sbi infra management solutions pvt. ltd. circle office ... · ahmedabad terms & conditions,...
Post on 17-Aug-2020
0 Views
Preview:
TRANSCRIPT
1
Sign and Seal of Contractor
SBI INFRA MANAGEMENT SOLUTIONS PVT. LTD.
CIRCLE OFFICE, AHMEDABAD
STATE BANK OF INDIA, 3RD FLOOR, LOCAL HEAD OFFICE, BHADRA,
LALDARWAJA, AHMEDABAD-380001
SBIIMS INVITE TENDERS ON BEHALF OF SBI
FOR
REPLACEMENT OF RISER MAINS AND REPAIRING OF WATER BASED
FIXED FIREFIGHTING SYSTEM AT SBI, LHO BUILDING, AHMEDABAD
TENDER ID : AHM201902005
FROM
THE SBI APPROVED EMPANELLED CONTRACTORS
PART – A: TECHNICAL BID
TENDER SUBMITTED BY:
NAME :
ADDRESS :
_____________________________
_____________________________
_____________________________
DATE : _____________________________
2
Sign and Seal of Contractor
Tender ID : AHM201902005
NOTICE INVITING TENDERS
SBIIMS on behalf of SBI invites “online item rate E-tender” from the SBI Empanelled
contractors under appropriate category for the captioned work.
The details of tender are as under:
S.No. Description
1. Name of work REPLACEMENT OF RISER MAINS AND REPAIRING OF
WATER BASED FIXED FIREFIGHTING SYSTEM AT SBI, LHO
BUILDING, AHMEDABAD
2. Nature of Work
3. Time allowed for completion 60 days from date of acceptance of work order.
4. Application/ Tender fees Rs 2000 /- (Rupees. Two Thousand Only)
Non-refundable
AMOUNT TO BE PAID ONLY THROUGH SB COLLECT
PAYMENT PORTAL AVAILABLE IN SBI site
https://www.onlinesbi.com )
GUIDELINES TO MAKE ONLINE TENDER FEES
go to SBI Internet Banking website-
https://www.onlinesbi.com/
↓
Select SBI Collect from Top Menu
↓
Click Check box to Proceed
↓
Select "All India " in state Corporate/Institution
and "Commercial Services" in type of Corporate /
Institution after that click go ↓
3
Sign and Seal of Contractor
Select " SBI INFRA MANAGEMENT SOLUTIONS
PVT. LTD." IN Commercial Services Name and
Submit
↓
Select "Tender Application Fee" in Payment
category and Enter "Tender ID " and Submit
↓
The Vendor will have to fill up the fields properly
and submit upon making the payment a receipt will
be generated with a reference no. on submit. The
Contractor has to enclose the receipt along with
EMD in Technical Price.
5. Period of deposit of tender
Fees (online) in SB collect* 18-02-2019 to 04-03-2019
6. Earnest Money Deposit Rs. 9,700/- (Nine Thousand Seven Hundred only) by means of Demand Draft / Pay Order (Valid for a period of 180 Days from the last date of submission of the tender) from any scheduled Nationalized Bank drawn in favour of State Bank of India and payable at Ahmedabad.
7. Initial Security Deposit 2% of contract amount including EMD
8. Total Security deposit 5% of the final bill amount including ISD.
9. Start and end date for downloading of tender documents form Bank’s website
18-02-2019 to 04-03-2019 at www.sbi.co.in under<Link>procurement news.
10. Last date & time for
submission of Technical bid,
EMD and receipt of deposit of
tender fees.
04-03-2019 by 03:00 pm
11. Address at which Technical
bid (hard copy) along with
EMD, Application fees in
cover A and price bid in
separate cover B has to be
submitted
Circle Head & Vice President,
SBI Infra Management Solutions Pvt. Ltd.
Third Floor, SBI, LHO, Bhadra,
Laldarwaja Ahmedabad-380001
4
Sign and Seal of Contractor
12. Date and time of opening of
Technical bid at SBIIMS,
Circle Office address
mentioned at Sr. No.11
04-03-2019 by 3.30 PM
13. Date & time of opening of
Price bid at SBIIMS, Circle
Office address
mentioned at Sr. No.11.
Price Bid of only Technically Qualified bidders
will be opened.
14. Liquidated Damages 0.50% of contract amount per weeks subject to
max. 5% of contract value or final bill value.
15. Defects liability period 12 Months from the date of Virtual Completion
16. Validity of offer 180 days from the date of opening of Price-bid
17. Water and Electricity If contractor is permitted to use SBI/ SBIIMS source
of water / electricity, the SBIIMS Pvt. Ltd will recover
@ 0.5% of contract amount from the final bill of
contractor. However further distribution &
extension & light fixtures etc. with required MCB
switches, switch boards, lamp, tube etc. shall be
arranged by the contractor at their own cost
within the accepted tender amount. Bank will
recover 0.5% of the final bill amount towards
consumption of water / electricity.
18. Value of Interim Certificate Rs. 5 Lakhs in form of RA/ Adhoc payment. No advance on materials / plant / machinery or mobilization advance shall be paid under any circumstances.
* Fee paid beyond the permitted period will be rejected.
19. Tenders can be downloaded from the bank’s website www.sbi.co.in (link)
<Procurement News>. It shall be responsibility of the contractor to arrange and ensure
5
Sign and Seal of Contractor
that all pages of technical and financial bid are properly bound separately. Tenders in
loose pages may be disqualified.
20. The contractor shall sign and stamp each page of the tender document thereby
ensuring the number and sequence of all pages.
21. No conditions other than mentioned in the tender will be considered, and if given
they will have to be withdrawn before opening of the price-bid.
22. The SBIIMS reserve their rights to accept or reject any or all the tenders, either in
whole or in part without assigning any reason(s) for doing so and no claim /
correspondence shall be entertained in this regard.
23. Tenders received without EMD and Application Fees shall be summarily rejected
and such tenders shall not be allowed to participate in the online price bidding process.
