC ELIGIBILITY CRITERIA FOR SHORT-LISTING FOR TECHNICAL EVALUATION

Criteria Documents required

a. The Bidder should have experience of

Designing, Supplying, Installing, Testing, Commissioning and handing over of a Fire Fighting System, Hydrant System for at least five years in Indian Market i.e. from April 2014 to March 2019 and should have successfully undertaken similar works for RBI /Public Sector / Cooperative Banks / Reputed Companies / Institutions / Organizations / GOI or State Govt. Offices.

b. The Bidder must have successfully completed

similar work as given below : i. three such systems (having minimum

cost of Rs. 4 lacs each) or ii. two such system ( having minimum

cost of Rs.6 lacs each) or iii. one such system ( having minimum

cost of Rs.9.5 lacs ) within last five years (as of 31.08.2019) i.e. from 1st April 2015 to 30th Apr 2019 in India in RBI /Public Sector / Commercial Banks / Cooperative Banks / Reputed Companies / Institutions / Organizations/ GOI or State Govt. Offices. .

c. The Bidder should be a profit making entity. The average annual turnover during last last three years ending 31st March should be at least 15 lacs or more.

d. The Bidder should have a permanent service set up in Kolkata.

e. The potential bidder is to visit Bank of Baroda, Kolkata Zonal Office Baroda Tower, Kolkata Zonal Office Plot no 38/2, Block GN , Sector V, Salt Lake City on an appointed date to see the nature of work involved and to assess requirement of the components / sub components of the FFS

f. Site inspection by Bank Fire Officer of the Fire

Fighting System installed by the bidder in High Rise Buildings in Kolkata is compulsory.

g. Structural stability certificate for installation of

Fire Fighting Water Tanks above terrace as identified in reference drawings before commencement of work.

a. Relevant Order Copy from RBI /Public Sector /

Scheduled Commercial Banks / Cooperative Banks / Reputed Companies / Institutions / Organizations / GOI or State Govt. Offices showing that the company is in the Indian Market for installing and commissioning such FFS since last five years (April 2014 to September 2019).

b. Performance Certificate / Letter from the Banks

stating about the satisfactory performance of FFS installed.

c. Manufacturer/Dealer/Distributor certificate.

d. Audited Balance Sheet and P&L / CA certificate for the FY ending, 2016-17, 2017-18, 2018-19. [Companies not following the FY norm may submit the same for the calendar year ending 2017, 2018, 2019].

e. Address of Service Centre in Kolkata should be

submitted.

f. Certificate of having inspected the site by Bidder's qualified engineer will be issued by Bank's Fire Officer. This document will be an essential part of EOI.

Page 6: BANK OF BARODA · OF BARODA / reputed large Private Sector Commercial Bank equivalent to 15% of the value of the order amount with a validity period of five years. We understand that

5

2. OTHER CRITERIA FOR FILLING UP THE EOI

Criteria Remarks / Documents Required

a. The Bidder’s system must meet all the technical specifications as given in this EOI.

Refer Annexure I on General/Technical Specifications

b. The Bidder must submit all other Annexures which form part of this EOI and any other documents / brochure etc.

Refer Annexure II, III, IV , (part of Technical Bid) & V (Commercial Bid)

c. Qualified Engineers / technicians having requisite qualifications to handle FFS as envisaged in this EOI.

Qualified Engineers / technicians should be employed/ available with the Company / Firm for Service set up. Names and qualifications should be submitted.

d. The Bidder should not have been currently blacklisted / disqualified by any Govt. / RBI / any PSU Bank / any other Commercial Bank / / GOI or State Govt. Offices.

Undertaking to be given.

e. If the Bidder is not the Original Equipment Manufacturer (OEM) but an authorized dealer / distributor

Certificate / Authorization Letter from OEM to the Bidder to deal/ market and service the machine / system in India.

3. TERMS & CONDITIONS (Please read carefully)

Ser. No. Terms Details

i. Tender The Tendering will be done through two Bid System which will be conducted by Bank’s authorized M/s Dhar & associates Pvt. Ltd.. Link for which will be provided on Bank’s Website www.bankofbaroda.com under section Tender.

ii. Specification One complete fully functional system conforming to all the Technical Specifications as given in this NIT and having fully functional system installed as per requirement in EOI as attached in Annexure V in commercial Bid.

iii. Cost of bidding The bidder shall bear all the costs associated with the preparation and submission of its bid and Bank will in no case be responsible or liable for these costs, regardless of the conduct or outcome of the bidding process.

iv. Technical Bid (TB)

The TB should be complete in all respects and contain all information required in the document. It should not contain any price information. However, TB should confirm that all required particulars have been quoted in the Indicative Commercial Bid (CB), without showing the actual amounts in the TB. Any system supplied free along with the offer or at a cost must be indicated separately and specifically. It is mandatory to submit the technical details and financial disclosure along with full documentary evidences and other documents in the prescribed Proforma (Annexure-II & III ) duly filled in, along with the offer. In case of non-submission or partial submission of technical details, the Bank, at its discretion, may not evaluate the bid. The TB document must be submitted in an organized and structured manner in order to facilitate proper, correct and ease of evaluation. No brochures/ leaflets etc. should be submitted in loose form. The TB should contain all pages ( except CB) and should comprise of the following:

Page 7: BANK OF BARODA · OF BARODA / reputed large Private Sector Commercial Bank equivalent to 15% of the value of the order amount with a validity period of five years. We understand that

6

a. All the specified documents as mentioned in the Basic Eligibility Criteria

(Point 1).

b. Covering letter as per the prescribed format

c. Vendor Profile (Annexure II) accompanied with Photocopies of required certificates/documents/ proof / P&L & Balance sheets, Copies of orders executed etc.

d. The proposed system should conform to Technical specifications

(Annexure I) and undertaking given to this effect. Any deviations should be specified with reasons. Bids of those Bidders whose deviations are not accepted are liable to be rejected.

e. Financial Disclosure with all documentary evidences ( III) f. Details of a reference site of major customer(s) as per Annexure IV.

g. Documentation (Product brochures, leaflets, manuals, etc.) h. Tender Price of Rs. 5000/- [Five Thousand only ] (non refundable) is

to be paid by way of Demand Draft/Pay Order favoring Bank of Baroda, payable at Kolkata.

i. Earnest Money Deposit as stipulated in the form of a Bank

Guarantee issued by a Scheduled Commercial Bank favouring Bank of Baroda (format as per Appendix 1) or a DD of like amount.

v. Commercial Bid (CB)

The CB contains relevant price information and the rates should be quoted in Indian Rupees only. The CB should not contradict the TB in any manner. The CB should comprise of commercial version of Bill of Material as per Annexure V in words and figures.

vi. Earnest Money Deposit (EMD)

All Bids must be accompanied by EMD. Bidder(s) may submit EMD in the form of DD/pay Order for Rs. 60,000/- (Rupees Sixty thousand only)favoring Bank of Baroda and payable in Kolkata. This DD will be returned to unsuccessful Bidders within 45 days of awarding the contract to successful Bidder.

vii. Security Deposit Security Deposit in the form of Bank Guarantee valid for four years for an amount equivalent to 15% of work order amount will have to be submitted by the successful bidder ( format as per Appendix 1B).

viii. Erasures or Alterations

Technical / Commercial details must be completely filled up. The corrections or alterations, if any, should be authenticated. In case of major corrections / alterations not properly authenticated, the Bid is liable to be rejected.

ix. Validity of the Bid The Bid should remain valid for a period of 01 year from the date of opening of the Technical Bid.

x. Delivery and installation

The entire project should be completed within 120 days.

xi. Acceptance of order Bank has the right to cancel the work order if the same is not accepted within a period of 7 days from the date of receipt of work order and in such eventuality EMD will be forfeited.

xii. Price and Taxes The offer must be made in Indian Rupees only.

Page 8: BANK OF BARODA · OF BARODA / reputed large Private Sector Commercial Bank equivalent to 15% of the value of the order amount with a validity period of five years. We understand that

7

Price and Taxes: The price shall be firm and binding without any escalation whatsoever. The prices (in Indian Rupees) should be all inclusive rate and shall include

a. Cost of the complete system (i.e. including base price, the cost of transportation, insurance (to cover equipment during the transit, installation at site and handing it over to the Bank),

b. All taxes, duties and levies,

c. Installation and commissioning charges (if any),

d. One year comprehensive on site warranty covering all parts,

consumables and labour etc., all software upgrades both present and future, till the destination of the chest / branch.

e. Post warranty comprehensive Annual Maintenance Contract (AMC)

for 3 years [which will cover replacement of all types of defective / worn out parts, labour, consumables, software upgrades (both present and future) and all Taxes]. Comprehensive AMC (excluding Taxes) charge should not be less than 8% of the basic price of the FFS.

If the Bidder fails to include taxes in the Commercial Bid, then no claim thereof will be considered by the Bank thereafter. However, only Octroi / Entry Tax where applicable will be extra and payable as per actuals subject to production of proof of payment. Octroi/ entry tax will not be considered for arriving at L1. Prices, which are not quoted as above are liable to be rejected. The price quoted / negotiated shall be firm and binding without any escalation whatsoever. No price change relating to increases in customs duty, excise, and fluctuations in Dollar / Euro etc. any other taxes will be permitted. If there is any lacuna in providing the AMC, Bank will be at liberty to invoke the Bank Guarantee. TCO: The Total Cost of Ownership (TCO) will have to be offered for the FFS. The TCO will be the total price of the FFS and the post warranty comprehensive annual maintenance for 3 years including all taxes and charges except octroi / entry tax as mentioned in Annexure V.

xiii. Price freezing There will be no increase in price once the work order has been issued.

xiv. Evaluation Process Bids will be evaluated in following stages: Stage-1 Bids will be evaluated against the stipulated minimum eligibility criteria. Bids not complying with the eligibility criteria will be rejected summarily.

Stage-2 The short listed Bidders (after internal technical evaluation) will be informed about their qualifying to the next stage (opening of commercial bid).

