tender id : ahm201908001 · the sbiims reserve their rights to accept or reject any or all the...

48
1 Sign and Seal of Contractor SBI INFRA MANAGEMENT SOLUTIONS PVT. LTD. CIRCLE OFFICE, AHMEDABAD STATE BANK OF INDIA, 3 RD FLOOR, LOCAL HEAD OFFICE, BHADRA, LALDARWAJA, AHMEDABAD-380001 SBIIMS INVITE TENDERS ON BEHALF OF SBI FOR INSTALLATION OF WATER BASED FIRE FIGHTING SYSTEM VIZ. HYDRANT, HOSE REEL ETC., AT ADMINISTRATIVE OFFICE BUILDING, GHOD DOD ROAD, STATE BANK OF INDIA, SURAT TENDER ID : AHM201908001 FROM THE SBI APPROVED EMPANELLED CONTRACTORS (FOR WATER BASED FIXED FIRE FIGHTING SYSTEM) OF AHMEDABAD CIRCLE PART – A: TECHNICAL BID TENDER SUBMITTED BY : NAME : ADDRESS : GST NO. : _____________________________ DATE : _____________________________

Upload: others

Post on 15-Mar-2020

8 views

Category:

Documents


0 download

TRANSCRIPT

Page 1: TENDER ID : AHM201908001 · The SBIIMS reserve their rights to accept or reject any or all the tenders, either in whole or in part without assigning any reason for doing so and any

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

INSTALLATION OF WATER BASED FIRE FIGHTING SYSTEM VIZ. HYDRANT, HOSE REEL ETC., AT ADMINISTRATIVE OFFICE

BUILDING, GHOD DOD ROAD, STATE BANK OF INDIA, SURAT

TENDER ID : AHM201908001

FROM

THE SBI APPROVED EMPANELLED CONTRACTORS (FOR WATER BASED FIXED FIRE FIGHTING SYSTEM)

OF AHMEDABAD CIRCLE

PART – A: TECHNICAL BID TENDER SUBMITTED BY: NAME : ADDRESS : GST NO. : _____________________________ DATE : _____________________________

Page 2: TENDER ID : AHM201908001 · The SBIIMS reserve their rights to accept or reject any or all the tenders, either in whole or in part without assigning any reason for doing so and any

2 Sign and Seal of Contractor

Tender ID : AHM201908001

NOTICE INVITING TENDERS SBIIMS on behalf of SBI invites “online item rate E-tender” from the SBI Empanelled contractors (for water based fixed fire fighting system) under appropriate category for the captioned work. The details of tender are as under: S.No. Description

1. Name of work INSTALLATION OF WATER BASED FIRE FIGHTING SYSTEM VIZ. HYDRANT, HOSE REEL ETC., AT ADMINISTRATIVE OFFICE BUILDING, GHOD DOD ROAD, STATE BANK OF INDIA, SURAT

2. Nature of Work Fire fighting.

3. Time allowed for completion 120 days from date of acceptance of work order.

4. Application/ Tender fees Rs 3000 /- (Rupees. Three 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

Page 3: TENDER ID : AHM201908001 · The SBIIMS reserve their rights to accept or reject any or all the tenders, either in whole or in part without assigning any reason for doing so and any

3 Sign and Seal of Contractor

"Commercial Services" in type of Corporate / Institution after that click go

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* 07-08-2019 to 21-08-2019

6. Earnest Money Deposit Rs. 10,500/- (Ten Thousand Five Hundred only) by means of Demand Draft / Pay Order (Valid for a period of 90 Days from the last date of submission of the tender) from any scheduled Nationalized Bank drawn in favour of SBIIMS 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

07-08-2019 to 21-08-2019 at www.sbi.co.in under<Link>procurement news.

10. Last date & time for submission of EMD and receipt of deposit of tender fees.

21-08-2019 by 03:00 pm

Page 4: TENDER ID : AHM201908001 · The SBIIMS reserve their rights to accept or reject any or all the tenders, either in whole or in part without assigning any reason for doing so and any

4 Sign and Seal of Contractor

11. Address at which EMD & Receipt of Tender Fee deposited has to be submitted ( No hard copy of Technical Bid to be submitted )

Circle Head & Vice President, SBI Infra Management Solutions Pvt. Ltd. Third Floor, SBI, LHO, Bhadra, Laldarwaja Ahmedabad-380001

12. Online submission of Technical bid on the web site https://etender.sbi

21-08-2019 by 3.00 PM

13. Date and time of opening of online Technical bid

21.08.2019 at 03.30 pm

14. Date & time for submission of online indicative price bid.

Date and time for submission of indicative price bid will be informed to the qualified contractor separately after scrutiny of their Technical bid.

15. Date & time for submission of online indicative price bid.

Date and time will be informed to the qualified contractor separately.

16. Date & time for e-reverse auction

Date and time for e-reverse auction will be informed to the qualified contractor separately.

17. Liquidated Damages 0.50% of contract amount per weeks subject to max. 5% of contract value or final bill value.

18. Defects liability period 12 Months from the date of Virtual Completion

19. Validity of offer 180 days from the date of opening of Price-bid

20. 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.

Page 5: TENDER ID : AHM201908001 · The SBIIMS reserve their rights to accept or reject any or all the tenders, either in whole or in part without assigning any reason for doing so and any

5 Sign and Seal of Contractor

21. Value of Interim Certificate Rs. 5 Lakhs in form of RA/ Adhoc payment against work done at site. No advance on materials / plant / machinery or mobilization advance shall be paid under any circumstances.