24. In case the date of opening of tenders is declared as a holiday, the tenders will
be opened on the next working day at the same time.
25. Conditional tenders shall be summarily rejected.
Circle Head & Vice President (Civil)
6
Sign and Seal of Contractor
FORM OF TENDER
To, The Circle Head & VP (Civil),
Circle Office,
SBI Infra Management
Solutions Pvt. Ltd.,
Ahmedabad- 380001.
Dear Sir,
Having examined the drawings/ specification/ design and schedule of quantities
relating to the works specified in the memorandum hereinafter set out and having
visited and examined the site of the works specified in the said memorandum and
having acquired the requisite information relating thereto as affecting the tender,
I/We hereby offer to execute the works specified in the said memorandum at the
rates mentioned in the attached Schedule of Quantities and in accordance in all
respects with the specifications, design, drawings and instructions in writing
referred to in conditions of tender, the Articles of Agreement, Special Conditions,
Schedule of Quantities and Conditions of Contract and with such materials as are
provided for by, and in all other respects in accordance with such conditions so
far as they may be applicable.
MEMORANDUM
Description of work Replacement of Riser Mains and Repairing of
Water Based fixed Firefighting System at SBI,
LHO Building, Ahmedabad
Earnest Money Rs. 9,700/- (Nine Thousand Seven Hundred
only) by means of Demand Draft / Pay Order
(Valid for a period of 180 Days from the last date
of submission of the tender) from any scheduled
Nationalized Bank drawn in favour of State
Bank of India and payable at Ahmedabad.
Percentage, if any, to be
deducted from Bills and total amount
to be retained
10 % from Running Bills, subject to maximum
Total 5% of contract amount or actual Final Bill
value including EMD & Initial Security Deposit.
Time allowed for completion of the
Works from fourteenth day after the
date of written order or date of
handing over of the site (whichever is
later) to commence the work.
60 days
7
Sign and Seal of Contractor
I/We have deposited a sum of Rs. 9,700/-(Rupees Nine Thousand Seven Hundred only) of the total tender amount as Earnest Money with the State Bank of India which is not to bear any interest. Should I / We fail to execute the Contract when called upon to do so I/ We do hereby agree that this sum shall be forfeited by me/us to SBI Infra Management Solutions.
1) Our Bankers are: i)
ii)
The names of partners of our firm are: i)
ii)
Name of the partner of the firm Authorized to sign
Or
(Name of person having Power of Attorney to sign the Contract.)
(Certified true copy of the Power of Attorney should be attached)
Yours faithfully,
Signature of Contractors.
Signature and addresses of Witnesses
i)
ii)
8
Sign and Seal of Contractor
ARTICLES OF AGREEMENT
(On non-judicial Stamp Paper of Rs. 500/- or as per latest Govt. Rules)
Articles of Agreement made this_______________________________ day
of______________________________________________________________
between State Bank Of India, a body, corporate constituted under the State Bank
Of India Act and having its Asst. General Manager, State Bank Of India, Circle
Security Department, LHO, Ahmedabad.
Herein after called the Bank which expressions shall include its successors and assigns
---------------------------------------------------------------------------------------------------------------------
--------------------------------------------------------------------------------------------------------------of
the one part and __________________(name & address of
contractor)________________________ hereinafter called the “Contractor” which
expression shall include the successors and assigns of the other part.
ANDWHEREAS for the said, REPLACEMENT OF RISER MAINS AND REPAIRING OF
WATER BASED FIXED FIREFIGHTING SYSTEM AT SBI, LHO BUILDING,
AHMEDABAD Terms & Conditions, Specifications and the Schedule of items quantities
etc, have been signed by and on behalf of the parties hereto.
AND WHEREAS the Contractor has agreed to execute upon, subject to the conditions
set forth herein and Schedule of Items and quantities, General & Special Conditions of
Contract, specifications etc contained in the tendered documents including all
correspondences exchanged by or between the parties from the submission of tender
till the award of work, both letters inclusive, (all of which are collectively hereinafter
referred to as “the said conditions” , details of which are described in the schedule
attached hereto, the works shown upon the said drawings and/or described in the said
specification and included in the schedule of items and quantities at the respective rates
therein set forth amounting to the sum as therein arrived at or such other sum shall
become payable there under arrived at or such other sum as shall become payable
there under (hereinafter referred to as “the said contract amount”)
NOW IT IS HEREBY AGREED AS FOLLOWS
1. In consideration of the said contract amount to be paid at the time and in the
manner set forth in the said conditions, the contractor shall upon and subject to
the said conditions execute and complete the work shown in the said drawings
and described in the said specifications and the schedule of items and quantities,
as per the terms and conditions contained in the said conditions
2. The Bank shall pay the Contractor the said contract amount, or such other sum
as shall become payable, at the time and in the manner specified in the said
conditions.
9
Sign and Seal of Contractor
3. The Architects in the said condition shall mean the said ………. architects, In the
event of their ceasing to be the Architects for the purpose of this contract for
whatever reason, such other person or persons as shall be nominated for that
purpose by the Bank, provided always that no person subsequently appointed as
Architects under this contract shall be entitled to disregard or over rule any
previous decisions or approvals or directions given or expressed in writing by the
Architects for the time being.
4. The said general condition, Special condition, technical drawings, Notice Inviting
Tender, specifications, Guarantee, Instruction to Tenderers Price Bid (Schedule of
Quantities), Correspondences, Letter of Acceptance, Agreements and
Appendices there to, contained in the tendered documents/said conditions shall
be read and considered as forming part of this Agreement, and the parties hereto
shall respectively abide by, submit themselves to the said conditions and perform
the agreements on their part respectively in the said conditions contained therein.