Page 9: BANK OF BARODA · OF BARODA / reputed large Private Sector Commercial Bank equivalent to 15% of the value of the order amount with a validity period of five years. We understand that

8

Stage-3 Opening of commercial bid of the short-listed Bidder(s). Bank may opt for reverse auction process. However, the decision of the Bank for going for Reverse auction process would be communicated before opening online commercial bids. It is therefore expected that bidders quote their best rate in sealed commercial bids. If decided by the Bank, all shortlisted Bidders would be given an opportunity to participate in the reverse auction through the e-auction process. The bidder has to participate in the e-auction process adopted by the Bank and comply with the procedure mentioned in the e-auction process prescribed by the Vendor appointed by the Bank for e-auction. The lowest Total Cost of Ownership (TCO) received at the completion of the Reverse Auction ( if it is conducted ) will get the precedence over the TCO calculated based on the commercial bid of the Bidders, in case the TCO calculated in reverse auction is lower. Bank reserves the right to reject commercial offer if:

a. It is not as per prescribed format i.e. Annexure-V b. Any condition stated by the Bidder is not acceptable to the Bank. Please also refer to Point No. 7 below.

xv. Insurance Vendor shall arrange for insurance cover, at their cost, for all risks, up to the delivery, installation and commissioning of the system.

xvi. Warranty (1 year / 12 months)

The complete system / sub system including all accessories / devices etc. shall be warranted for their proper operation, performance and output as specified in the NIT and Technical Specifications, and shall be free from defective material and workmanship, and any shortfall/ defect that may appear/ be detected within 12 months from the date of commissioning and handing over of the fully functional system. During defect liability period (warranty period) Bidder should attend to all repairs / defects / replacement of spare parts free of cost. Failure on the part of the Bidder to attend the defects within a reasonable period (as given in point no. xix above), Bank on its own will get defects rectified through another agency at the risk and cost of the Bidder and may also invoke the BG. It may be noted that Bank may invoke the BG if the service of the Bidder (to whom the Work Order has been given) is found to be not satisfactory. The vendor shall furnish a certificate from the manufacturer that the machines are new, based on proven and established. technology and are as per the Machine Requirement and Technical Specifications mentioned in the tender, free from defective material and workmanship and suitable for Indian conditions. In addition to the manufacturer’s certificate, the above shall also be certified by the vendor.

xvii. Training The vendor shall associate the Bank's staff with him during the installation, testing and commissioning of the system / sub system including all acessories / devices etc. The vendor shall also train Branch staff in proper operation and trouble identifying and trouble shooting for a period of not less than 03 working days at the site.

xviii. Repair, Rectification & penalties

Vendor has to attend to complaints within 24 hrs and rectify the defects either by repair or replacement of such defects and put back the system / sub system including all acessories / devices etc. into regular operation within 72 hrs from the date of notice by the Bank. Failure to rectify the defect even after 72 hrs from the time of such notice given by the bank will attract a penalty of Rs. 500/- per day and will be levied from the 4th day and deducted from the security deposit or such other / any other sums payable to the vendor. If the system / sub system including all accessories / devices etc. cannot be repaired within the stipulated time, the vendor shall

Page 10: BANK OF BARODA · OF BARODA / reputed large Private Sector Commercial Bank equivalent to 15% of the value of the order amount with a validity period of five years. We understand that

9

arrange for a standby system / sub system including all accessories / devices etc. to be installed within the above mentioned time. The defective or replaced parts shall be returned to the vendor upon request and at his cost and responsibility. The Bank will, however, render such assistance in the matter and will expedite the same. The performance of the system / sub system including all accessories / devices etc. (as stipulated) must not reduce on account of repairs / replacement of any part(s) or software.

xix. Signing of Contract The issue of work order and its receipt by the successful vendor shall constitute the contract document.

xx. Terms of Payment Bank will not pay any advance. The payment will be made on completion of the project. 100% payment will be released after successful installation, commissioning and running of the system / sub system including all accessories / devices etc. for a period of 15 days subject to the Vendor submitting the Security Deposit in the form Bank Guarantee equivalent to 15% of the order value (including EMD).

xxi. Execution of Work and Liquidated damages for delay / penalty

The entire project is to be completed within a period of 90 days commencing from

the 7th

day of acceptance of the work order issued by the Bank. Any delay in completion of the work over the stipulated period (90 days) will attract penalty of 0.5% of the order / contract value for each completed week of delay or part thereof, subject to a ceiling of 7.5% of the system price. The Bank may, however, extend the time of completion on Force Majeure Conditions / exceptional circumstances faced by the Vendor. Bank reserves its right to recover these amounts by any mode such as adjusting from any payments to be made by the Bank to the company. Liquidated damages will be calculated per week per site basis. Part of week will be treated as a week for this purpose. However, the Bank may condone the liquidity damages for delay of less than a week. The Bidder agrees and considers that the liquidated damages set out hereinabove are fair and reasonable and that he will raise no objection or dispute with regard to the exercise by the Bank of the right to the liquidated damages.

xxii. Annual Maintenance Contract (AMC)

The Bank will enter into a Comprehensive Annual Maintenance Contract with the Vendor. The rate of Comprehensive Annual Maintenance Contract (AMC) must be quoted separately for the maintenance contract (which will cover replacement of all types of defective / worn out parts, consumables and labor, software upgrades both present and future) for Three years after the expiry of the warranty period of one years. All the taxes, if any, including service tax payable on AMC as per relevant provisions of Finance Act from time to time would be to the vendors account. AMC is the sole responsibility of the vendor. Comprehensive AMC (excluding Taxes) charge should not be less than 8% of the basic price of the system. In case if it is below this stipulated percentage, the Bid is liable to be rejected. The decision of the Bank will be binding on the Bidder. The following terms and conditions shall apply to the AMC:

a. Payment will be made once in a quarter in arrears after satisfactory completion of service during the period.

b. The scope of service contract shall include periodical servicing, trouble shooting, adjustments, cleaning etc, at monthly intervals to ensure smooth functioning, and the performance of the FFS machine at the contracted capacity. The scope also includes replacement of all defective parts, providing consumables, labour, software upgrades both present

Page 11: BANK OF BARODA · OF BARODA / reputed large Private Sector Commercial Bank equivalent to 15% of the value of the order amount with a validity period of five years. We understand that

10

and future.

c. Any breakdown of the FFS / shortfall in its performance will be intimated to the vendor by the Bank and shall be governed by same terms and conditions as mentioned in point xix.

The successful bidder would also be required to execute a separate Service Level Agreement in addition to Work Order/ Purchase Contract, which will cover the deliverables under the warranty as well as Annual Maintenance Contract.

xxiii. Spares The Bidder shall be required to ensure availability of adequate quantity of spares for smooth running of the machines, which shall be kept within easy reach so that the machines can be repaired within the time stipulated above.

xxiv. Deduction from purchase price

The vendor shall reimburse the Bank all costs, charges, damages or expenses which the Bank may have paid, (which the vendor is obliged under this purchase contract to pay) within 30 days upon written request of the Bank failing which such costs, charges, damages or expenses including statutory payments, if any shall be deducted / recovered by the Bank from any money due or becoming due to the vendor under this purchase contract or may be recovered by encashment of bank guarantees or by arbitration/ action under law or otherwise from the vendor.

xxv. Waiver Non-enforcement by either party of any of the provisions of this purchase contract shall not operate or constitute a waiver of the provision itself or of any subsequent breach thereof. The validity of the purchase contract shall not be affected, should one or more of its stipulations be or become legally invalid and such stipulation is severable from and not fundamental to the obligations of either party to this purchase contract. In such a case, the parties shall negotiate in good faith to replace the invalid clause by an agreed stipulation which is in accordance with the applicable Indian Law and which shall be as close as possible to the party’s original intent.

xxvi. Disputes and governing laws

All disputes or differences whatsoever arising between the parties out of or in relation to the construction, meaning and operation or effect of these tender documents or breach thereof shall be settled amicably. If however, the parties are not able to solve them amicably, the same shall be settled by arbitration in accordance with applicable Indian Laws, and the award made in pursuance thereof shall be binding on the parties. The arbitrator/s shall give a reasoned award. Any appeal will be subject to the exclusive jurisdiction of courts at Kolkata. The vendor/ supplier shall continue to work under the contract during the arbitration proceedings unless otherwise directed in writing by the Bank or unless the matter is such that the work cannot possibly be continued until the decision of the arbitrator or the umpire, as the case may be, is obtained. The venue of arbitration shall be Kolkata.

xxvii. Termination and suspension of the Work Order

The Bank at its option without prejudice to its rights under the work order , is entitled to cancel the work order at any time by giving 30 days written notice to the vendor in the following circumstances:

i. In case the vendor does not comply with any of his obligations/ undertakings under the work order.

ii. If the design, specifications or supplies provided by the vendor do not

conform to the technical specifications as given in the EOI.

iii. If the vendor refrains from implementing any of the instructions received from the Bank within the stipulation of the work order

iv. In case of any breach of the work order contract by the vendor.

v. At any stage, any representation or particulars furnished by Vendor are

found to be incorrect or false. vi. In the case the Vendor changes its constitution or amalgamate or merge

with any other entity without the prior intimation to the Bank or such

Page 12: BANK OF BARODA · OF BARODA / reputed large Private Sector Commercial Bank equivalent to 15% of the value of the order amount with a validity period of five years. We understand that

11

changes being unacceptable to the Bank.

vii. In the case of any major shareholder or stakeholder is found to have been engaged in activities which are criminal in nature in their own country or any proceedings for declaring them as insolvent for winding up are pending or initiated

However the Bank’s decision on the matter will be final and binding on the Vendor. In addition to the cancellation of Work Order, the Bank reserves the right to invoke the Bank Guarantee given by the Vendor to recover the damages, or any consequential damages without prejudice to other rights of the Bank to recover the damages, liabilities or consequential damages.

4. RIGHT TO ALTER QUANTITIES The Bank will be free to either increase or decrease the quantity of other accessories to be purchased - to the extent of 5% on the same terms and conditions. 5. NO COMMITMENT TO ACCEPT LOWEST OR ANY EOI The Bank shall be under no obligation to accept the lowest or any other offer received in response to this EOI without assigning any reasons whatsoever. 6. FORCE MAJEURE If at any time during the currency of the contract the performance in whole or in part by either party or any obligation under the contract shall be prevented or delayed by reasons of any war, hostilities, acts of God, Public enemy, civil commotion, sabotage, fires, floods, explosions, epidemics etc then, provided notice of the happening of the any such events is given by either party to the other within 15 days from the date of occurrence thereof, neither party shall by reason of such event be entitled to terminate their contract nor shall either party have any claim for damages against the other in respect of such non-performance or delay in performance. The whole or any part of the Party’s obligations under the contract shall be resumed as soon as practicable after such event has come to an end or ceased to exist. If force majeure event continues beyond the period of three (3) months the parties shall hold consultation to resolve the problem satisfactorily. 7. RIGHT TO REJECT ANY OR ALL OFFERS BANK OF BARODA reserves the right to reject any or all offers / proposals. Similarly, it reserves the right not to include any Bidder in the final short-list.

a) If the bid is incomplete and /or not accompanied by all stipulated documents. b) If any of the terms and conditions stipulated in this document is not accepted by the Bidder. c) If any of the specifications stipulated in Technical Features / Specifications as stipulated in this

document are not met. d) If the Bidder does not qualify the internal evaluation test including the stress test. e) If Commercial Bid is not submitted as per Annexure-V. f) If required information with appropriate documents in support of the same is not submitted as per

Annexures I to Annexure V. 8. RIGHT TO CALL INFORMATION BANK OF BARODA reserves the right to call for any other information as deemed fit from the Bidder as regards to any clarification / query in connection with the Tender submitted by the Bidder. 9. VALIDITY PERIOD OF THE OFFER & FORFEITURE OF EMD