22. Agency for arranging online bidding (Technical bid indicative price bid and e-reverse auction).

M/s. e-Procurement Technology, B-705, Wall Street - II, Opp. Orient Club, Ellis Bridge, Ahmedabad – 380006, State Gujarat, India Contact No.-40270506-90, 79-6813 6853 /843 /6835 / 6840 / 6857 /63 / 20 / 52

* Fee paid beyond the permitted period will be rejected. 23. Tenders can be downloaded from the bank’s website www.sbi.co.in (link)

<Procurement News>.

24. 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.

25. The SBIIMS reserve their rights to accept or reject any or all the tenders, either in whole or in part without assigning any reason for doing so and any claim / correspondence shall be entertained in this regard.

26. 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.

27. 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.

28. Conditional tenders shall be summarily rejected. Circle Head & Vice President (Civil)

Page 6: TENDER ID : AHM201908001 · The SBIIMS reserve their rights to accept or reject any or all the tenders, either in whole or in part without assigning any reason for doing so and any

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. Description of work INSTALLATION OF WATER BASED FIRE FIGHTING SYSTEM

VIZ. HYDRANT, HOSE REEL ETC., AT ADMINISTRATIVE OFFICE BUILDING, GHOD DOD ROAD, STATE BANK OF INDIA, SURAT

Earnest Money Rs. 10,500/- (Ten Thousand Five 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 SBIIMS 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.

120 days

Page 7: TENDER ID : AHM201908001 · The SBIIMS reserve their rights to accept or reject any or all the tenders, either in whole or in part without assigning any reason for doing so and any

7 Sign and Seal of Contractor

MEMORANDUM I/We have deposited a sum of Rs. 10,500/- (Ten Thousand Five 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)

Page 8: TENDER ID : AHM201908001 · The SBIIMS reserve their rights to accept or reject any or all the tenders, either in whole or in part without assigning any reason for doing so and any

8 Sign and Seal of Contractor

SAMPLE BUSINESS RULE DOCUMENT

INSTALLATION OF WATER BASED FIRE FIGHTING SYSTEM VIZ. HYDRANT, HOSE REEL ETC., AT ADMINISTRATIVE OFFICE BUILDING, GHOD DOD ROAD,

STATE BANK OF INDIA, SURAT (A) Business rules for E-tendering:

1. Only SBI contractors empanelled for ‘water based fixed fire fighting system’ with SBI

under appropriate category who are invited by the project Architect/ SBIIMS shall only be eligible to participate.

2. SBIIMS will engage the services of an E-tendering service provider who will provide necessary training and assistance before commencement of online bidding on Internet.

3. In case of e-tendering, SBIIMS will inform the vendor in writing, the details of service provider to enable them to contact and get trained.

4. Business rules like event date, closing and opening time etc. also will be communicated through service provider for compliance.

5. Contractors have to send by email, the compliance form in the prescribed format (provided by service provider), before start of E-tendering. Without this the vendor will not be eligible to participate in the event.

6. The Contractors will be required to submit the various documents in sealed Envelope to the office of SBI Infra Solutions Pvt Ltd. at the address mentioned hereinbefore by the stipulated date i.e. (1) Demand Draft of specified amount of EMD (2) Receipt of Application Fees deposited on-line. Contractors not submitting any one or more documents shall not be eligible to participate in the on-line price bidding.

7. E-tendering will be conducted on schedule date &time.

8. The e-tendering will be treated as closed only when the bidding process gets closed in all respects for the item listed in the tender.

(B) Terms & conditions of E-tendering:

SBIIMS shall finalize the Tender through e-tendering mode for which M/s. eProcurement Technology, Ahmedabad has been engaged by SBIIMS as an authorized service provider. Please go through the guidelines given below and submit your acceptance to the same along with your Commercial Bid.

1. E-tendering shall be conducted by SBIIMS through M/s. e-Procurement Technology, Ahmedabad, on pre-specified date. While the Contractors shall be quoting from their own offices/ place of their choice, Internet connectivity and other paraphernalia requirements shall have to be ensured by Contractors themselves. In the event of failure of their Internet connectivity,(due to any reason whatsoever it may be) it is the bidders’ responsibility.

Page 9: TENDER ID : AHM201908001 · The SBIIMS reserve their rights to accept or reject any or all the tenders, either in whole or in part without assigning any reason for doing so and any

9 Sign and Seal of Contractor

In order to ward-off such contingent situation bidders are requested to make all the necessary arrangements / alternatives such as back–up power supply whatever required so that they are able to circumvent such situation and still be able to participate in the Etendering successfully. Failure of power at the premises of Contractors during the Etendering cannot be the cause for not participating in the E-tendering. On account of this the time for the E-tendering cannot be extended and SBIIMS is not responsible for such eventualities.

2. M/s. e-Procurement Technology, Ahmedabad., shall arrange to train your nominated person(s), without any cost to you. They shall also explain you all the Rules related to the E- tendering. You are required to give your compliance on it before start of bid process.

3. Bidding currency and unit of measurement: Bidding will be conducted in Indian currency & Unit of Measurement will be displayed in Online E-tendering.

4. Bid Price: The Bidder has to quote the rate as per the Tender Document provided by SBIIMS/ their appointed Architects.