The plans, agreements and documents mentioned herein shall form the basis of
this contract. This contract is neither a fixed Lump Sum contract but is a contract
to carry out the work in respect of REPLACEMENT OF RISER MAINS AND
REPAIRING OF WATER BASED FIXED FIREFIGHTING SYSTEM AT SBI, LHO
BUILDING, AHMEDABAD.
5. As per the scope described and to be paid for according to actual measured
quantities at the rates contained in the Schedule of Rates and / or negotiated
rates and Probable quantities or as provided in the said condition.
6. The Bank reserves to itself the rights of altering the specifications and nature of
the work by adding to or omitting any items of work or having portions of the
same carried out without prejudice to this contract.
7. (a) The Contractors represent that they have experience and competent staff
which will enable them to ensure proper quality check on the materials, whether
brought by the contractors or supplied by the Bank to the contractors, and which
will ensure that the contractor will carry out proper tests as required by the
specifications and will supervise the day to day working and execution of the
contract work.
(b) If the contractors have any doubt about the quality of the materials or any
difficulty in supervision of the day to day work it shall be duty of the contractors to
report the matter in writing forthwith to the Bank and for the time being suspend
that portion of the work about which difficulty is experienced, and the contractors
will abide by the directions given by the Bank.
10
Sign and Seal of Contractor
(c) The contractors are aware that the Bank will not give day-to-day supervision
but will periodically supervise and the contractor has to perform their obligations
under the instructions given to him periodically and under sub clauses (a) and (b)
above.
(d) The contractors covenant and warrant that completed items of work as well as
the entire work on completion will be in conformity with the specifications
and the terms and conditions contained in the said conditions and will be of
contract quality and description.
8. Time shall be considered as the essence of this contract and the contractor
hereby agrees to commence the work on the day on which he is instructed to
take possession of the site or from the fourteenth day after the day of issue of
formal Work Order as provided for in the said conditions whichever is later and to
complete the entire work within 45 days subject nevertheless to the provisions for
the extension of time.
1. All payments by the Bank under this contract will be made only at Ahmedabad.
2. Any dispute arising under this Agreement shall be referred to arbitration in
accordance with the stipulation laid down in the general conditions of contract.
3. The contents of this agreement have been read by the contractor and fully
understood by the contractor.
IN WITNESS WHEREOF the Bank and the Contractor have set their respective hands
to these Presents and two duplicates hereof the day and year first herein above written
(If the Contractor is a Partnership Firm or an Individual).
IN WITNESS WHEREOF the Bank has set its hands to these presents through its duly
authorized official and the contractor has caused its common seal to be affixed hereunto
and the said duplicates have /has caused these presents and the said two duplicates
hereof to be executed on its behalf, the day and year first herein above written (If
contractor is a Company).
Signature clause:
_______________________
SIGNED AND DELIVERED
By the hand of Shri ------------------Asst. General Manager, of State Bank Of India (Name
and Designation)
11
Sign and Seal of Contractor
In presence of ________________________________________
1. __________________________________________
Address __________________________________________
2. ___________________________________________
Address _____________________________________________
(Witness)
SIGNED AND DELIVERED by _________________________________
(If the Contractor is a Partnership Firm or an individual , should be signed by all
partners or by duly authorized person on behalf of all partners)
(1) ______________________________
Address ______________________________
(2) ______________________________
Address ______________________________
(Witness)
THE COMMON SEAL OF ____________________________was hereinto affixed pursuant to the resolution By Board of Directors at the Meeting held on __________ ( If the Contractor signs under its common seal, the Signature Clause should tally with the sealing clause in the Articles of Association)
SIGNED AND DELIVERED by
(1) ____________________________________
(2) ____________________________________
1) ______________________________
12
Sign and Seal of Contractor
Address ______________________________
(2) ______________________________
Address ______________________________
(Witness)
SIGNED AND DELIVERED by _________________________________ (If the Contractor has signed by the hand of Power of Attorney, whether a Company or Individual)
(1) ______________________________
Address ______________________________
(2) ______________________________
Address ______________________________
(Witness)
13
Sign and Seal of Contractor
A. NOTE
a) The specifications and contents laid down in the tender are for Fire Protection works
for The State Bank of India TENDER and consists of fire hydrant system, wet riser
system and accessories & Piping arrangement.
b) Work under this contract shall be carried out strictly in accordance with
specifications attached and all relevant latest Indian standards, National building
code (NBC), Tariff Advisory Committee (TAC), local fire approval authorities (fire
service department) & any other statutory bodies.
c) Items not covered under these specifications shall be carried out as per
specifications of the latest local fire officer’s regulations with the latest amendment
applicable.
d) In the event of the works not covered by Indian standards, British / American
standards shall be followed.
e) The system will be catering to Bank building; accordingly the offered system shall be
suitable for continuous trouble free operation to meet any non predicted and
unwanted emergency.
B. INSTRUCTIONS TO TENDERER
a) The tenderer is expected to have visited and studied the nature of site, scope of
work, local conditions, details of construction drawings, materials and labor
conditions as applicable to work. Before quoting the rates, every tenderer is
expected to inspect the site of the proposed work and to have satisfied himself as to
the nature of all works, all existing roads, water-way and other means of
communication and access to and from the site and work and the building that may
be required for temporary purposes in connection with the construction, completion
and maintenance of the works and must make his own enquiries as to work, yard
sites and depot and dumps and as to acquisition of such additional sites and areas
as may be necessary for temporary purpose for constructing, completing and
maintaining the Works. He must ascertain the availability of space for storage of
construction materials, water supply, electricity, means of access to the work, nature
of work and acquaint himself with all local conditions. A tenderer shall be deemed to
have full Knowledge of all the relevant documents, samples, site, etc. Whether he
inspects them or not before submitting the tender.
b) The tenderer shall not make alteration or amendments in the scope of work, in
the specifications and in descriptions as incorporated in the tender documents,
since in such cases the tender is liable to be rejected and if at all any alterations are
suggested it should be clearly highlighted in the format furnished in the annexure of
“Deviations” No alteration shall be made in the form of tender or in the specification
14
Sign and Seal of Contractor
and schedule. If there is any error in writing, no overwriting should be done, the
wrong word or figure should be struck out and the correct one written above or neat
it in unambiguous way. Each correction should be initialed.