The Bank shall forfeit the EMD if the Bidder after submitting his EOI, rescinds from his offer or modifies the terms and conditions thereof in a manner not acceptable to the Bank or expresses his unwillingness to accept the order after the Bank has decided to place order with the Bidder for Design, Supply, Installation, Testing, Commissioning, Handing Over and Maintaining of down comer hydrant System for fire fighting) at Kolkata Zonal Office ‘Baroda Tower’ (6th Floor) Plot No 38/2, Block GN Sector

Page 13: BANK OF BARODA · OF BARODA / reputed large Private Sector Commercial Bank equivalent to 15% of the value of the order amount with a validity period of five years. We understand that

12

V, Salt Lake City, Kolkata 700091 The Bank's decision in this regard shall be final and binding. EMD will be

forfeited (*). EMD will also be forfeited (*) if the EOIs are withdrawn after opening of Technical Bid and before opening of Commercial Bid. (*) includes invoking of BG. Mode of submission of tender (Two Bid System)

The tender shall be submitted in accordance with the procedure detailed herein. Specified documents shall be

sealed in envelope of appropriate size each of which shall be sealed.

a) Envelope marked no. 1 : Envelope marked no. 1Superscribed

‘TECHNICAL BID’ with tender no & due

date sealed shall contain documents

relating to pre- qualification as per N.I.T.

b) Envelope marked no. 2 : Envelope marked no. 2 Super scribed

‘ COMMERCIAL BID’ with Tender no &

due date sealed shall contain E.M.D and

priced Tender Volumes in duplicate duly

filled in and signed.

c) Envelope marked no. 3 : Envelope marked 1, 2 shall be put in a

large envelope of adequate size marked

no.3 which shall be properly sealed.

This envelope which shall be endorsed on the outside face. Tender for Fire fighting work of Bank of Baroda

Eastern Zonal Office at plot no. 38/2, Block –GN, Sec- V, Salt Lake City, Kolkata shall be sent by post with

registered A/D or Courier so as to reach or shall be deposited in the Tender Box before 3 P.M. on 14.10.2019

in the office of the

General Manager

Bank of Baroda

Eastern Zonal Office

Plot No. – 38/2,

Block – GN, Sector – V

Salt Lake City

Kolkata – 700 091.

ANNEXURE- I A GENERAL SPECIFICATIONS 1. Scope of Work The Scope of work covers Supplying, Installation, Testing, and handing over of a fire fighting system

along with pumps and completion of the fire fighting work of the Baroda Tower, Kolkata for the Bank at salt lake kolkata in accordance with drawings and specifications prepared under the direction and to the satisfaction of the Bank.

2 Electricity Supply The power supply system for distribution shall be 415/230 volts, 3/1 phase, 4/2 wires, 50 cycles. 3 Codes, Rules & Regulations The firefighting installation shall be carried out in conformity to amendment no.3 to national building code of India (

SP 7: 1983 part IV recommendation of TAC and the relevant BIS indicated in the various sections. 4 Ascertaining Scope of Work

Page 14: BANK OF BARODA · OF BARODA / reputed large Private Sector Commercial Bank equivalent to 15% of the value of the order amount with a validity period of five years. We understand that

13

Intending tenderers are advised to study all the drawings, specifications, conditions etc. in details and inspect the site before submitting tenders so as to ascertain the nature and scope of the work involved and the method to be adopted in executing the work.

5 Inclusions in Rate Rate quoted shall include cost of cutting holes and chase in walls, floor slabs, repairing the same and restoration

of original surface wherever necessary, and cost of scaffolding if any. Nothing extra shall be entertained on this account. Any damage to walls, floors, etc. during installation and erection must be repaired by the contractor to match the original surface for which no extra amount will be paid.

6 Material All material, fittings and appliances used in the firefighting installation shall be new and of the best quality

obtainable and of approved manufacturer and shall conform to the latest Indian Standard Specifications wherever they exist. Where Indian Standard Specifications are not available relevant British Standards shall become applicable. The tenderer shall indicate the make of various items of materials, which he proposes to use for their work. For the purpose a list of make of materials acceptable to the Bank is enclosed. The tenderer shall select any one out of these makes only. The Contractor shall replace the unapproved materials and fittings at his own cost.

7 Workmanship Good workmanship and neat appearance are the pre-requisites for compliance with the various sections of

these Specifications. The Work shall be carried out under direct supervision of a full time person holding certificate of competency issued by the State Government and in accordance with the statutory rules and regulations in force. The relevant I.S.I. code of practice shall be followed wherever applicable.

8 Drawings Two sets of all fire fighting drawings and one set of tender will be furnished by the Consultant to the

Contractor for his own use until the completion of the contract which shall be accessible at all reasonable time to the Owners/Consultants or their representatives. The Electrical drawings indicate only the general scheme but not the exact routes of surface conduits/existing concealed conduits, exact position of switch boards, points, distribution boards etc., The Contractor shall prepare working drawings and have them approved by the Consultant before commencement of the work and the work shall be carried out as directed at site to the complete satisfaction of the Consultant.

9. Completion Drawings & Certificate On completion of the work, completion drawings shall be prepared by the Contractor and two copies of

the same submitted to the owner. In addition 2 soft copies in floppies/CDs in Auto CAD to be submitted. The completion drawing shall indicate the following. The rate quoted shall be inclusive of the same.

(1) The pump room layout. (2) The control panel and wiring diagrams (3) Sizes and routing of external fire hydrant piping (4) Location of external and internal hydrants (5) Location of wet risers and their sizes. (6) Any other drawing as directed by the Consultant/client 10 SPECIAL CONDITIONS 1. Along with the tender document, the contractor should confirm the list of approved make of materials

specified in the Tender which they are going to use. 2. On award of work, the contractor should make the shop drawings as per the site conditions and should be

got approved from consultant / Client before commencing the works. 3. The entire factory made equipment’s shall be purchased and delivered to the site only after getting

material approval from the technical officials of consultant / Client. 4. The entire work shall be completed within a period of four months. 5. The contractor has to submit a bar chart for the proposed execution before starting the work. The

client/Consultant shall introduce necessary correction to it after discussion with the contractor. 6. The materials are in accordance with the specification for permanent works.

Page 15: BANK OF BARODA · OF BARODA / reputed large Private Sector Commercial Bank equivalent to 15% of the value of the order amount with a validity period of five years. We understand that

14

7. The materials are properly stored and protected against loss or damage or deterioration, to the satisfaction of the client/consultant.

8. The contractor keeps a record of requirements, orders, receipt and consumption of materials improper

form and produces to the consultant/client for inspection. Ownership of such materials shall be deemed to vest in the client.

9. The contractor should submit the list of workers and staff which they are going to deploy for the work

along with contact details of project leader. The list should be got approved from client/consultant before commencing work. A technically qualified and experienced mechanical/ metallurgical engineer to be posted at site. He should be conversant with the modern practice of welding and modern fire fighting system. He should be capable and competent enough to take decisions as and when required at site.

10. Welding should only be carried out by a professional and experienced people who holds valued license

issued by competent authorities like Mumbai refineries, Gas authorities of India etc. The true copy of the license is to be submitted to Client along with list of workers deployed for the work.

11. Pipe sizes 50mm and below shall not be permitted to butt weld. Pipe sizes 50mm and below shall be

socket welded with weldable socket fittings (drop forged) with rectifier welding machine. 12. The contractor shall be instructed to strictly implement the welding process in line with the following

standards: Code for Petroleum refinery piping Code of Practice for laying of welding pipes, Code for procedure for manual metal arc welding of mild steel for structural work, Welder Qualification: ANSI B 31.3 : IS: 5822, : IS: 823, ASME-SEC A IC. All codes referred shall be the latest editions.

13. The contractor shall bear the cost of repair, changes replacement etc due to non-compliance with the

standards, codes and this tender or due to disregard of the instructions given by the Engineer-incharge 14. Police verification: Bidder shall provide Police verification for all onsite employees at the time of execution

of work. Note:-

1. Bidder shall provide Police verification for all onsite employees at the time of execution of work. 2. Work should be done during night only. Day working will be permitted on holiday and Sunday only. 3. Necessary insurance to cover any mishap will be taken by vendor/bidder at his cost 4. Vendor will make good of any loss, damage caused to the bank due to the act of omission & commission

by the worker / representative of the vendor/bidder. 5. Vendor/bidder must be listed in Mumbai Fire Brigade empanelled vendor. 6. Unconditional OEM authorization letter for minimum 10 years unconditional product and service support to be

submitted along with offer 7. Existing Accessories must be safely disposed of as per extant Govt guidelines at the cost of vendor and

submit report of safe disposal to bank. Final payment will be made on submission of this certificate only. 8. Vendor/bidder have to provide layout drawings BOQ and Emergency Evacuation Plan.

9. All laws of land will be applicable to the workers/representative of the bidder/vendor while executing

work. Vendor/bidder will obtain all necessary permission from the respective authority if required for execution of work. All statutory compliance viz compliance of labour laws etc regarding workers/supervisor/representative will be taken care by the vendor/bidder and Bank will not have any liability on this aspect.

Installation

1. The work shall be taken for execution only after the entire material has been supplied at site.

2. Before commencement of execution of work, the tenderer shall design the system and prepare the drawings

for the proposed new Fire alarm system and get the same approved from Bank.

3. Installation shall be in accordance with the NEC (National Electrical Code) and as specified in standard and

specification describe below.

4. All conduit, junction boxes, conduit supports and hangers shall be concealed in finished areas and may be

exposed in unfinished areas as per Bank’s direction.

5. Removing and re-fixing of the light fixtures / false ceiling tiles in order to access the area above the false

ceiling for laying of cable and fixing of detectors etc., will be in the scope of this contract. No additional

payment shall be made on this account. Any damage to the Bank’s property shall be made good without any

additional claim.

Page 16: BANK OF BARODA · OF BARODA / reputed large Private Sector Commercial Bank equivalent to 15% of the value of the order amount with a validity period of five years. We understand that

15

6. Smoke detectors shall not be installed prior to the system programming and test period. If construction is on-

going during this period, measures shall be taken to protect smoke detectors from contamination and physical

damage.

7. All fire detection and alarm system devices, control panels and remote annunciators shall be flush mounted

when located in finished areas and may be surface mounted when located in unfinished areas.

8. Addressable intelligent manual call points shall be suitable for surface mounting or semi-flush mounting as

existing, and shall be installed not less than 42 inches, nor more than 48 inches above the finished floor.

9. Fire Hydrant welding work & all Hot work must be carried under supervision of trained engineer with all

precautions of fire & safety.

Testing of the System The contractor shall arrange and provide at no extra cost, the service of a competent, factory-trained engineer or technician authorized by the manufacturer of the accessories to technically supervise and participate during all of the adjustments and tests for the system.