5. Validity of Bids: The Bid price shall be firm for a period specified in the tender document and shall not be subjected to any change whatsoever.

6. Procedure of E-tendering:

i. Online E-tendering:

(a) The soft copy of the Technical as well as Price Bid is available on the Bank’s website

during the period specified in the NIT.

(b) Online e-tendering is open to the empanelled bidders who receive NIT from the Architect and qualified for participating in the price bidding as provisions mentioned hereinabove through SBIIMS approved Service Provider.

(c) The Price-Bid shall be made available online by the Service Provider wherein the contractors will be required to fill-in their Item-wise rates for each item.

(d) The Contractors are advised not to wait till the last minute to submit their online item-wise quote in the price bid to avoid complications related with internet connectivity, network problems, system crash down, power failure, etc.

(e) It is mandatory to all the bidders participating in the price bid to quote their rates for each and every item.

Page 10: TENDER ID : AHM201908001 · The SBIIMS reserve their rights to accept or reject any or all the tenders, either in whole or in part without assigning any reason for doing so and any

10 Sign and Seal of Contractor

(f) In case, contractor fails to quote their rates for any one or more tender items, their

tender shall be treated as “Incomplete Tender” and shall be liable for rejection.

7. Log in Name and Password: Each Bidder is assigned a Unique User Name & Password by M/s. e-Procurement Technology, Ahmedabad. The Bidders are requested to change the Password after the receipt of initial Password from M/s. e-Procurement Technology, Ahmedabad. All bids made from the Login ID given to the bidder will be deemed to have been made by the bidder.

8. Bids placed by bidder: Bids will be taken as an offer to execute the work as specified.

Bids once made, cannot be cancelled / withdrawn and the Bidder shall be bound to execute the work at the quoted bid price. In case the L-1 Bidder backs out or fail to complete the work as per the rates quoted, SBIIMS shall at liberty to take action as deemed necessary including de-paneling such contractors and forfeiting their EMD

9. At the end of the E-tendering, SBIIMS will decide upon the winner. SBIIMS decision on award of Contract shall be final and binding on all the Bidders.

10. SBIIMS shall be at liberty to cancel the E-tendering process/tender at any time, before

ordering, without assigning any reason.

11. SBIIMS shall not have any liability to bidders for any interruption or delay in access to the site irrespective of the cause.

12. Other terms and conditions shall be as per your techno-commercial offers and other

correspondences till date.

13. OTHER TERMS & CONDITIONS:

- The Bidder shall not involve himself or any of his representatives in Price manipulation of any kind directly or indirectly by communicating with other suppliers / bidders.

- The Bidder shall not divulge either his Bids or any other exclusive details of

SBIIMS to any other party.

- SBIIMS decision on award of Contract shall be final and binding on all the Bidders.

- SBIIMS reserve their rights to extend, reschedule or cancel any E-tendering within its sole discretion.

-

Page 11: TENDER ID : AHM201908001 · The SBIIMS reserve their rights to accept or reject any or all the tenders, either in whole or in part without assigning any reason for doing so and any

11 Sign and Seal of Contractor

- SBIIMS or its authorized service provider M/s. e-Procurement Technology, Ahmedabad shall not have any liability to Bidders for any interruption or delay in access to the site irrespective of the cause.

- SBIIMS or its authorized service provider M/s. e-Procurement Technology,

Ahmedabad is not responsible for any damages, including damages that result from, but are not limited to negligence.

- SBIIMS or its authorized service M/s. e-Procurement Technology, Ahmedabad

will not be held responsible for consequential damages, including but not limited to systems problems, inability to use the system, loss of electronic information etc.

N.B.

- All the Bidders are required to submit the Process Compliance Statement (Annexure-II) duly signed to M/s. e-Procurement Technology, Ahmedabad.

- All the bidders are requested to ensure that they have a valid digital

signature certificate well in advance to participate in the online event.

Page 12: TENDER ID : AHM201908001 · The SBIIMS reserve their rights to accept or reject any or all the tenders, either in whole or in part without assigning any reason for doing so and any

12 Sign and Seal of Contractor

PROCESS COMPLIANCE STATEMENT (ANNEXURE II) (The bidders are required to print this on their company’s letter head and sign, stamp

before emailing) To, M/s. e-Procurement Technology, B-705, Wall Street - II, Opp. Orient Club, Ellis Bridge, Ahmedabad – 380006, State Gujarat, India E:[email protected] [email protected] web:- https://etender.sbi D: +91 079-40270579/580/567/596, 079-40016815, 93745197554, 9879996111 Email:

AGREEMENT TO THE PROCESS RELATED TERMS AND CONDITIONS FOR THE ONLINE E-TENDERING FOR PROPOSED INSTALLATION OF WATER BASED FIRE FIGHTING SYSTEM VIZ. HYDRANT, HOSE REEL ETC., AT ADMINISTRATIVE OFFICE BUILDING, GHOD DOD ROAD, STATE BANK OF INDIA, SURAT

Dear Sir, This has reference to the Terms & Conditions for the E-tendering mentioned in the tender

document This letter is to confirm that: 1. The undersigned is authorized representative of the company. 2. We have studied the Commercial Terms and the Business rules governing the E-tendering as mentioned in RFP of SBIIMS as well as this document and confirm our agreement to them. 3. We also confirm that we have taken the training on the E-tendering tool and have understood the functionality of the same thoroughly. 4. We confirm that SBIIMS and M/s. e-Procurement Technology, Ahmedabad shall not be liable & responsible in any manner whatsoever for my/our failure to access & bid on the e-E-tendering platform due to loss of internet connectivity, electricity failure, virus attack, problems with the PC, any other unforeseen circumstances etc. before or during the E- tendering event. 5. We confirm that we have a valid digital signature certificate issued by a valid Certifying Authority.