C. CONTRACTORS TO READ THIS CAREFULLY
a) Tender to be submitted in sealed cover, containing Technical Bid should clearly
super scribe the name of work, due date & time of opening and addressed to
The Circle Head & Vice President (Civil), SBI Infra Management Solutions Pvt. Ltd.,
3rd Floor, State Bank of India, Local head Office, Bhadra, Ahmedabad to identify
them easily.
b) TENDER DOCUMENTS: The technical bid comprising (EMD, all the terms &
Conditions pertaining to execution of contract, Technical Specifications will be
invited in the form of hard copies in conventional way. The same will be kept in
sealed cover. The same will opened in presence of tender opening committee.
c) All corrections, erasures and overwriting should be initialed by the Contractor.
d) Discrepancies and Adjustment of Errors: Any error in quantity or amount in
Schedule of Quantities showing item or work to be carried out shall be adjusted in
accordance with the following rules:
(i) In the event of a discrepancy between amounts in words and figures quoted by
a tenderer in the rates column, the amounts in words shall prevail.
(ii) In the event of an error occurring in the amount column of the Schedule of
Quantities showing items of work, as a result of wrong multiplication of the unit
rate and quantity, the unit rate shall be regarded as firm and multiplication shall
be amended on the basis of the rate.
(iii) All errors in totaling in `amount' column in carrying forward total shall be
corrected.
(iv) Any rounding of amount against `items' or in `totals' shall be ignored.
(v) Employer reserves the right to reject any or all tenders without giving any
reasons, and to waive any deviations, which do not constitute a material
modification in the received tenders. They also reserve the right to accept any
tender and not only the lowest without giving any reasons. Not more than one
tender shall be submitted by a Contractor or by a firm of Contractors. No two or
more concerns in which an individual is interested as a proprietor and/or
partner shall tender for the execution of the same works. If they do, all such
tenders shall be liable to be rejected. A tenderer shall submit the tender who
satisfies each and every condition laid down in this notice and tender
15
Sign and Seal of Contractor
documents, failing which, the tender will be liable to be rejected. In addition to
the above, the tender will also be liable to be rejected outright, if:
a) The tendered proposes any alteration in the work specified or in the time
allowed for carrying out the work or any condition or correction made in
any code or mode of Schedule of Quantities or Specifications,
Conditions of Contract.
b) Any of the page or pages of the tender is/are removed or replaced.
c) The tenderer does not initial all corrections, additions or pasted slip.
d) Any erasure is made by him in the tender, and
e) The above instructions shall form part of the conditions of contract.
16
Sign and Seal of Contractor
D. APPENDIX TO TENDER
1. All payments will be made
at
Ahmedabad
2. Jurisdiction Ahmedabad
3. Terms of Payment Rs. 5 Lakhs in form of RA/ Adhoc payment. No advance on materials / plant / machinery or mobilization advance shall be paid under any circumstances.
4. Inspection As per site requirement.
5. Insurance Worker Insurance Policy for contractor’s men, material
in transit and third party insurance to be arranged by
contractor.
6. Power and Water supply The Employer will provide the power and water for
erection and commissioning at one single point as per
NIT, further distribution and safe drawl to be arranged
by contractor.
Note:
a) If, on 04/03/2019 is declared a holiday, then tenders would be accepted by 15:00 hrs
on the next working day and accordingly would be opened at 1530 hrs on the same day.
You may send your representatives to attend the tender opening process at the given
time and date.
b) Sealed Bid received later than the given time/date will be summarily rejected.
Canvassing in any form will lead to disqualification.
c) The Bank reserves the right to reject any or all the offers without assigning any reasons
thereof.
17
Sign and Seal of Contractor
SAFETY NORMS: a) These Safety Rules are incorporated in and form part of the contract document for
all contractors engaged in executing works on site to reduce accident and to
maintain high standard of safety at site.
b) These health and safety rules are in no way intended to relieve the contractors from
any obligations or liability to the employer under the contract nor are they intended
to relieve the contractors of any of his legal obligations for the avoidance of
accidents.
c) In all matters arising in the performance of the contract, the contractors shall
comply with various rules and regulations of various legal authorities that shall be
applicable to the works.
d) The contractors shall not in the performance of the contract in any manner
endanger the safety or unlawfully interfere with the convenience of the public.
Cancellation, addition or revision of these safety rules will be carried out from time
to time as deemed necessary.
e) The contractor shall obtain a “WORK PERMIT “from Engineer before starting any
work on site. The "Work Permit” is issued to prevent contractors working in
unauthorized areas and will be valid for specific area for a limited period.
f) All employees shall wear helmet and shoes while working at site at all times.
Contractor shall issue an identity card to all his employees working on site and the
same shall be displayed by the employees at all times.
g) The contractor will supply / provide to all his persons required safety and personal
protective Equipment (PPE) as required by legislation, Site regulations or the
method of work. The contractor will borne all the expenses for providing the above
equipment.
h) Persons below 18 years of age shall not be employed to work on site. Persons under
the influence of alcohol shall not be allowed on site.1.6 the contractor must ensure
that his workmen are following safe working practices /procedures.
i) Do not take undue risk or chances while at work.
j) For carrying out work involving height proper and stable pipe scaffolding should be
used.
k) Ensure that all his employees and those of any sub- contractor have sufficient
information, instruction, training and competence to enable them to carry out safely
the work specified in the contract.
l) The contractor during the course of the contract should comply with various
statutory rules and regulations of various enforcing authorities apart from safety.
18
Sign and Seal of Contractor
GUARDS AND FENCING:
a) All machinery and plant brought on site by the contractor shall be fully guarded to
relevant standard and protected to ensure the safety of all people.
b) No machinery or equipment shall be operated if it is inadequately guarded.
c) Only authorized and experience person shall operate dangerous equipment or
machinery.