1. Before energizing the cables and wires, check for correct connections and test for short circuits, ground faults,

continuity, and insulation.

2. Open initiating device circuits and verify that the trouble signal actuates.

3. When the system is equipped with optional features, the manufacturer's manual should be consulted to

determine the proper testing procedures. This is intended to address such items as verifying controls

performed by individually addressed or grouped devices, sensitivity monitoring, verification functionality and

similar.

Documentation

i. Sufficient information, clearly presented, shall be included to determine compliance with drawings and

specifications.

ii. It should include manufacturer’s name(s), model numbers, ratings, power requirements, equipment

layout, device arrangement, complete point to point wiring diagrams, annunciator layouts and main

control layout, configurations and terminations

iii. Complete operating and maintenance manuals including technical data sheets

iv. Provide a clear and concise description of operation which gives, in detail, the information required to

properly operate the equipment and system

v. Copies of the above documents in book form well bound should be submitted.

Date : Place : Signature and Seal of the Tenderer

Page 17: BANK OF BARODA · OF BARODA / reputed large Private Sector Commercial Bank equivalent to 15% of the value of the order amount with a validity period of five years. We understand that

16

B. TECHNICAL SPECIFICATIONS 1.0 GUIDE LINES 1.1 SCOPE 1.1 The scope of this section covers guidelines for the contractor on the specification and schedule of material

and the general requirements. 2.0 SCOPE OF CONTRACT 2.1 The scope of work under this contract covers of equipment, material, accessories and labour required for

the specified works and to carry out the erection as specified and shown on the drawing and schedule of material.

2.2 Safety, good workmanship and quality are the prime requisites of the work covered under this contract. All

the equipment’s, material and the work carried out shall meet the relevant codes, specification and the intents of specifications and the proper functioning of the systems and installation and shall be in correct lines, levels etc.

2.3 The scope of contract shall also cover all taxes and duties, loading and unloading, packing and

forwarding, watch and ward, insurance etc. 3.0 DIVISION OF WORK 3.1 The division of work by the contractor and other agencies shall be as specified under section 22, Nominated Sub contractor. 4.0 MATERIAL 4.1 The equipment’s and material shall meet the specifications and requirements indicated in the technical

specifications covered under specific section and the relevant equipment data. 4.2 The makes of material shall be one of the recommended makes covered under Section 204 makes of

material. If the contractor while quoting has not specified any particular make out of the Brand names mentioned in the tender, the particular brand from the approved lists and contractor is bound to procure the same.

5.0 SPECIFICATION 5.1 The technical specification attached herewith gives general guidelines and minimum standards for

equipment’s material and workmanship. However it is the responsibility of the contractor to meet the statutory provision and local codes.

6.0 SCHEDULE OF WORK 6.1 The schedule of work indicates the scope and quantity of the work estimated at the time of preparation of

this tender. The quantity indicated are based on rough estimate on he basis of the drawings and subject to variation due to site condition. Also additional requirements may arise during the installation and deletion or replacement of items. Hence there may be variation in quantities indicated and the unit rates quoted shall remain firm during the contract period.

7.0 STANDARDS & REGULATIONS 7.1 Each section indicates the Indian Standard Specification to be followed. It is the responsibility of the

contractor to meet the statutory regulation local codes and other relevant standards and specifications connected to the work being carried out.

8.0 INSPECTION & TESTING

Page 18: BANK OF BARODA · OF BARODA / reputed large Private Sector Commercial Bank equivalent to 15% of the value of the order amount with a validity period of five years. We understand that

17

8.1 The Consultants/Clients have the right to inspect the plants, equipment’s and materials at manufacturer's work or at site at any stage and reject the materials that is substandard or does not meet the requirements of the specification and codes.

8.2 The contractor shall provide at his cost at site and elsewhere instruments and appliances for testing and

equipment and installation at various stages of manufacturing/installation. These instruments shall be got tested and calibrated for their accuracy and performance from the approved institutions.

8.3 The inspection and testing carried out by the Consultants/Clients/Third party does not relieve the

contractor of their responsibility of carrying out routine inspection during each stage of procurement, manufacture and installation and also meeting the intents and requirements of the specification and statutory requirements.

8.4 All equipments and the installation to be tested in the presence of the Consultants/Clients after carrying

out necessary rectification, adjustments and balancing. Four sets of test readings should conform to the specification, equipment data, standards and codes.

9.0 TRAINING 9.1 The operating staff of the clients shall be trained free of cost for the operation, maintenance, overhauling

etc. of the equipment’s and installation. 10.0 STATUTORY INSPECTION 10.1 The contractor shall be fully responsible for meeting all the statutory obligations and local inspectorates pertaining to the works carried out by them. The contractor should prepare all working

drawings and obtain approval of competent authorities and also have the equipment and installation inspected and got approved.

All official fees will be paid by the clients directly against demand in writing from the appropriate

authorities or if paid by the contractor, the same shall be reimbursed on submission of original receipts and all other expenses for submission and approval of the various relevant statutory bodies shall be embodied in the tender prices. You shall also do the necessary liaison work with the power supply company on client's behalf for a separate source other than building power supply. On completion of the works, the contractor should obtain NOC from the local fire uirement and the cost of such permission should be included in the quoted rates for the work and no separate payment will be made on this account.

11.0 DEVIATIONS 11.1 Should the tenderer wish to deviate from the provision of specification and drawings, the same shall be

indicated separately along with supporting drawing and specifications to decide the merits of such deviation. In the absence of any deviation it is deemed that the tenderer is fully satisfied with the intents of specification and drawings and their compliance with the statutory provisions and codes.

11.2 However, the offer shall be strictly on the basis of tender specification and schedule of material. The offer

for the deviated items shall be furnished separately. 12.0 REFERENCE DRAWINGS 12.1 The drawings issued with the tender and shown in section 2.03 are basic schematic drawings and

are part of the tender documents. Contractor shall preserve one set of this drawing in good condition incorporating all modifications carried out from time to time during the erection period at the site and shall return them to the Consultants/Clients after completion of the work.

13.0 WORKING DRAWINGS 13.1 Contractor shall prepare execution drawings and get the same approved by the Consultant before

carrying out the execution, modify the drawings, if required, to suit the site conditions and get the approval. The execution drawings shall contain all details.

13.2 The approval of the drawings does not relieve the contractor of their responsibility of Meeting the intents and requirements of the specification and statutory requirements.

Page 19: BANK OF BARODA · OF BARODA / reputed large Private Sector Commercial Bank equivalent to 15% of the value of the order amount with a validity period of five years. We understand that

18

13.3 The contractor shall submit the followings details within 15 days of award of the contract. a) List of equipment’s and the power output b) Foundation drawings and structural support details for equipment to be carried out by the civil contractor. 13.4 On completion of the installation, the contractor shall prepare and submit AS EXECUTED drawing

incorporating all modification carried out during the execution. 14.0 MEASUREMENTS AND PAYMENTS 14.1 The mode of measurement and payment shall be strictly indicated under Section 2.05 Measurements and payments. This indicates the mode of measurement, items to be included and items excluded

etc. in a board basis. However, it is the responsibility of the contractor to meet the intents of the specification and total installation on the works contract/turnkey basis.

15.0 HANDING OVER 15.1 The installation shall be handed over after a satisfactory testing along with the following documentation. a) Two sets of prints of the as installed drawings along with 2 soft copies in floppies/CD on Auto CAD. b) Four sets of test reading and certificate of local authorities. c) Four sets of detailed equipment data and operation and maintenance manuals. d) List of recommended spares. e) Performance guarantee in the prescribed form. 15.2 The final acceptance shall be effective only after the submission of the above documents. Final payment will be released only after the handing over and submission of documentation.

16.0 PERFORMANCE GUARANTEE 16.1 All equipment and the entire installation shall be guaranteed to yield the specified ratings and design

conditions plus/minus 3% tolerance. Any equipment found short of the specified ratings by readings shall be rejected.

17.0 POWER SUPPLY 17.1 Power will be made available at earthed neutral system and all equipment’s shall be suitable for the above power supply with a variation of plus/minus 10%.Any

equipment/component operating at other than the above power supply shall be provided with necessary transformer.

2.02 SCOPE & DIVISION OF WORK 1.0 SCOPE 1.1 The scope under this section covers the systems and the scope of work included in the contract. 1.2 The detailed description of the items and quantities are indicated in the Schedule of work. 2.0 FIRE FIGHTING SYSTEM 2.1 The firefighting system shall include the following: 2.2 The approval and certification from the local fire authorities shall be responsibility of the Contractor. 2.03 REFERENCE DRAWING 1.0 SCOPE 1.1 The scope under this section covers the basic drawings and details to understand.

Page 20: BANK OF BARODA · OF BARODA / reputed large Private Sector Commercial Bank equivalent to 15% of the value of the order amount with a validity period of five years. We understand that

19

a) Scope of work b) Location of equipments c) General idea on the entire installation d) Material requirements and labour force required for the completion of work in the stipulated time schedule. 1.2 The reference drawings are basically schematic to give idea on general requirements prepared on the

basis of preliminary requirements and data available. They are subject to undergo changes and modifications subject to the finalisation of details and requirements of the clients.

1.3 The detailed working drawings and the drawings required for the submission to statutory authorities shall be the responsibility of the Consultant/contractor. Contractor shall submit minimum four copies of the drawings to the Consultants for their scrutiny/approval before issuing to the statutory

authorities and site for execution. 2.04 MAKES OF MATERIAL

Sl No

Item Description Approved Make or equivalent

Make offered by contractor

while quoting

Wet Riser System

Motor Driven Pump Kirloskar /Crompton/ Siemens/ABB/NGEF

Motor Control Centre L&T / Siemens

Switch board/ panel Any CPRI approved vendor

MCCB’s L&T/Legrand/ Siemens/ GE/Merlin Gerin

Cable L&T/ Finolex/ Havell’s/ RR-Kabel/Sark

Cable gland Dowell’s/ Jaison

Cable ties HellermannTyton/

End Termination Dowell’s/ Jaison

Indicating Meters HPL Socomec/ L&T/ Meco

Indicating lamps Technique / Siemens

Power Contactors ABB / Siemens / Schneider

CT’s Kappa / Torrid /Intrans/

ELCB/ELMCB

Legrand / Siemens / Schneider / Merlingerin

Isolator L&T / Siemens

Diesel Engine Driven Pump

Kirloskar/ Ashok Layland / Cummins

Jockey Pump Kirloskar /Crompton/ Siemens

MS Pipe Jindal/Tata/ Zenith

Single Headed Hydrant Valve

Newage/WINCO/Zenith / ASCO

Butterfly Valve Intervalve /kirloskar /Zoloto

Non Return Valve Intervalve / Audco / Kirloskar / B.D.K

Fire Brigade Inlet Newage/Arihant

HoseBox Friends / Eversafe

Fire Hose with coupling

Newage/ CRC/Zenith / ASCO

Air Release Valve Newage/Zenith / ASCO

Hose reel Drum Mini Max/Firestone/vilas /Eversafe

Branch Pipe Newage/Zenith / CRC/ ASCO

Air Cushion Vessel Fabricated type

Cast Iron Footvalve Kirloskar /Crompton/ Becon

DCP fire extinguisher Mini Max/firestone / Safex

Co2 fire Extinguisher Mini Max/firestone / Safex

Page 21: BANK OF BARODA · OF BARODA / reputed large Private Sector Commercial Bank equivalent to 15% of the value of the order amount with a validity period of five years. We understand that