Page 13: TENDER ID : AHM201908001 · The SBIIMS reserve their rights to accept or reject any or all the tenders, either in whole or in part without assigning any reason for doing so and any

13 Sign and Seal of Contractor

6. We, hereby confirm that we will honor the Bids placed by us during the E-tendering process.

With regards, Date:

Signature with company seal Name:

Company / Organization: Designation within Company / Organization: Address of Company / Organization:

Scan it and send to this Document on ------------------------

Page 14: TENDER ID : AHM201908001 · The SBIIMS reserve their rights to accept or reject any or all the tenders, either in whole or in part without assigning any reason for doing so and any

14 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, INSTALLATION OF WATER BASED FIRE FIGHTING SYSTEM VIZ. HYDRANT, HOSE REEL ETC., AT ADMINISTRATIVE OFFICE BUILDING, GHOD DOD ROAD, STATE BANK OF INDIA, SURAT, 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

Page 15: TENDER ID : AHM201908001 · The SBIIMS reserve their rights to accept or reject any or all the tenders, either in whole or in part without assigning any reason for doing so and any

15 Sign and Seal of Contractor

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.

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 INSTALLATION OF WATER BASED FIRE FIGHTING SYSTEM VIZ. HYDRANT, HOSE REEL ETC., AT ADMINISTRATIVE OFFICE BUILDING, GHOD DOD ROAD, STATE BANK OF INDIA, SURAT.

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

Page 16: TENDER ID : AHM201908001 · The SBIIMS reserve their rights to accept or reject any or all the tenders, either in whole or in part without assigning any reason for doing so and any

16 Sign and Seal of Contractor

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.

(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 120 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:

_______________________

Page 17: TENDER ID : AHM201908001 · The SBIIMS reserve their rights to accept or reject any or all the tenders, either in whole or in part without assigning any reason for doing so and any

17 Sign and Seal of Contractor

SIGNED AND DELIVERED

By the hand of Shri ------------------Asst. General Manager, of State Bank Of India (Name and Designation)

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) ____________________________________

Page 18: TENDER ID : AHM201908001 · The SBIIMS reserve their rights to accept or reject any or all the tenders, either in whole or in part without assigning any reason for doing so and any

18 Sign and Seal of Contractor

(2) ____________________________________

1) ______________________________

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)

Page 19: TENDER ID : AHM201908001 · The SBIIMS reserve their rights to accept or reject any or all the tenders, either in whole or in part without assigning any reason for doing so and any

19 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

Page 20: TENDER ID : AHM201908001 · The SBIIMS reserve their rights to accept or reject any or all the tenders, either in whole or in part without assigning any reason for doing so and any

20 Sign and Seal of Contractor

shall be made in the form of tender or in the specification 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 through online mode. The cover, containing EMD and Tender Fee receipt 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 have to be submitted through e-procurement site ‘etender.sbi’.

c) 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 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 above instructions shall form part of the conditions of contract.

Page 21: TENDER ID : AHM201908001 · The SBIIMS reserve their rights to accept or reject any or all the tenders, either in whole or in part without assigning any reason for doing so and any

21 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 against the

work done at site. 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 21/08/2019 is declared a holiday, then tenders/ documents would be accepted by 15:00 hrs on the next working day and accordingly would be opened at 1530 hrs on the same day. Tenders will be accepted only through online mode.

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.

Page 22: TENDER ID : AHM201908001 · The SBIIMS reserve their rights to accept or reject any or all the tenders, either in whole or in part without assigning any reason for doing so and any

22 Sign and Seal of Contractor

LETTER OF DECLARATION

To, The Asst. General Manager, State Bank of India, Circle Security Department, 3rd Floor, LHO, Ahmedabad. Dear Sir, INSTALLATION OF WATER BASED FIRE FIGHTING SYSTEM VIZ. HYDRANT, HOSE REEL ETC., AT ADMINISTRATIVE OFFICE BUILDING, GHOD DOD ROAD, STATE BANK OF INDIA, SURAT Having examined the terms & conditions, drawings, specifications, design 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 and affecting the quotation, I/We hereby offer to execute the works specified in the said memorandum within the time specified in the said memorandum on the item rate basis mentioned in the attached schedule and in accordance in all respect with the specifications, design, drawings and instructions in writing referred to in conditions of Tender, the articles of agreement, conditions of contract and with such conditions so far as they may be applicable.

MEMORANDUM (a) Description of work INSTALLATION OF WATER BASED FIRE FIGHTING SYSTEM

VIZ. HYDRANT, HOSE REEL ETC., AT ADMINISTRATIVE OFFICE BUILDING, GHOD DOD ROAD, STATE BANK OF INDIA, SURAT

(b) Earnest Money Rs. 10,500/- (Ten Thousand Five 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.

Page 23: TENDER ID : AHM201908001 · The SBIIMS reserve their rights to accept or reject any or all the tenders, either in whole or in part without assigning any reason for doing so and any

23 Sign and Seal of Contractor

(c) Time allowed for completion of work from the date of issue of work order.