WORK AT HEIGHT:
a) Contractor shall obtain “Work Permit “for carrying out work involving height.
b) Only experience person shall be engaged to carry out work involving height.
c) Scaffolding erected shall be strong, stable and properly secured. Strong and sturdy
working platform with handrails shall be provided for person to carryout the work
at height in a safe manner.
d) As per site condition use of safety net shall be made to arrest any fall of person or
materials from height.
e) The workers working at height shall wear safety belt with its life line fastened to a
firm support.
f) Make use of rope for taking up or lowering of materials or tools while working at
height.
g) The area of work and its surrounding shall be made free from other activities or
cordon off the area.
h) Do not keep or store any materials or tools on the scaffolding after the days work.
WELDING ACTIVITY:
a) The welding machine and its accessories should be in good working condition.
b) The welding cable and power cable should be of good quality with proper electrical
fitting. Earthing cable should be of good quality and sufficiently long to enable
earthing of the job.
c) Proper earthing shall be provided to the welding machine and the job.
d) The work area and its surrounding shall be made free from any flammable or
combustible materials.
e) The welder shall use helmet, leather hand gloves, shoes, welding screen, welding
goggles and safety belt when working at height.
f) The area of work and its surrounding shall be cordon off or free from any other
activities.
g) Fire extinguishing medium like fire extinguishers, water or sand must be available at
the working place.
19
Sign and Seal of Contractor
h) The electrode buds should be collected at one place and disposed off.
i) After completion of the job switch off the power of the welding machine and inspect
the area to ascertain the area is safe. The welding cable and the earthing cable
should be removed, rolled and should be kept in proper place along with welding
machine.
GAS CUTTING ACTIVITY:
a) The gas cylinder shall be carried in a trolley.
b) The rubber hose fitted to the gas cylinder shall of good quality and sufficiently long.
c) The gas cylinder shall be fitted with gas regulator and pressure gauges which must
be in good working condition. Non return valve shall be provided on the gas cylinder
to prevent back fire.
d) All the joints on gas cylinder, gas cylinder valves, gas holder connection, gas rubber
hose joints etc shall be free from any type of leakage.
e) The operator shall wear helmet, hand gloves, safety goggles, shoes etc while carrying
out the activity. While working at height safety belt shall be used. The operator shall
use gas lighter to light the gas.
f) The work place and its surrounding areas shall be free from any flammable or
combustible materials.
g) The gas cylinder shall be kept away from an hot object.
h) The gas hose shall be kept away to prevent any contact with the hot falling material.
i) The area below and its surrounding shall be free from any other activity or cordon
off.
j) Fire extinguishing medium like fire extinguishers, water or sand shall be available at
the work place.
k) After completion of the job close the valve of the gas cylinder and discharge the gas
from the gas hose. Keep the gas cylinder and gas pipe in a proper place.
20
Sign and Seal of Contractor
LIFTING / ERECTION OF HEAVY EQUIPMENT:
a) Proper capacity lifting gears shall be used to for lifting the equipment.
b) Only trained operator shall operate the lifting machine and shall take signal from
authorized signal man.
c) No equipment shall be kept suspended at a height on lifting machine without
providing proper supports and fasteners.
d) The people on site shall be alerted while lifting activity is carried out or cordon off
the Area.
e) Lifting and lowering of load shall be carried out without any jerks.
f) While carrying the load from one place to another ensure that load does not swing.
g) The load to be lifted shall be properly tied to avoid any fall of load.
h) Proper access shall be provided to the people to reach the working the working
place.
i) No load shall be lifted beyond its safe working load.
j) Lifting or erection activity shall be carried out under proper supervision.
k) Workers engaged in the work activity shall wear hand gloves, shoes to prevent any
injury to hands and foot.
HANDLING OF REINFORCEMENT ROD:
a) Reinforcement rod shall be stacked in proper place diameter wise and the area of
reinforcement rod staking shall be barricaded. Proper walking place shall be
provided in the reinforcement rod area.
b) The machinery used for cutting / bending rod shall be properly guarded.
c) Authorized and trained operator only shall operate the machine. The working area
around the machines should be free from any obstruction.
d) Electrical connection to the machines shall be taken by using proper electrical
fittings.
e) Cut pieces shall be stored lengthwise in proper place.
f) A waste bin shall be provided to store scrap materials and it shall be disposed
periodically.
g) While carrying long bars on site both ends of the bars should be tied with binding
wire to avoid swinging movement.
h) Workers should wear helmet, shoes and hand gloves as required.
i) Reinforcement rod should not be used in fencing, barricading, for levels marking etc.
ELECTRICAL:
a) Proper power distribution boards with sufficient sockets and switches and in
21
Sign and Seal of Contractor
sufficient numbers shall be provided at proper place for smooth and safe working.
b) All electrical power distribution shall be through MCB and ELCB.
c) All electrical installation shall be properly earthed and grounded.
d) Good quality cable shall be used and as far as possible avoid joints in the cable.
e) Any joints in the cable shall be properly insulated.
f) Cables shall not run on floor. Cables shall be routed through sufficient height to
avoid any obstruction.
g) Water shall not be allowed to accumulate near electrical installations.
h) Electrical cables shall not run or placed on metal body or pipe scaffolding.
i) Switch boxes or switch boards shall be properly fitted and should not lie on floor.
j) Electrical connection shall be taken through proper electrical fittings.
k) Do not overload switch. Provide switches of required capacity.
l) All electrical work shall be carried out by the authorized electrician only.
m) Provide adequate lighting at the work place and in storage area. Also the site should
be properly illuminated by providing adequate lighting.