20

Sprinklers HD / Tyco / Spraysafe / Monshershenje

Pressure Switch Dnfoss/Indfos /SWITZER

Pressure Guage H Guru / OASIS

Pipe supports Hi-Tech pipe support system Anchor fastners, clamps, bolts, slotted rail, grounting studs

Flow switch System sensor / sontay

Monitoring module Notifier / edwards

Paints Asian paints /Shalimar / Berger / Jenson nicholson

Wrapping coating Pypecoat / Rust Fire / Approved equivalent

2 x 1.5 sqmm control cable

Gloster /Havells

Battery Exide / HITACHI

Strainers

Leader,Vibros,Kirloskar,Taylor IVC,DSE,Zoloto

GI & CS (MS) pipes and fittings

Tata

Ball valves

Leader,Vibros,Kirloskar, ,KSB,

Zoloto

PVC Priming tank Sintex/approved equivalent

Puddle flange Fabricated as approved

SS Orifice plate Fabricated as approved

Note:- Contractor shall clearly specify only one make of material for which he is quoting the price, however no weightage shall be given for any specific make within the list of approved make of materials. Place : Date : Signature of the contractors 2.05 MEASUREMENTS & PAYMENTS 1.0 SCOPE 1.1 The scope of this section covers mode of measurements and payments for all items. 2.0 DIVISION OF WORK 2.1 The measurement and payments of items shall be based on the stage of completion of the work. 3.0 REQUIREMENTS 3.1 The general requirements for the above items shall be as shown below: 3.2 EQUIPMENTS The supply of Equipment’s shall be complete and shall include all components and accessories required for the

specific duty and performance of the equipment’s including drive assembly base frame flanged outlets for connection to distribution system, anti-corrosive treatment and painting. Fabricated supporting elements i.e. shoes, clips, cradles etc. should be applied one coat of zinc chromate primer.

3.2 The erection of the equipments shall include erection, testing and commissioning of the

Page 22: BANK OF BARODA · OF BARODA / reputed large Private Sector Commercial Bank equivalent to 15% of the value of the order amount with a validity period of five years. We understand that

21

equipments. The erection shall include necessary baseframes, levelling, grouting and distribution pad/cushy footings. The erection shall include all equipments, tool tackles, instruments and labour require for lifting, shifting and placing and erecting the equipments.

4.0 MODE OF MEASUREMENT 4.1 The mode of measurement and the basis material to be included are as shown below. However, the item

required for the proper installation other than that clearly indicated in the items excluded to achieve proper installation finish and functioning of the whole system shall be the responsibility of the contractor.

4.2 Cutting and chasing of brick walls using cutters only, rectifying, levelling etc. wherever required shall be

included in the scope of work. No chasing or cutting shall be done on RCC work. The fixing of supports and hangers to RCC work shall be done using anchor bolts/ fasteners of adequate capacities, which are included in the scope of work. Finishing of chasing will be by others.

------------------------------------------------------------------------------------------------------------ SL.NO. DESCRIPTION ITEMS ITEMS EXCLUDED INCLUDED ------------------------------------------------------------------------------------------------------------ 1.0 EQUIPMENTS 1.1 PUMPS Each pump shall be measured as one unit and classified based on the capacity and head 1.1.1 Back pullout pump & motor,Foundation block pumps, base frame, vibrator isolation 1.2 CONTROL SYSTEM Pressure gauges 1.2.1 CONTROL PANEL Each control panel shall be Incoming and measured as one unit outgoing feeders, busbars, starters interconnection indicating lamp and push button. control cabling and meters Power Cabling 2.0 APPLIANCES The fire fighting appliances shall be measured individually or as assembly unit as indicated in the schedule of material 2.1 ASSEMBLED UNITS 2.1.1 F.B. INLET /DRAW OFF The FB inlet /draw off 1 No. 150 dia 750 long NIL Header 4 Nos and spring loaded instantaneous coupling with cap 2 no.150mm butterfly valve and 1no.NRV 2.1.2 INTERNAL HYDRANT Each internal hydrant unit 1 No. 100/65 dia GM Nil shall be measured as one unit single(seamese) oblique

Page 23: BANK OF BARODA · OF BARODA / reputed large Private Sector Commercial Bank equivalent to 15% of the value of the order amount with a validity period of five years. We understand that

22

and shall includes Hydrant valve with cap 2.1.3 FIRST AID HOSE REEL 1 No. 500mm revolving hose Nil reel with bracket 1 No. 20mm GM ball valve 1 No. 20mm/36m rubber hose 1 No. 20mm Al.shut off nozzle 2.1.4 CANVAS HOSE 1 Nos. 63mm/15m Nil rubberised canvas hose 63mm GM Male & female instantaneous couplings 1 No. 2.1.5 Branch Pipe 63 mm dia gun metal branch pipe/Nozzle with 20 mm (nominal internal diameter) size Gun metal nozzle conforming to IS 903 2.1.6 EXTERNAL HYDRANT UNIT Each external hydrant 1 No. 80/65 dia GM Nil shall be measured as one unit oblique Single Hydrant valve with cap 3.0 MISCELLANEOUS 3.1 EXCAVATION The excavation shall be Excavation, back Nil measured on the basis filling sand cushion of unit volume (cubic carting away excess meter) shall be soil measured on the basis of unit length of the pipe and is a part of the piping work. No separate measurement. 3.2 CORROSION TREATMENT The corrosion treatment. All Nil for underground shall be measured on the basis of unit length of the pipe and is a part of the piping work. No separate measurement. 3.3 PAINTING The painting of pipes above Nil ground and in trenches shall be part of the cost of piping work. No separate payment shall be made. The painting of pipes shall be as per the color

Page 24: BANK OF BARODA · OF BARODA / reputed large Private Sector Commercial Bank equivalent to 15% of the value of the order amount with a validity period of five years. We understand that

23

coding given in IS : 2379 4.0 ELECTRICAL WORK 4.1 CONTROL PANEL Each control panel shall Control panel with Nil be measured as one unit incoming and outgoing feeders, starters,busbars, sheet steel enclosure interconnection, push buttons, control and indicating instruments,earthing baseframe,fixing accessories 4.2 CABLING Power and control cabling Cables, clamps End cabling shall be measured and fixing on the basis of unit length accessories between end termination lugs 4.3 CABLE TERMINATION Each cable end Cable gland,lugs for all conductors Nil termination of cable shall fixing materials be measured as one unit gland earthing bolts and nuts 4.4 EARTHING CONDUCTOR The earthing conductor Earth conductor Nil shall be measured on fixing material, the basis of unit length interconnections 5.0 NOTES 5.1 The payment shall be made on the basis of quantities measured and the unit rates accepted. 5.2 Surplus material after completion of the installation shall be taken back by the contractor. In case the owner intents to take over these material payments shall be made to the contractor at the supply rates/or the rates mutually agreed upon. 2.06 PUMPS 1.0 SCOPE 1.1 The scope under this section shall cover supply, installation, testing and commissioning of pumps. 2.0 STANDARD SPECIFICATIONS 2.1 The following standard specifications shall be applicable. a) IS : 1520Horizontal centrifugal pumps for clear cold fresh water b) IS : 9137Code for acceptance test for centrifugal, mixed flow and axial pumps - Class C

Page 25: BANK OF BARODA · OF BARODA / reputed large Private Sector Commercial Bank equivalent to 15% of the value of the order amount with a validity period of five years. We understand that

24

c) IS : 10981 Code for acceptance test for centrifugal mixed flow and axial pumps - Class C d) IS : 10596 Coefficient of Performance (COP) for selection, installation, operation and maintenance of pumps for industrial applications. e) IS : 9542Horizontal centrifugal monoset pumps for clear, cold, fresh water 2.07 PIPING WORK 1.0 SCOPE 1.1 The scope under this section cover fabrication assembly and laying of pressure pipes and pipe fittings. 2.0 STANDARDS & CODES 2.1 The following standards shall be applicable: a) IS : 5822 COP for laying welded steel pipes b) IS : 10234 Recommendation for general pipe line welding 3.0 GENERAL REQUIREMENTS 3.1 The pipe assembly shall be suitable for the service and pressure it serves. The assembly shall be totally

leak proof and easy for maintenance. 3.2 Necessary flanged joints and control valves shall be incorporated in pipe for easy maintenance,

replacement and isolation of section of pipes. The flanged joints shall be 3 mm neoprene gasket or gasket suitable for the pressure and temperature of the fluid.

3.3 The pipes shall be laid in lines and levels indicated in the drawings. The vertical risers shall be properly

secured to the building structure with necessary clamps. The horizontal runners shall be hung fro the ceiling using pipe hangers or laid on structural steel racks.

3.4 Additional supports shall be provided at the assembly of valves and control accessories, change in

direction of pipes etc. 3.5 Neat appearance and good workmanship with provision for easy maintenance shall be prime

consideration. Pipes shall be cleaned thoroughly and cleared off, of all foreign matters before taking up the assembly.