120 days from the date of commencement as per tender.

Should this tender be accepted, I/we hereby agree to abide by and fulfill the terms and provisions of the said conditions of Contract annexed hereto so far as they may be applicable or in default thereof to forfeit and pay to SBIIMS, the amount mentioned in the said conditions. I/we have deposited Demand Draft / Banker’s Cheque / FDR for a sum of Rs. 10,500/- (Rupees Ten Thousand Five Hundred only) as Earnest money deposit with the SBI Infra Management Solutions Pvt. Ltd. Should I/we do fail to execute the contract when called upon to do so, I/we hereby agree that this sum shall be forfeited by me/us to SBI Infra Management Solutions Pvt. Ltd. We understand that as per terms of this tender, the SBIIMS may consider accepting our tender in part or whole or may entrust the work of various buildings proposed (i.e. Institute Building, Staff Qtrs. And Director’s Bungalow/Interior work) in phases. We, therefore, undertake that we shall not raise any claim/compensation in the eventuality of Bank deciding to drop any of the building/buildings from the scope of work of this tender at any stage during the contract period. Further, we also undertake to execute the work entrusted to us in phases on our approved rates and within the stipulated time limit without any extra claim for price escalation as provided for in Clause 9.0.1 “Instructions to Tenderers” of this tender. We, hereby, also undertake that, we will not raise any claim for any escalation in the prices of any of the material during the currency of contract/execution/completion period. Yours faithfully,

Signature of contractor With Seal

Page 24: TENDER ID : AHM201908001 · The SBIIMS reserve their rights to accept or reject any or all the tenders, either in whole or in part without assigning any reason for doing so and any

24 Sign and Seal of Contractor

PROFORMA FOR RUNNING A/C BILL TABLE - XIII

i. Name of Contractor/ Agency :

ii. Name of Work :

iii. Sr. No. of this Bill:

iv. No. & Date of previous Bill :

v. Reference to Agreement No. :

vi. Date of Written order to commence :

vii. Date of Completion as per Agreement :

S. No

Item Description

Unit Rate (Rs.)

As per Tender Up to Previous R.A. Bill

Up to Date (Gross)

Present Bill

Remarks

Qty Amount (Rs.)

Qty Amount (Rs.)

Qty Amount (Rs.)

Qty Amount (Rs.)

1 2 3 4 5 6 7 8 9 10 11 12 13

Note: 1. If part rate is allowed for any items, it should

be indicated with reasons for allowing such a rate.

Net Value since previous

bill

Page 25: TENDER ID : AHM201908001 · The SBIIMS reserve their rights to accept or reject any or all the tenders, either in whole or in part without assigning any reason for doing so and any

25 Sign and Seal of Contractor

2. If ad-hoc payment is made, it should be mentioned specifically.

CERTIFICATE The measurements on the basis of which the above entries for the Running Bill No.---- ---------------------- were made have been taken jointly on -------------------------- and are recorded at pages -------------------------- to -------------------------- of measurement book

No.--------------------------.

---------------------------------- ------------------------------------ ---------------------------------- Signature and date of

Contractor Signature and date of

Architects Representative (Seal)

Signature and date of Site Engineer

The work recorded in the above-mentioned measurements has been done at the site

satisfactorily as per tender drawings, conditions and specifications.

---------------------------------- ---------------------------------- Architect Signature and date of Site Engineer

Page 26: TENDER ID : AHM201908001 · The SBIIMS reserve their rights to accept or reject any or all the tenders, either in whole or in part without assigning any reason for doing so and any

26 Sign and Seal of Contractor

TABLE - XV MEMORANDUM FOR PAYMENT

R/A BILL NO.

1. Total value of work done since previous bill (A) Rs........................

2. Total amount of secured advance due since Previous Bill (B)

Rs........................

3. Total amount due since Previous Bill (C) (A+B)

Rs........................

4. PVA on account of declaration in price of Steel, Cement and other materials and labour as detailed in separate statements enclosed.

Rs........................

5. Total amount due to the Contractor Rs........................

OBJECTIONS:

i) Secured Advance paid in the previous R/A

Rs........................

ii) Retention money on value of works as per accepted tenders up to date amount Rs.

Rs........................

Less already recovered Rs........................

Balance to be recovered Rs........................

iii) Mobilization Advance, if any Rs........................

(a) Outstanding amount (principal + interest) as on date

Rs........................

(b) To be recovered in this bill Rs........................

iii. Any other Departmental materials cost to be recovered as per contract, if any

Rs........................

iv. Any other Departmental service charges to be recovered if any, as per contract (water, power etc.) enclose statement.

Rs........................

Page 27: TENDER ID : AHM201908001 · The SBIIMS reserve their rights to accept or reject any or all the tenders, either in whole or in part without assigning any reason for doing so and any

27 Sign and Seal of Contractor

The bill amount to Rs. ----------------- (both figures and words) has been scrutinized by us after due checking of the measurements of work as required and is recommended for payment.