FIRE SAFETY:
a) Before carrying out any hot jobs the contractor shall clear any flammable or
combustibles materials in the surrounding areas of the work.
b) Oil spillage or drips shall be cleaned immediately.
c) Oil soaked cotton rags or waste shall be disposed off in a safe manner
d) Flammable materials shall be stored in an isolated place in a well ventilated area.
e) Smoking is prohibited in fire prone areas.
f) Proper earthing shall be provided to all electrical installation and grounded.
g) Gas cylinders shall be stored in a proper place.
h) Fire extinguishers of various types and in sufficient numbers shall be kept at
appropriate place to deal with any fire. Also water storage arrangement shall be
made at site.
i) Trained persons to operate the fire extinguishers shall be available at site.
BARRICATION / FENCING:
a) Excavated areas, pits drainage chambers, slab edges, opening in slabs and such other
dangerous locations which poses fall of person should be suitably barricaded or
fenced to prevent fall.
b) The contractor has to maintain these barricading till that area is made safe.
c) The contractor has to provide caution tape to alert persons of the danger.
22
Sign and Seal of Contractor
d) Danger signboards / lights shall be displayed.
HOUSEKEEPING:
a) The site shall be kept in a neat and clean condition at all times. Contractor shall
deploy housekeeping workers on site to clean their area of work and to dispose off
the waste /debris generated on day to day basis. If the contractor fails to do the
housekeeping at site then a separate agency will be deployed at site to carryout the
housekeeping job and the cost incurred will be proportionately deducted from the
contractors R.A. bill.
b) Passageways, pathways, staircases etc shall be kept clear from any obstructions or
objects which can serve as rollers, lubricants etc. for causing a fall, at all time.
c) Materials shall be stored and stacked in proper location and in proper manner.
d) Contractor shall provide a waste bin at site to collect the scrap materials.
e) All scrap, waste or unwanted materials shall be collected from the site and dumped
in the waste bin and the same shall be disposed off frequently from the site.
f) Access to fire extinguishers and electrical installations shall be free from any
obstructions.
g) All precautions shall be taken to identify and preempt any and all situations that can
cause accidents, with a particular attention to major or main causes like Gravity,
Electricity, Compressed air etc. peculiar to the nature of work in progress including
of other contractors in the vicinity.
23
Sign and Seal of Contractor
F. TECHNICAL SPECIFICATIONS
1.0. INTENT OF SPECIFICATION:
a) This specification is intended to cover design, engineering, supply, test and inspection
at works, delivery at site, properly packed for transportation, erection, testing,
commissioning, performance demonstration at site and handing over to owner of Fire
Fighting System as indicated in the scope of work and as required for reliable and
effective Fire Protection of the Project.
b) The specification also includes the supply of recommended spares for 2 (two) years
trouble-free operation of the system and special tools and tackles.
c) This specification also makes it obligatory for the contractor for arrangement and
obtaining necessary clearance / approval from all statutory authorities. Or authority
approved by TAC for the Fire Hydrant & Sprinkler System so as to obtain maximum
rebate on insurance premium.
d) It is not the intent to completely specify all the details of design and construction
herein. Nevertheless, the equipment and installation shall conform to high standard of
engineering design and workmanship in all respect and shall be capable on
performing continuous satisfactory operation and acceptable to the Owner as well as
the various statutory authorities. In case of any violation of the above by the
Contractor, the Owner reserves the right to change/ reject/ modify any equipment /
system during the detail engineering stage of the contract.
e) Wherever a material or article is specified or described by the name of a particular
brand, manufacturer or vendor the specific item mentioned shall be understood as
established type function and quality desired. Other manufacturer’s product may be
considered provided sufficient information is furnished to allow the OWNER to
determine that the products proposed are equivalent to those brands.
2.0. GENERAL INFORMATION:
a) The entire system shall be designed and engineered by the Bidder based on the basic
design guidelines furnished in the specification, various codes / standards, bidder’s
experience and also as per good engineering practice. Since the contract for this
project shall be dealt on a unit rate basis, item and quantities which have been
furnished under schedule of rates are tentative and indicative only and can vary up to
any extent or deleted altogether. The quoted rates of each item shall remain firm. The
bidder in his own interest should get an indication of the probable extent of the work
to be executed under any particular item in the schedule of rates before undertaking
and enabling work or purchasing bought out components related to the work.
b) Before quoting the bidder may visit the site and acquaint himself with the site
conditions and the Scope of work of the fire protection system as specified in this
24
Sign and Seal of Contractor
Specification.
3.0. SYSTEM DESCRIPTION:
Proposed System: The proposed fire fighting system shall consist of Fire Hydrant, Wet riser & Sprinkler System. Fire Sprinkler system in basement only and Pump and control panel arrangement.
4.0 SCOPE OF SUPPLY AND EXCLUSION:
The equipment and items to be furnished under the scope of this contract are outline thereinafter. Any additional equipment, material, services which are not specifically mentioned but required to make the system complete and acceptable & shall be deemed to be included in the scope.
Scope Covers:
a) Supply, installation, testing, commissioning, handing over to Owner the complete fire
fighting system as per specification and as per latest edition of National Building Code.
b) Transportation to site, unloading and intermediate storage at site, complete work of
erection including final grouting, testing and commissioning and putting into operation
of entire fire protection system.
c) Supply, installation, testing & commissioning of fire hydrant etc. as per schedule of work
& specification.
d) Supply, installation, testing & commissioning of complete set of piping, valves, fittings,
specialties, instruments elect. Panel, cabling etc as required for the Complete Fire
Fighting System.
e) All bolts, foundation bolts, nuts, gaskets, packing, pipe hangers, support / thrust block
etc. as needed for complete erection & commissioning of system shall be included in the
piping. The cost of the same shall be considered in the piping rate. No extra / separate
payment will be made for this.
f) Supply of all consumable materials required to complete erection of the system.
g) Supply and application of primer and final painting as per specifications.
h) Carrying out 25% radiography of weld joints of piping, hydro testing of piping loop.
i) Getting approved from Local authority approval on complete fire fighting system.
j) The cost incurred for covering complete scope of work specified above shall be included
in various items of schedule of works. No extra payment shall be given for covering
anything of the above scope of works.
k) Civil works like equipment foundations, concrete trench, fire water tank, etc are
inclusive from Bidder’s scope of work. Such civil works will be provided by the
contractor based on the detailed dimensioned drawings, specification and loading data
furnished by the Bidder where-ever required.