3.6 he pipes shall be assembled and laid in straight line and levels with adequate slopes for draining out the system. 3.7 The inside and outside surface of the pipe and fittings shall be thoroughly cleaned before and after the

fabrication work. 3.8 All fabricated piping shall conform to the fabrication dimensional tolerance specified in the code for

pressure piping, ANSI B 31.3 and shall in no case be more than the following : a) Individual tolerance : „b 1.5 mm b) Overall tolerance : „b 3.0 mm 3.9 All piping work shall be provided with protective coating as specified separately in this section. 4.0 WELDED PIPE ASSEMBLY – 4.01 GENERAL

Page 26: BANK OF BARODA · OF BARODA / reputed large Private Sector Commercial Bank equivalent to 15% of the value of the order amount with a validity period of five years. We understand that

25

This specification covers field and shop welding for carbon steel piping system in particular, following types of joints bends branch connection, valves etc. Butt welds, between pipes, flanges, bends branch connection, valves etc. Fillet welds for junction of slip on flanges and socket weld fittings, reinforcing pads etc. The following accepted standard and procedure shall be applicable: Standard for welding pipes and related facilities - ANSI B 31.3 latest edition. Code of procedure for manual metal arc welding of mild steel- IS:823 latest edition (for structural work only) In case of any variation between the provision of the codes and the specification given below, the later will prevail. 4.02 WELDING REQUIREMENTS All welds joining two sections of pipe, a section of pipe to a fitting or fittings shall be performed employing qualified welding procedure and welders in accordance with clause 02 to 08 of this specification. Before welding, the ends shall be cleaned by wire brushing, filling or grinding. Each weld-run shall be cleaned of slag before the next run is deposited. Welding shall be done by certified welders only. Welding at any joint shall be completed uninterrupted. Welding shall done by manual oxy-acetylene or manual shielded, metal arc process. Automatic or semiautomatic welding processes may be done only with the specific approval of Engineer-incharge. Socket weld joint shall be done with low hydrozen type covered electrodes with manual shielded metal arc process. As far as possible welding shall be carried out in flat position. If not possible, welding shall be done in position as close to flat position as possible. Downward technique is not allowed. A wire spacer of proper diameter may be used for the weld root opening but must be removed after tack welding and before applying root pass. As a rule backing ring shall be used for circumferential butt welds. Tack welding for the alignment of pipe joints shall be done only by qualified welders. Since tack welds form part of final welding, they shall be executed carefully and shall be free from defects. Defective welds shall be removed prior to the welding of joints. Electrodes size for tack welding shall be selected depending upon the roof opening. Welding electrodes shall conform to IS:814 and 815. Tack should be equally spaced as follows: For 65 mm NB and smaller pipes For 80 mm NB to 300 mm NB pipes For 350 mm NB and larger pipes 2 tacks 4 tacks 6 tacks Root run shall be made with respective electrodes/filler wires. The size of the electrodes shall not be greater (12 SWG) and should preferably be 2:64 mm (12 SWG). Welding shall be done with direct current values recommended by the electrodes manufacturers. Upward technique shall be adopted for welding pipes to horizontally fixed position. For pipes with wan thickness less than 3 mm oxyacetylene welding is recommended.

Page 27: BANK OF BARODA · OF BARODA / reputed large Private Sector Commercial Bank equivalent to 15% of the value of the order amount with a validity period of five years. We understand that

26

On completion of each run craters, weld irregularities, slag etc. shall be removed by gringing or chipping. During the process of welding, all movements, shocks, vibration or stresses shall be carefully avoided in order to prevent weld cracks. Fillet weld shall be made by shielded metal arc process regardless of thickness and class of piping. Electrodes size shall not exceed 10 SWG (3.25mm). At least two runs shall be made on socket weld joints. 4.03 WELDING PROCEDURE QUALIFICATION Welding procedure qualification for all piping, shall as per the latest edition of Standard for welding pipelines and

related facilities, ASME-Section - IX. It shall be the responsibility of contractor to arrange and carry out such test at his own cost.

4.04 WELDER'S QUALIFICATION Welder qualification for all piping, shall be in accordance with AS ME Sec.IX. Owner's inspector shaII witness the

test and certify the qualification of each welder. Welders approved by the Owner's Inspector only shall be employed. It shall be the responsibility of the contractor to carry out the qualification test of the welders at his own cost at the job site. All the tools, tackles and auxiliaries required for carrying out welder's test shall be supplied by the contractor at his own cost.

4.05 WELDING PROCESS Welding under the process shall be done with the manual shielded metal arc process. The welding shall conform to the standard codes of welding practice. Welding of carbon steel in general shall be in

accordance with IS:823, Code of procedures for manual metal arc welding of mild steel (For structural steel work only).

The welding of pipes shall conform to ANSI B 31.3 (latest edition). The compliance with this specification does not

reveille fully or partially the contractor's responsibilities for piping fabrication and erection of his own responsibilities as well as on any contractual obligations.

4.06 PREPARATION OF WORK PIECES End Preparation Preparation of ends to be welded will be made properly. Cleaning The ends to be welded shall be properly cleaned. And paint, oil, grease rust and oxide in general shall be removed, as well as all earth, sand or any other material which could be harmful to the welding. Ends shall be totally dry when welded. No dirt or debris will be permitted in the pipelines. Alignment and Spacing Piece to be welded shall be aligned and spaced in a suitable manner, so as to hold the ends during welding at distance to ensure full penetration. For pipe with thickness 4 mm or larger, the pieces to be butt welded shall be coupled by means of pipe couplers or by yokes or bridge 'c' clamps. 4.07 WELDING TECHNIQUE FOR ROOT PASS For Butt Joints The root pass of butt joints, regardless of the technique used shall be such as to achieve full penetration. After the welding is started and until the joint has been completed, displacements, shocks vibration or stresses shall be avoided in order to prevent cracks or breaks in the welds. For Fillet Welds On completion of the root pass, any visual defect or irregularities shall be ground off to avoid defects or

irregularities in next pass.

Page 28: BANK OF BARODA · OF BARODA / reputed large Private Sector Commercial Bank equivalent to 15% of the value of the order amount with a validity period of five years. We understand that

27

4.08 JOINT COMPLETION a) Upward technique shall generally be used for pipe in horizontal and vertical position. b) When the welding is complete, but joints shall have a cover pass. Welds shall have a regular appearance

and shall be free from defects. 5.0 CLEANING 5.1 The pipe shall be thoroughly cleaned, internally and externally during the fabrication, assembling and

completion of the entire piping work using compressed air, clean water etc. 5.2 Necessary detergents shall be used while cleaning and flushing the piping system and in-line instruments,

traps etc. shall be isolated. 5.3 All field-fabricated piping shall be cleaned at the completion of fabrication. Care shall be taken to see that

all burrs, welding icicles and weld spatter are removed by reaming, chipping, filling, sandering or other suitable means. All foreign material such as cement, mortar, sand, heavy oil film and loose scale shall be removed from the interior of pipe by thoroughly flushing with water. To avoid large size foreign material being washed into smaller diameter branch blinds from a larger diameter header line, special precautions should be taken to disconnect at branches or to selectively blank them off.

5.4 A record shall be kept of cleaning of each line or section of erected piping. Cleaned line shall be tagged. 5.5 Proper temporary drainage for flushing water shall be provided so that no damage is done to permanent

facilities. 5.6 Valves shall be cleaned when received. All possible precautions shall be taken to prevent contamination and valves shall be inspected immediately prior to installation. If a valve is found to be

contaminated in any way, it shall be cleaned as follows. a) Removed all foreign particles by wiping with clean lintless cloth. b) Wipe interior of valve with a clean lintless cloth moistened with clean trichloroethylene for metallic valves and dilute Sulphuric acid for PVC valves 5.7 If contamination is excessive in metallic valves, suspend the valve in a degreasing tank with hand wheel

uppermost. Direct stream of liquid trichloroethylene into the rim of the valve, through both ends and against all inside surfaces. Flush thoroughly to remove all foreign matter.

5.8 Temporary screens of 20 mesh shall be installed in all rotary equipment suction lines inlet of all delicate

equipments like glass and glass lines vessels etc. and before starting up a unit. These screens shall be inserted between flanges close to the equipment and must be removed when operation becomes normal.

6.0 ABOVE GRADE PIPING 6.1 All piping shall be erected as shown on the drawings and in accordance with this specification so as to

conform with the applicable codes and engineering design. Arrangement drawings shall show general location and will indicate special dimensions, locations of valves, fittings etc. wherever critical.

6.2 Piping shall be grouped in banks wherever possible but must be at the same time have neat and

economical layout with minimum number of fittings. 6.3 Due provision shall be made for thermal expansion of pipes and equipments preferably by flexible

arrangement, expansion joints etc. Special attention shall be given in the handling and erection of piping to prevent damage and ensure to continue

cleanliness of such piping. 6.4 All flanged joints shall be fitted up so that the gasket contact faces be uniformly on the gasket, and then

made up with relatively uniform bolt stress. The gasket shall be properly compressed in accordance with the design principles applicable to the type of gasket used. All bolts shall extend completely through their nuts.

6.5 Piping connections to equipment shall be made in conformity with details shown on the

Page 29: BANK OF BARODA · OF BARODA / reputed large Private Sector Commercial Bank equivalent to 15% of the value of the order amount with a validity period of five years. We understand that

28

drawings. Large size piping attached to upper flanges of vessels shall be installed after the final setting shimming and grouting of the vessel supports.

6.6 Mill wrighting and grouting of all rotary equipments shall be done before the connected piping as been

installed and properly anchored or supported. 6.7 Slopes of piping specified on drawings shall be maintained. Where no slope is required or where a required slow approaches the horizontal piping shall be checked for sag with a level notless than 1 meter

long equipped with a graduated bubble vial. All low points where liquid maybe entrapped shall be removed.

6.8 `Valved drains shall be provided at all low points where the liquid may be trapped, all high points shall

have valved vents or plugged connections. Prior approval of the Clients/Consultants shall be required for making these provisions.

6.9 After piping is erected in final position, it shall be cleaned, tested for tightness and dried out where

required as already described in this specification. 7.0 UNDER GROUND PIPING 7.1 The pipes laid underground shall be in trenches having a minimum cover of 600 mm and a sand cushion

of 150 mm above the pipe. 7.2 The pipes crossing roads, pavements etc. shall be taken through hume pipes. 8.0 CORROSION TREATMENT 8.1 The pipe assembly shall be provided with outer coating to prevent corrosion. 8.2 The pipe and supporting arrangements laid above ground shall be provided with the following anti

corrosive coating. a) Two coats of paint of approved colour over two coats of red oxide zinc chromate primer for M.S. pipe.

Pipe coat primer shall be fibber an solvent based rubber modified bituminous primer of density 0.92 gm/cu cm and viscosity of 500 to 1000 cps applied at 150 gms per Sq.M. Pipe coat shall be applied by brushing so as to produce effecting bond between metal and subsequently coating of pipe coat membrane. The drying time shall be not less than 24 hours.

b) Two coats of paint of approved colour for G.I. piping. 8.3 WRAPPING All carbon steel pipes and pipefittings shall be thoroughly cleaned of oil and grease, using a solvent degreaser, which must be allowed to dry. All rust, soil and other unwanted matter must be removed prior to solvent degresing by chipping, manual scrapping and or wire brushing. Pipecoat memberance (wrapping) material shall consist of three layers of high molecular high density polyethylene, three layers of polymerized bitumen and one layer of polyesters (total seven layers). The same shall be applied under tension by heating the inner surface of the membrance by means of a blow torch, melting the lower most polyethylene layer and softening the bitumen taking care that the center course is not over heated and pressing the molten bituminous surface onto pipe so that no air is entrapped or voids are found. The resultant coating shall be free or voids are found. The resultant coating shall be free from all bubbles, wrinkles, irregularities, discontinuities. Conventional methods of hesian cloth, tar felt, craft paper, glass wool etc will not be permitted. The coating shall be then allowed to dry and shall be protected from burrs, scratches and sharp edges. Wrapping of pre-laminated self adhesive composite sheets of polyethylene and bitumen similar to PYPKOTE shall be acceptable as corrosive treatment for underground piping. 9.0 VALVES 9.1 The valves shall be incorporated in the piping system as shown on the drawings and shall be installed at

locations and levels so that they are easily accessible for operation, maintenance and replacement.