Date:------------------------- ----------------------------- Signature of Architect with Seal The bill amount to Rs.-----------------certified by Consultants has been scrutinized by me after due test checking of measurements of works as required and is recommended for payment for an amount of Rs................................... Date : ----------------------------- Signature of Banks/ SBIIMS Engineer

STATUTORY DEDUCTION:

i) Total Amount due (E) Rs. -----------

ii) Less I.T. Payable Rs. -----------

iii) Less S.T. Payable Rs. ----------- Net Payable Rs. -----------

This figures given in the Memorandum for payable has been verified and bill passed for payment ---------------------------------------------------------------- (in words and figures)

Date:---------------------- ---------------------------------- Signature of the Circle Head & VP

Page 28: TENDER ID : AHM201908001 · The SBIIMS reserve their rights to accept or reject any or all the tenders, either in whole or in part without assigning any reason for doing so and any

28 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.

Page 29: TENDER ID : AHM201908001 · The SBIIMS reserve their rights to accept or reject any or all the tenders, either in whole or in part without assigning any reason for doing so and any

29 Sign and Seal of Contractor

l) The contractor during the course of the contract should comply with various statutory rules and regulations of various enforcing authorities apart from safety.

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 carry out 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

Page 30: TENDER ID : AHM201908001 · The SBIIMS reserve their rights to accept or reject any or all the tenders, either in whole or in part without assigning any reason for doing so and any

30 Sign and Seal of Contractor

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. 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.

Page 31: TENDER ID : AHM201908001 · The SBIIMS reserve their rights to accept or reject any or all the tenders, either in whole or in part without assigning any reason for doing so and any

31 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.

Page 32: TENDER ID : AHM201908001 · The SBIIMS reserve their rights to accept or reject any or all the tenders, either in whole or in part without assigning any reason for doing so and any

32 Sign and Seal of Contractor

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 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.

Page 33: TENDER ID : AHM201908001 · The SBIIMS reserve their rights to accept or reject any or all the tenders, either in whole or in part without assigning any reason for doing so and any

33 Sign and Seal of Contractor

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. 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.

Page 34: TENDER ID : AHM201908001 · The SBIIMS reserve their rights to accept or reject any or all the tenders, either in whole or in part without assigning any reason for doing so and any

34 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.

Page 35: TENDER ID : AHM201908001 · The SBIIMS reserve their rights to accept or reject any or all the tenders, either in whole or in part without assigning any reason for doing so and any

35 Sign and Seal of Contractor

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 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.

Page 36: TENDER ID : AHM201908001 · The SBIIMS reserve their rights to accept or reject any or all the tenders, either in whole or in part without assigning any reason for doing so and any

36 Sign and Seal of Contractor

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.

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

Page 37: TENDER ID : AHM201908001 · The SBIIMS reserve their rights to accept or reject any or all the tenders, either in whole or in part without assigning any reason for doing so and any

37 Sign and Seal of Contractor

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. 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:

Page 38: TENDER ID : AHM201908001 · The SBIIMS reserve their rights to accept or reject any or all the tenders, either in whole or in part without assigning any reason for doing so and any

38 Sign and Seal of Contractor

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). 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).

Page 39: TENDER ID : AHM201908001 · The SBIIMS reserve their rights to accept or reject any or all the tenders, either in whole or in part without assigning any reason for doing so and any

39 Sign and Seal of Contractor

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 21/08/2019 as mentioned above.

Page 40: TENDER ID : AHM201908001 · The SBIIMS reserve their rights to accept or reject any or all the tenders, either in whole or in part without assigning any reason for doing so and any

40 Sign and Seal of Contractor

BILL OF QUANTITY (NOT TO BE FILLED)

S. No. Item Description Quantity Unit

A Fire Pump Room and Accessoriers

1

Providing, Fixing, Testing & Commissioning of Main Electrical Driven Submersible Fire Pump,30HP@70M Head. (Make: Lubi/ Prima/ Batliboy etc) LPM- 1260

2 No.

2 Providing, Fixing, Testing & Commissioning of Fire Pump On-Off Starter with announciation of On-Off Switch Facility.

1 No.

3 Providing, Fixing, Testing & Commissioning of Cabeling for Fire Pump & Earthing (Make: Polycab/Mecab/KEI etc)

(a) Providing, Fixing, Testing & Commissioning of Patti cable copper insulated 3 core X 16 Sqmm for Main Pump

48 Mtr.

(b) Earthing of Pumps and Control Panel with 25x6 mm thick GI Patti 50 Mtr.

(c) Chemical Earthing Including Chemical, Soil Augering and GI 1 Meter Pole 2 Nos.

4 Providing, Fixing, Testing & Commissioning of Pressure Gauge with Ball Valve. (Make: H.Guru/Feibig)

2 Nos.

5

Providing and fixing, testing and commissioning of C.I. Butterfly valve PN16 with Flanges. Nut bolts, Gaskets completed as required. (Make: Sant/CRI/Kartar)

(a) 150mm dia 4 No.s

Page 41: TENDER ID : AHM201908001 · The SBIIMS reserve their rights to accept or reject any or all the tenders, either in whole or in part without assigning any reason for doing so and any

41 Sign and Seal of Contractor

(b) 80mm dia 2 No.s

6

Providing, fixing, testing and commissioning of C.I. Dual plate type Non-Return Valve class PN 10 rating with fittings, flanges, nutbolts, washers, gaskets etc.of sizes (Make: Sant/CRI/Kartar)

(a) 150mm dia 2 No.

(b) 80 mm dia 1 No.