25
Sign and Seal of Contractor
5.0. CONSTRUCTION:
5.1 HYDRANT SYSTEM:
a) Hydrant type fire protection system shall be laid in the form of ring mains having
adequate network and shall be connected to the over head tank so that water at
recommended pressure and flow rate is made available at all hydrant points. The layout
of the fire water main as shown in the drawings and specification shall be reviewed by
Vendor. The external piping for the hydrant system shall be laid underground by 1M.
b) Pipelines of the hydrant system shall be charged with pressured water up to the hydrant
Valves.
c) When any of the hydrant valves in the system is opened, the water pressure in the
corresponding water pipeline shall fall rapidly. Under such situation, pressure in the
water main shall decrease further and impulse from pressure switch shall start the fire
Pump. Through the local control panel located in the Fire Water Pump house. If this
pump is not started due to any fault, the water pressure in the pipeline shall further
drop and the impulse from another pressure switch shall start the diesel engine driven
stand by pump
PAINTING & COATING:
1 Over ground Piping:
a) Piping to be laid over ground shall be supported on pipe rack / supports. Rack/
support details shall have to be approved by Owner.
b) Surface of over ground pipes except galvanized pipes shall be thoroughly cleaned of
mill scale, rust etc. by wire brushing.
c) Over ground piping for all the system shall be painted with one coat of rich zinc primer
& two coat of Synthetic Enamel paint of approved shade (fire red).
2 Underground Pipe Line
a) Steel pipe lines to be laid in trenches underground shall be protected against corrosion
by means of 4 mm thick anti-corrosive tape Rustech or equivalent make.
b) The various layers of materials shall be applied and Cleaning of exterior steel pipe
surface with wire brush such that all rust, mill Scale is removed.
c) Painting & coating shall be as per specification
3 SPECIFICATION OF HYDRANT VALVE:
SS Single headed ISI marked oblique pattern hydrant landing valves as per IS: 5290 with 80 mm dia flanged inlet & 63 mm dia female outlet complete with SS cap
4 SPECIFICATION OF RRL FIRE HOSE PIPE:
63 mm dia 15m long non percolating flexible Hose (RRL type A) as per IS: 636 with male & female instantaneous type coupling.
26
Sign and Seal of Contractor
5 SPECIFICATION OF BRANCH PIPE:
Standard SS Branch Pipe with nozzle of 12 mm nominal bore outlet as per IS: 903 suitable to fit with standard instantaneous type 63 mm dia coupling, AS PER IS: 903
6 SPECIFICATION OF HOSE BOX:
Weather proof standard FRP fire hose cabinet wall mounting type (750 X 600 X 250) having Double opening with necessary locking arrangement by allan key suitable for housing 2 nos.- hose pipe, 1no.-Branch pipe.
7 SPECIFICATION OF HOSE REEL:
Wall mounting Horizontal type first aid Fire Hose Reel with drum, hanging bracket, 36M X 25 mm dia, 6mm dia SS Shut Nozzle and ball valve and all required accessories, as per IS:884
8 SPECIFICATION OF FIRE BRIGADE INLET:
CI Two way Fire Brigade Inlet as per IS: 904 having 63 mm dia inlet with blank cap and chain with 100 mm dia Butterfly valve necessary fittings, flanges, nutbolts, gasket and all required accessories.
9 SPECIFICATION OF BUTTERFLY VALVE:
C.I. Butterfly valve conforming to I.S:13095 class PN 16 rating with Fittings, Flanges, Nut bolts, Washers, Gaskets etc. of size:
10 SPECIFICATION OF DUAL PLATE NON- RETURN VALVE:
C.I. Dual plate type Non-Return Valve class PN 16 rating with fittings, flanges, nut bolts, washers, gaskets etc of different sizes.
11 SPECIFICATION OF PIPE C CLASS:
M.S. ERW Black C Class Heavy duty pipes as per IS: 1239 (up to 150 mm dia.) and IS: 3589 (up to 200 mm dia. And above) including cutting, screwing, welding etc. and providing all fittings like flanges, bends, tees, elbows, reducers, clamps, hangers etc. with painting of one coat of primer and 2 or more coats of synthetic enamel paint of approved make / shade complete as per specification.
G. TENDERER'S CONFIRMATION:
A. Design Confirmation: Generally works to be carried out as per BIS standard and applicable IS codes are listed below:
a) IS: 884-1995: Specification for first Aid Hose Reel for Fire Fighting.
b) IS: 901-1988: Specification for couplings, double male and double female, instantaneous
Pattern, for firefighting purposes (revised).
c) IS: 902-1992: Specification for suction hose couplings for firefighting purposes
(revised).
d) IS: 903-1993: Specification for fire hose delivery couplings, branch. pipe, nozzle and
nozzle Spanner (revised).
e) IS: 904-1983: Specification for two-way and three-way suction collecting heads for
firefighting Purposes (revised).
27
Sign and Seal of Contractor
f) IS: 905-1980: Specification for delivery breaching, dividing and collecting,
instantaneous Pattern, for firefighting purposes (revised).
g) IS: 1641-1988: Code of practice for fire safety of buildings (general): General principles
and fire grading.
h) IS: 1642-1989: Code of practice for fire safety of buildings (general): Materials and
details of Construction.
i) IS: 1646-1982: Code of practice for fire safety of buildings (general): Electrical
installation.
j) IS: 2871-1983: Specification for branch pipe, universal, for firefighting purposes.
k) IS: 3582-1991: Specification for basket strainers for firefighting purposes (cylindrical
type).
l) IS: 3844-1989: Code of practice for installation of internal fire hydrants in i multi-storey
buildings.
m) IS: 5290-1993: Specification for landing valves.
I / we hereby declare that I / we have read & understood the above instructions for the guidance of the tender. Sign & Seal Address __________________________ Date _____________________ Note: The technical bid should be submitted in Sealed Cover on or before 1500 Hrs On 04/03/2019 as mentioned above.
28
Sign and Seal of Contractor
BILL OF QUANTITY (NOT TO BE FILLED)
S. No.
Item Description Quantity Unit
1
Providing & fixing of Above Ground MS. ERW Black C Class Heavy duty pipes as per IS: 1239 (upto 150 mm dia.) including cutting, screwing, welding etc. and providing all fittings like flanges, bends, elbows, reducers, clamps, hangers etc. with painting of one coat of red oxide primer and 2 or more coats of synthetic enamel PO red paint of approved make / shade complete as per specification. (JINADAL/TATA or equivalent as directed by Engineer in charge)
1(a) 150mm dia. 175 Rmt.
1(b) 100mm dia 150 Rmt.
2
Providing & fixing of Under Ground M.S. ERW Black C Class Heavy duty pipes as per IS: 1239 (upto 150 mm dia.) with pypecoat, 4mm thickness wrapping and coating and providing all fittings like flanges, elbow with all required. (JINDAL/TATA)
100mm dia 15 Rmt.
3
Providing & fixing of C.I.Butterfly valve conforming to IS:13095 class PN 16 rating with Fittings, Flanges, Nutbolts, Washers, Gaskets etc.of size:(Audco, Kartaar, Upadhaya & Kalpna)
3(a) 150mm dia. 2 no
3(b) 100mm dia 2 no
4
Providing & fixing of GUN METAL fire brigade connection 2 way consisting of 2 nos 63 mm dia instantaneous type male coupling with built-in check valves and 100 mm dia. flanged outlet complete with bolts, nuts and rubber insertions as required as per IS:904-1983.Qouted rate shall be included with C.I. Butterfly valve, C.I. Non-return valve etc. complete. (Shah Bhogilal, GEI (Ghosh engg), New age, Safex)
100mm dia 1 no
29
Sign and Seal of Contractor
5 Fire Fighting Equipement
5(a)
Providing & fixing of GUN METAL Body Single
Headed Oblique Pattern Hydrant Landing
Valves as per IS: 5290 with 80 mm dia flanged inlet
& 63 mm dia female outlet complete with cap and
chain etc. (Shah Bhogilal, GEI (Ghosh engg), New
age, Safex)
3 no
5(b)
Providing & fixing of 63 mm dia 15m long RRL
Hose Pipe with 63 mm dia.Type B Male and
female couplings duly binded with GI wire, rivets
etc. conforming to IS 636 as required. (Shah
Bhogilal , Newage , Jayshree, CRC, Priyanka, BRG)
6 no
5(c)
Providing & fixing of GUN METAL Branch Pipe
with nozzle of 20 mm nominal bore outlet suitable
to fit with standard instanteneous type 63 mm dia
coupling. As per IS:903 (AAAG (Shah Bhogilal),
Newage, GEI (Ghosh engg))
3 no
5(d)
Providing & fixing of weather proof standard fire
Hose Cabinet wall mounting type 18 Guage. (750
x 600 x 250) having Double Opening with M.S.
fabricated stand, necessary locking arrangement by
allan key. (AAAG (Shah Bhogilal), Newage, GEI
(Ghosh engg))
3 no
5(e)
Providing & fixing of Wall mounting Fix type
First aid Fire Hose Reel with drum, hanging
bracket, 36 M x 25 mm dia high pressure hose reel
tubing as per IS:884 with shut nozzle and ball valve
and all required accessories. (AAAG, Newage)
3 no
6 Core Cutting - upto 8" 12 no
7 RCC Break/Excavation and back filling/RCC
Construction - 4 Mtr wide single road 1 no
TOTAL
GST will be paid extra, as applicable as per actual.
30
Sign and Seal of Contractor
LIST OF APPROVED MAKES FOR FIRE FIGHTING WORKS
FIRE PROTECTION SYSTEM (HYDRANT SYSTEM & WET RISER SYSTEM) All materials to be used in the work shall conform to relevant Indian Standard Specifications and wherever available ISI marked materials will be used. All material procured shall be subjected to relevant tests specified in B.I.S. at the frequency specified therein from any Government recognized laboratory.
S.
No. MATERIAL MAKES
1. M.S. Pipe Jindal, Tata or equivalent.
2. Sluice Valve Kirloskar, Upadhaya, Kartar & Kalpana
3. CI Non Return Valve Kirloskar, Upadhaya, Kartar & Kalpana
4. CI Butterfly valves Audco, Kartaar, Upadhaya & Kalpna
5. Hydrant valve Shah Bhogilal, GEI (Ghosh engg), New age, Safex
6. Fire Hose Shah Bhogilal , Newage , Jayshree, CRC, Priyanka,
BRG
7. SS Branch Pipe & Nozzle Shah Bhogilal, NewAge, GEI
8. Hose Reel Drum AAAG, Newage,
9. Rubber Hose Dunlop , Deep Jyoti, Jyoti, & Padmini,
10. SS Ball Valve Audco , Leader , Sant, & Zoloto
11. CS Ball Valve Audco , Leader , Sant & Zoloto
12. Fire Brigade Inlet AAAG (Shah Bhogilal), Newage, GEI (Ghosh engg), & New age
13. Hose Box AAAG (Shah Bhogilal), Newage, GEI (Ghosh engg)
14. Paint (as per IS: Fire Red ) Asian Pain, Nerolec, Burger
15. Anticorrosive Tap Pipekot, IWL, Rustech
16. Pipe Fittings As per Standard (ISI marked)
top related