Page 30: BANK OF BARODA · OF BARODA / reputed large Private Sector Commercial Bank equivalent to 15% of the value of the order amount with a validity period of five years. We understand that

29

9.2 The screwed valves wherever provided shall be easily removable for repairs or replacement. Pipe for

repairs or replacement Pipe nipples with flanged joints to be incorporated on either side of the valves. 9.3 Gate valves shall be incorporated at branch office to isolate the section for maintenance and repairs. The

gate valves shall be used only at shut-off device. 9.4 Butterfly valves and globe valve shall be used to regulate the flow and balancing the system and to

achieve the specified flow in different branches and sections of the piping work. 9.5 Check valves shall be incorporated as indicated on the drawings to counter the reverse flow. These are to

be installed generally at the following places. a) Discharge of centrifugal pumps b) Outlet of equipment which are prone to reverse flow 9.6 Pressure release valve shall be incorporated in the circuit to release the excess pressure to protect the

pipe lines, sanitary appliances and fittings equipments etc. these are to be installed generally at the following places.

a) Down take lines of more than 20m length b) Pressure vessels and filters 9.7 Air release valves shall be incorporated at places subject to air locks, height points in the piping circuit

and the outlet of heat exchangers. Isolation valves are to be provided before the air release valves. 9.8 Strainer are to be incorporated at the suction side of pumps. By pass line with shut off valves to be

provided across every strainer. 9.9 Scour valve of stop valve type shall be incorporated at the lowest points for draining out the system. 9.10 Flanged valves shall be installed using matching flanges on the pipe line with 3 mm thick neoprene gasket unless otherwise specified. The gasket should be suitable for the medium of flow, the

temperature and pressure. 9.11 Supports shall be provided for the pipes at each end of the valve to relive pressure on the valve joint. In

addition to this additional support are to be provided for valves of 100 mm and above. 10.0 HYDRAULIC TESTING 10.1 All piping shall be pressure tested by filling water, removing air locks and applying pressure 2.5 times the

operating pressure using hand or hydraulic test pump unless otherwise specified. 10.2 The pressure shall be maintained for a minimum period of 24 hrs and achieve pressure drop shall be

within 0.25. 10.3 The testing shall be carried in section by blocking both ends or closing the valves, if provided. After

completion of the entire installation and connecting to the mains or pumping system the installation shall once again be tested and rectify breakages, if any, or replace the defective material and workmanship.

10.4 After commissioning the system, each valve shall be tested for effective working by closing and opening a

number of times. 10.5 The piping coming under any local authorities regulator shall be tested according to the clause laid under

such regulations. 10.6 All testing shall be carried out in the presence of the Owner/Consultants and test register shall be

maintained. Water, labour, equipments and register required for the testing shall be the responsibility of the contractor.

10.7 The contractor shall provide all material, tools, equipment, instruments, services and labour required to

perform the test and to remove water resulting from cleaning and after testing. 10.8 After completion of the installation, all water system shall be adjusted and balanced to deliver the water

quantities as specified, quoted or as directed, to individual air handling units and fan coil units cooling coil.

Page 31: BANK OF BARODA · OF BARODA / reputed large Private Sector Commercial Bank equivalent to 15% of the value of the order amount with a validity period of five years. We understand that

30

10.9 Water circuit shall be adjusted by balancing cocks provided for balancing, these shall be permanently marked after balancing is completed so they can be restored to their correct positions, if disturbed. 10.10 Complete certified balancing report shall be submitted for evaluation and approval. Upon approval, four copies of the balancing report shall be submitted with complete drawings and documents. 10.11 Pressurization Pressure shall be applied by means of a suitable test pump which shall not be connected to the system until ready

to test. A pressure gauge shall be provided at the pump discharge for guidance in bringing the system up to pressure. The pump shall be attended to constantly during the test by an authorized operator. The pump shall be disconnected immediately after the test pressure is reached.

The test pressure is to be maintained for sufficient time to permit complete inspection of the system under test but

in no case shall the time be less than ten minutes. Test shall be considered complete only when approval is given by the Engineer-in-charge.

10.12 Test gauge Contractor's own test gauge shall be installed as close as possible to the lowest point in the system being tested.

Prior to installation, the test gauge shall be checked against a standard gauge or calibrated. Calibration of test gauge shall be the responsibility of the contractor.

10.13 Draining All lines and equipment shall be completely drained after the hydrostatic test of a system has been completed.

High point vents shall be open to prevent accessing vacuum and permit complete draining. If it comes necessary to leave the pipe filled with the testing medium for any abnormal length of time suitable

arrangement such as venting shall be made to provide for possible liquid expansion with change in ambient temperature.

10.14 Records Records in triplicate shall be made by the contractor for each system as follows. In case of under ground piping, layouts giving actual elevations of pipeline as laid. Test certificates containing data of test, identification of the piping system, date of flushing and approval by

Owner's Inspector. 2.08 APPLIANCES & ACCESSORIES 1.0 SCOPE 1.1 The scope under this section shall cover supply, installation, testing and commissioning of fire fighting

appliances and accessories. 2.0 STANDARD SPECIFICATION 2.1 The following standard specification shall be applicable. a) IS : 5290 Landing valve b) IS : 5714 Hydrant, stand pipe for fire fighting c) IS : 9972 Sprinkler head, automatic d) IS : 884 Hose reel, first aid for fire fighting e) IS : 636 Hose, FF (Rubber lined or rubberized fabric lined, woven jacketed)

Page 32: BANK OF BARODA · OF BARODA / reputed large Private Sector Commercial Bank equivalent to 15% of the value of the order amount with a validity period of five years. We understand that

31

f) IS : 4927 Canvas hose, unlines flex for FF g) IS : 910 Combined key for hydrant, hydrant cover and lower valve. h) IS : 8090 Coupling branch pipe, nozzle used in hose reel tubing for fire fighting i) IS : 901 Couplings, double male and double female j) IS : 905 Delivery breeching, dividing and collecting instantaneous pattern for fire fighting k) IS : 5131 Dividing breeching with control, for fire brigade use l) IS : 908 Fire hydrant, stand post type m) IS : 5612 Hose clamps and hose bandages for Fire brigade use n) IS : 2546 Fire bucket, galvanised mild steel o) IS : 2871 Branch pipe, universal, for fire fighting purposes p) IS : 926 Axe, fire man's q) IS : 8149 Fire extinguishers (trolley mounted) twin CO2 , functional requirements r) IS : 933 Fire extinguisher, chemical, portable foam type 3.0 GENERAL REQUIREMENTS 3.1 The appliances and accessories should conform to the relevant IS specification and shall meet the

requirement and approval from the fire authorities. 3.2 The appliances and accessories shall be mounted in such a way that they are easily accessible and easy

to operate. 3.3 The fire fighting equipments such as fire extinguishers etc. shall bear the class of fire it is suitable, the operating and precautions etc. 4.0 APPLIANCES 4.1 The external (yard) hydrants shall be single or double headed conforming to IS :5920. The hydrants shall

be complete with stand pipe, hydrant valves and orifice plate wherever necessary. 4.2 The internal hydrants shall be single or double headed conforming to IS: 5920. The hydrant shall be

complete with branch pipe, hydrant valves and orifice plate wherever necessary, blankoff cap etc. 4.3 The hydrant valves shall be flanged gunmetal with instantaneous female outlets suitable for fire brigade

65mm canvas hose. The single headed hydrant valves shall be with 80mm inlet and single 60mm oblique outlet. The double hydrant valve shall be with 100 mm inlet and twin 65 mm seamese outlet.

4.4 The hose pipe shall be 15m long 63mm dia ply flax circular woven canvas, fully shrunk and brunettised for

preservation and shall be with a pair of instantaneous GM coupling. 4.5 The branch pipe shall be brass with 63mm inlet and 20 mm nozzle. 4.6 The first aid hose reels shall consists of 36m long 20mm dia high pressure braided rubber hose mounted

on heavy duty circular M.S drum complete with gun metal shut off valve, nozzle etc. The hose reel bracket shall be M.S fabricated or cast iron swing type suitable for 90 deg. smooth and free rotation in vertical plane.

4.7 The fire hose cabinet shall be 16 SWG sheet steel with lockable hinged door of minimum 50% glazzing.

The cabinet shall be of suitable size to house hydrant valves, hose reel, canvas flex, branch pipe, fire axe and other accessories. The cabinet shall be painted with two coats of synthetic enameled paint over two coats of red oxide zinc chromate primer.

Page 33: BANK OF BARODA · OF BARODA / reputed large Private Sector Commercial Bank equivalent to 15% of the value of the order amount with a validity period of five years. We understand that

32

The minimum size of the cabinets shall be as indicated below: a) With hose reel 1200 x 1500 x 250 b) Without hose reel 600 x 600 x 250 4.8 The fire brigade collective breaching shall be with 150mm header of adequate length with 4 nos. 65mm

spring loaded instantaneous GM coupling with caps. The fire brigade street connection shall be similar to FB breaching but with 150mm butterfly valve and NRV.

5.0 ACCESSORIES 5.1 The air vessel/air cushion tank shall be of adequate capacity fabricated out of sheet steel and shall be

complete with air release valve, 25 mm stop valve, 25 mm drain valve, associated piping work etc. The air vessels shall be mounted at the highest points prone to air trap.

5.2 he air release valves shall be single or double float with air outlet at the top. Drain valves of 50 mm gun

metal shall be provided at the lowest points of the piping work to enable draining of water in the system. The drain valves assembly shall include 50mm nipple and 5m long PVC rubber hose.

ANNEXURE - II VENDOR PROFILE

1. Name of the Organisation and Address

2. Year of Establishment 3. Status of the firm

(Whether Pvt. Ltd. Company / Public Ltd. Company / Partnership firm/Proprietorship firm)

4. Name of Directors / Partners / Proprietor with Mobile Nos: I) II) III) IV) V)

5. Whether registered with the Registrar of Companies / Registrar of Firms. If so, mention number and date.

6. (a) Name and address of Bankers: i) ii)

(b) Turn over of the Company / Firm in FY 2016-17; 2017-18 & 2018-19

(Please attach a copy of CA certificate / audited Balance sheet and Profit & Loss Account for the above mentioned years)

7. Whether registered for sales tax purposes. If so, mention number and date. Also furnish copies of sales tax clearance certificate.

8. Income Tax Permanent Account Number. Furnish copies of Income tax clearance certificate.

9. Equipment: Indigenous / Imported

10. Is the Company / Firm a manufacturer or Dealer / Distributor of Fire Detection System?

11. If the Company / Firm is a Dealer / Distributor? Please furnish details.

a) Give the Name of Manufacturer(s) and their Country.