7

Providing, fixing, testing and commissioning of Above Ground M.S. ERW Black C Class Heavyduty pipes as per IS: 1239 (upto 150 mm dia.) and IS: 3589 (upto 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. (Make: Surya Prakash/Jindal/Asian)

(a) 150mm dia 18 Mtr.

(b) 80mm dia. 12 Mtr.

B Hydrant System.

8

Providing, fixing, testing and commissioning of Under Ground M.S. ERW Black C Class Heavy duty pipes as per IS: 1239 (upto 150 mm dia.) and IS: 3589 (upto 200 mm dia. And above) with IWL/pypecoat, 4mm thickness wrapping and coating and providing all fittings like flanges, tees, elbow, fasteners with all required. (Make: TATA/Jindal)

(a) 100mm dia 36 Mtr.

(b) 80mm dia. 12 Mtr.

Page 42: TENDER ID : AHM201908001 · The SBIIMS reserve their rights to accept or reject any or all the tenders, either in whole or in part without assigning any reason for doing so and any

42 Sign and Seal of Contractor

9

Providing, fixing, testing and commissioning of Above Ground M.S. ERW Black C Class Heavy duty pipes as per IS: 1239 (upto 150 mm dia.) and IS: 3589 (upto 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. (Make: TATA/Jindal)

(a) 100mm dia 96 Mtr. (b) 80mm dia. 12 Mtr. (c) 50mm dia. 6 Mtr.

10

Providing and fixing, testing and commissioning of C.I.Butterfly valve PN10 with Flanges. Nut bolts, Gaskets completed as required. (Make: Sant/CRI/Kartar)

(a) 100mm dia 3 Nos. (b) 80mm dia. 2 Nos. (c) 50mm dia. 2 Nos. 11 Fire Fighting Equipement.

(a)

Providing, fixing, testing and commissioning of GM 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. (Make: SBJ/Swati/Winco)

5 Nos.

(b)

Providing, fixing, testing and commissioning of GM Branch Pipe with nozzle of 25 mm nominal bore outlet suitable to fit with standard instanteneous type 63 mm dia coupling. As per IS:903 (Make: SBJ/Swati/Winco)

5 Nos.

(c)

Providing, fixing, testing and commissioning 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.(As per Standard)

5 Nos.

Page 43: TENDER ID : AHM201908001 · The SBIIMS reserve their rights to accept or reject any or all the tenders, either in whole or in part without assigning any reason for doing so and any

43 Sign and Seal of Contractor

(d)

Providing, fixing, testing and commissioning of 63 mm dia 15m long RRL Hose Pipe with 63 mm dia.Type A Male and female Stainless Steel couplings duly binded with GI wire, rivets etc. conforming to IS 636 as required. (Make: SBJ/Swati/Winco)

10 Nos.

(e)

Providing, fixing, testing and commissioning of Wall mounting swing type first aid Fire Hose Reel with drum, hanging bracket, 36 x 25 mm dia high pressure hose reel tubing as per IS:884 type -II with shut nozzle and ball valve and all required accessories. (Make: SBJ/Mitras/Swati)

5 Nos.

(f)

Providing, fixing, testing and commissioning of 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. (Make: SBJ/Swati/Winco)

2 Nos.

(g)

Providing, fixing, testing and commissioning of 25 mm dia Air Release Valve and Ball Valve assembly on top of each riser for Air release system. (Make: SBJ/Swati/Winco)

2 Nos.

12 Providing & fixing of Structure Steel Support. 500 Kg

13 Civil Work

(a) Excavation in any type of soil & Back Filling Soft Soil. 24 Cumtr.

(b) Providing, fixing of Hume Pipe NP2 Class 300mm dia with all accessories. 12 Mtr.

14 Charges of Design, Drawing, Fire NOC for firefighting system 1 Job

TOTAL

GST shall be paid extra.

Page 44: TENDER ID : AHM201908001 · The SBIIMS reserve their rights to accept or reject any or all the tenders, either in whole or in part without assigning any reason for doing so and any

44 Sign and Seal of Contractor

LIST OF APPROVED MAKES FOR FIRE FIGHTING WORKS

FIRE PROTECTION SYSTEM (HYDRANT 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. Electric motor Kirloskar, KSB, Crompton, & ABB, Lubi/Prima/Batliboy

2. M.S. Pipe Jindal, Tata

3. Sluice Valve Kirloskar, Upadhaya, Kartar & Kalpana, SBJ/Swati/Winco

4. CI Non Return Valve Kirloskar, Upadhaya, Kartar & Kalpana

5. CI Butterfly valves Audco, Kartaar, Upadhaya & Kalpna

6. Hydrant valve Shah Bhogilal, GEI (Ghosh engg), New age, Safex

7. Y Type Strainer / Basket type Strainer Leader , Prime , Kartar, Hammer ,Kalpana, Worth

8. Pressure switch Indfoss , Switcher, donfos

9. Pressure Gauge H.Guru , Fiebig, Warree

10. Starter, Switches L & T, Siemens

11. Pump Panel Components L & T, Siemens, Schinder, and ABB only

12. Flow switch Honeywell , System Sensor, Potter 13. Annunciation Panel AGNI, RAVEL, EAGLE, PRECISION, JAIN 14. Cables Incab, Gloster, CCI, Finolex, Polycab (ISI Marked) 15. Fire Hose Shah Bhogilal , Newage , Jayshree, CRC, Priyanka, BRG 16. SS Branch Pipe & Nozzle Shah Bhogilal, NewAge, GEI 17. Hose Reel Drum AAAG, Newage, SBJ/Mitras/Swati

18. Rubber Hose Dunlop , Deep Jyoti, Jyoti, & Padmini, 19. SS Ball Valve Audco , Leader , Sant, & Zoloto 20. CS Ball Valve Audco , Leader , Sant & Zoloto

21. Fire Brigade Inlet AAAG (Shah Bhogilal), Newage, GEI (Ghosh engg), & New age

Page 45: TENDER ID : AHM201908001 · The SBIIMS reserve their rights to accept or reject any or all the tenders, either in whole or in part without assigning any reason for doing so and any

45 Sign and Seal of Contractor

22. Hose Box Fabricated as per standard

23. Paint (as per IS: Fire Red ) Asian Pain, Nerolec, Burger

24. Anticorrosive Tap Pipekot, IWL, Rustech

25. Pipe Fittings As per Standard SPECIFICATION OF FIRE PUMPS Main Fire Pump (Submersible Pump) :-

Providing, fixing, testing and commissioning of Electrical Operated end suction, submersible type,CI closed casing, SS shaft & Bronze impeller, of capacity 30 HP and against head of 70m with a pressure of 7 kg/cm2 at the nearest & top most hydrant with submersible starter. M.S. frame & clamps as necessary for fixing the pumps as per site condition and instructions of site engineer in charge. (One Working + One Standby Pump)

SPECIFICATION OF FIRE PUMP CONTROL PANEL:- Control Panel for submersible Pump to start the pump with DOL Starter from Submersible Pump to Panel at floor Level.

SPECIFICATION CABLELING:- 1) Providing, fixing, testing and commissioning of Copper Armored Patti Cable 3 Core

X 16 Sq. mm. for Pump to Panel for Working Pump. 2) Providing, fixing, testing and commissioning of Copper Armored Patti Cable 3 Core

X 16 Sq. mm. for Pump to Panel for Working Pump. 3) Providing, fixing, testing and commissioning of GI Patti for Earthling 25 mm x 6

mm thick for line earthling. 4) Providing, fixing, testing and commissioning of Chemical Earthling Including

Chemical, Soil Auguring and GI 1 Meter Pole SPECIFICATION OF PRESSURE GUAGE:-

Pressure gauge shall be constructed of die cast aluminum and shall be stove enameled. They shall be weather proof with an IP‐55 enclosure. They shall be stainless steel bourdon type pressure gauges with a scale range from 0 to 15 Kg/cm2 and shall be constructed as per IS‐3624. Pressure gauges shall be 100 mm dia size.

SPECIFICATION OF BUTTERFLY VALVE:-

Page 46: TENDER ID : AHM201908001 · The SBIIMS reserve their rights to accept or reject any or all the tenders, either in whole or in part without assigning any reason for doing so and any

46 Sign and Seal of Contractor

C.I.Butterfly valve conforming to IS:13095 class PN 10 rating with Fittings, Flanges, Nut bolts, Washers, Gaskets etc.of size:

SPECIFICATION OF C.I. Dual Plate Type Non-Return Valve:- C.I. Dual plate type Non-Return Valve class PN 10 rating with fittings, flanges, nut bolts, washers, gaskets etc.of sizes:

SPECIFICATION OF MS PIPE B CLASS M.S. ERW Black C Class heavy duty pipes as per IS: 1239 (upto 150 mm dia.) and IS: 3589 (upto 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.

SPECIFICATION OF UNDERGROUND MS PIPE B CLASS

Under Ground MS B Class Medium duty pipes as per IS: 1239 (upto 150 mm dia.) and IS: 3589 (upto 200 mm dia. And above) with IWL/pypecoat, 4mm thickness wrapping and coating and providing all fittings like flanges, tees, elbow, fasteners with all required.

SPECIFICATION OF HYDRANT VALVE Gun Metal 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. SPECIFICATION OF BRANCH PIPE

Gun Metal Branch Pipe with nozzle of 25 mm nominal bore outlet suitable to fit with standard instantaneous type 63 mm dia coupling. As per IS:903

SPECIFICATION OF RRL FIRE HOSE PIPE 63 mm dia 15m long RRL Hose Pipe with 63 mm dia.Type A Male and female Stainless Steel couplings duly binded with GI wire, rivets etc. conforming to IS 636 as required.

SPECIFICATION OF HOSE BOX FRP 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

SPECIFICATION OF HOSE REEL Wall mounting swing 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.

HOSE CABINET

Page 47: TENDER ID : AHM201908001 · The SBIIMS reserve their rights to accept or reject any or all the tenders, either in whole or in part without assigning any reason for doing so and any

47 Sign and Seal of Contractor

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.

SPECIFICATION OF AIR RELEASE VALVE 25 mm dia Air Release Valve and Ball Valve assembly on top of each riser for Air release system.

SPECIFICATION OF FIRE BRIGADE INLET CI Four way/CI Two way Fire Brigade Inlet as per IS: 904 having 63 mm dia inlet with 150 mm dia Butterfly valve/NRV blank cap and chain with necessary fittings, flanges, nutbolts etc.

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

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).

Page 48: TENDER ID : AHM201908001 · The SBIIMS reserve their rights to accept or reject any or all the tenders, either in whole or in part without assigning any reason for doing so and any

48 Sign and Seal of Contractor

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 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). 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.