Page 34: BANK OF BARODA · OF BARODA / reputed large Private Sector Commercial Bank equivalent to 15% of the value of the order amount with a validity period of five years. We understand that

33

b) In case the Manufacture's Offices are located in India, give their address in India and telephone numbers.

c) Enclose Certified True copies of the current Dealership certificates given by the manufacturers.

12. Give details of the after sales service facility provided by your company / firm on all India basis as under:

Name of the Office / Service Center/ Place Name of the Office / Centre Head Mobile No

(May be used separate sheet for the details)

13. What are your fields of activities? Mention the fields on preference basis in the order of annual turnover. i) ii) iii)

14. Since when and how long your Company / firm has been dealing in FFS : 15. Is the Company/ Firm/Manufacturer ISO certified. If Yes, copy of the certificate be enclosed.

16. If you are registered in the panel of other organizations / statutory bodies, such as Banks, PSU, RBI, etc., for

FFS furnish their names, category and date of registration.

17. Furnish the names of Banks, PSU, RBI, where you have installed FFS as the case may be since 01.04.2008, year wise, model wise:

Name of the Organization with Address

Type of FFS Year of Installation

Number of FFS installed

Value of orders

(Please attach the copies of their orders)

18. List of Bankers of Bidders / Manufacturers with complete Address, phone / mobile number, Fax Number, E-Mail Id etc.

19. Details of Technical staff / Engineers:

Sr.No. Name Qualification Post Held Experience

(May be used separate sheet for the details) DECLARATION

1. I / We have read the instructions appended to the Proforma and I / We understand that if any false information is detected at a later date, any future contract made between ourselves and Bank of Baroda, on the basis of the information given by me / us can be treated as invalid by the Bank and I / We will be solely responsible for the consequences.

2. I / We agree that the decision of Bank of Baroda in selection of Vendors will be final and binding on me / us.

3. All the information furnished by me hereunder is correct to the best of my knowledge and belief.

Page 35: BANK OF BARODA · OF BARODA / reputed large Private Sector Commercial Bank equivalent to 15% of the value of the order amount with a validity period of five years. We understand that

34

4. I / We agree that I / We have no objection if enquiries are made about the work listed by me / us in the accompanying sheets.

5. I / We understand that the quantity of Accessories is approximate only and it may decrease or increase from

site to site. SIGNATURE: NAME & DESIGNATION: SEAL OF THE FIRM / COMPANY: PLACE: DATE:

ANNEXURE – III Financial Disclosures by the Bidder:

S. No. Index FFS

1 Number of FFS installed from 01.10.2015 to 31.10.2019 (with documentary evidence)

Year No. of FFS installed

( for five years)

………to……….. ………to……….. ………to……….. ………to……….. Total.

2 Net Worth (NW) of the Firm / Company as of 31.12.2019 as per audited Balance Sheet / CA certificate

3 Net Profit of the Firm / Company as of 31.03.2019 as per audited Balance Sheet / CA certificate

4 Sales volume ( in terms of Rupees) of FFS for previous financial years (attach documentary evidence)

Year Amount

(for three years)

………. to………………..

………. to………………..

………. to………………..

5 Annual turnover for last three FY (attach documentary evidence)

6 Cash loss (if any) for the last three FYs

Authorised Signatory (Name & Designation, Seal of the firm) Date:

Page 36: BANK OF BARODA · OF BARODA / reputed large Private Sector Commercial Bank equivalent to 15% of the value of the order amount with a validity period of five years. We understand that

35

ANNEXURE- IV COMPLIANCE CONFIRMATION (Attach OEM’s Brochure)

TECHNICAL SPECIFICATION FOR SPRINCKLER SYSTEM, HYDRENT SYSTEM,TOTAL

FLOODING SYSTEM,SMOKE EXTRACTION SYSTEM ETC.

Sr

No Specifications

Compliance

Yes / NO

1

Water delivery system upto all the sprinklers shall be kept pressurized by the common fire- pumps,

which shall start automatically on fall of pressure & on receipt of impulse from the concerned pressure-

switch. Small leakage’s in the system shall be made- up by the Jockey pump.

2

In the event of outbreak of fire & the air in the vicinity of sprinkler’s reaching the operating temperature

of the sprinkler bulb, the liquid sealed in glass bulb will expand and break the bulb in small fragments

and water under pressure will pass through the orifice of the sprinkler for fighting the fire.

3 On release of a sprinkler, pressure on the system side of the sprinkler Alarm Valve ( Installation control

valve) assembly will drop and cause the clapper to open to allow flow through released sprinkler. At

the same time water motor gong ( alarm) will be activated to alert the fire- fighting personnel and

others.

4 Main Fire Pump

End suction type, horizontally mounted centrifugal pump (as per IS 1520), TAC approved, capable of

delivering 2250 lpm of clear water at 70 M delivery head, coupled to a suitably powered electric motor

mounted on a common base frame, cushy – foots and rubber friction pads o good quality , coupling

guard & fixing bolts etc.

5 Jockey Pump

End suction type, horizontally mounted centrifugal pump ( as per IS 1520), capable of delivering 180

lpm of clear water at 70 M delivery head, coupled to a suitably powered electric motor mounted on a

common base frame, cushy – foots and rubber friction pads of good quality, coupling guard & fixing

bolts etc

6 DIESEL ENGINE DRIVEN STANDBY FIRE PUMP

End suction type, horizontally mounted centrifugal pump ( as per IS 1520), capable of delivering 2250

lpm of clear water at 70 M delivery head, coupled to a diesel engine, continuously rated for suitable

horse power at 1800 rpm.

7 Fire/ Jockey pumps shall be capable of furnishing not less than 150% of rated discharge capacity at a

head of not less than 65% of the rated head. The shut- off head shall not exceed 120% of rated head.

8 C.I. components of the sluice valve shall be of Grey cast iron conforming to IS 210. The valves shall be

flanged having solid wedge gate valve, inside screw, hand wheel with open closed indications etc all

conforming to IS : 13095 but of nominal pressured rating of PN 1.6 as per TAC norms.

9 Body Test at 2.4-M pa (Gauge) for minimum 5 minutes

10 Seat Test at 1.6-M pa (Gauge) for minimum 2 minutes

11 Flange drillings shall normally as per IS 1538

12 G. M. VALVES

Bun – metal components of the peets i.e Gate Valves, Check Valves i.e. non- return valves, and Globe

valves etc shall be of Bun metal conforming to Grade 2 of IS 318. The valves shall be having flanged or

screwed ends, hand wheel with open – close indications etc. all conforming to Class – 2 valves of IS778.

All the above mentioned values should be of ISI marked.

TEST PRESSURE AT MANUFACTURER’S WORKS.

Body test 30 kgf/ sq. cm for minimum 2 minutes

Seat test 20 kgf/ sq. cm for minimum 2 minutes

13 C. I. reflux valves, i. e. swing check type non- return valves, shall be conforming to IS 5312.

14 Cylindrical type suction strainers for fire- fighting purpose shall conform to IS 907

15 All MS/ ERW pipes shall be as per IS 1239 ( medium) upto 150 mm NB size and as per IS 3589

16 Gun metal landing valves ( internal Fire Hydrants) with oblique type single hydrant as per schedule of

quantities complete with hose coupling adapter of 63mm size, instantaneous spring lock arrangement

and blank cap with chain conforming to IS 5290 External Fire – Hydrants to be provided with stand

posts as specified in schedule of quantities. Orifice plates may be provided where inlet pressure is

required to be reduced or when running pressure exceeds 7 kg/ sq. cm

17 Gun metal, short type, instantaneous pattern branch pipe to fire hose delivery coupling of 63 mm size

complete with nozzle of 20 mm nominal size ( ISI marked).

18 63 mm nominal internal internal dia hose, rubber lined woven – jacketed coupling with type – A (

Reinforced Rubber lined type) of IS 636, ( ISI marked) fire fighting delivery hose 15 M long each, fitted

with gun metal coupling of 63 mm size

Page 37: BANK OF BARODA · OF BARODA / reputed large Private Sector Commercial Bank equivalent to 15% of the value of the order amount with a validity period of five years. We understand that

36

19 Swinging hose reel conforming to IS 884 & comprising of 3 ply rubber hose of length specified in

schedule of items, 20 mm ( ¾’) nominal bore ( 350 psi bursting pressure), mild steel pressed reel with

170 degree swinging, nozzle of G. M. chromium plated, with non- jamming controlling handle which

shall stay at the ‘ON’ or ‘ OFF’ position as set, wall brackets with ‘U’ shaped reel carrier made of C.I,

complete with 25 mm N.B. G. M globe valve at the inlet, and orifice plates ( if necessary for reducing

pressure).

20 Fire- Brigade connections (inlets) to wet Risers & U. G. Reservoir shall be with four numbers of 63 mm

instantaneous inlets for each connection as per TAC norms with non – return valves. Other aspects of

the connection shall be as per IS 904

21 Sprinklers shall be of conventional pattern quartz bulb type, as per TAC norms.

22 Operating temperature shall be 68 degree C or as suggested by TAC/ Local Fire- Brigade Authority

23 All A. C. motors shall be TAC approved make and type & totally enclosed fan cooled and shall have

class B insulation with degree of protection IP 55 conforming to IS 325 and frame sizes as per IEC. All

motors shall be suitable for both DOL and STAR/ DELTA starting, as required. The motor terminal box

shall be suitable for receiving aluminum cables and suitable for positioning on the motor body at

intervals 90- degree as required for the particular application. The motors shall have also two distinct

terminals for earthling All the motors shall be suitable for 415 V ( - 15 to + 5% variation) 3 phase 50

HZ plus minus 3% AC supply.

24 All power cables shall be multi core, 1100 V grade, PVC insulated, PVC sheathed, aluminum conductor

cables manufactured and tested as per IS 1554.

25 All control cables shall be multi core, 1100 V grade, PVC insulated and over all PVC sheathed with

copper conductor of 2.5 sq. cm. cross section.

26 For MCC one 415 V, A. C. 3 phase and neutral 50 HZ feeder of adequate capacity shall be made

available at the M.C.C incomer.

27 Total Flooding System

28 Smoke Extracting System

Page 38: BANK OF BARODA · OF BARODA / reputed large Private Sector Commercial Bank equivalent to 15% of the value of the order amount with a validity period of five years. We understand that

37

ANNEXURE-V REFERENCE SITE DETAILS

(List of major Customers to whom the Bidder has installed FFS.

Name of the Company

Address of the Company

Name, designation of contact person with telephone no. and e-mail ID

Name: Designation: Landline No.: Cell No. : E-mail ID:

Details of FFS in last one year (Ref. No, date of order and quantity with photo copy of orders)

AUTHORISED SIGNATORY (Name & Designation, Seal of the firm) Date: