Você está na página 1de 269

HINDUSTAN PETROLEUM CORPORATION LIMITED

ENGINEERING & PROJECTS


HINDUSTAN BHAWAN, 1ST FLOOR,
8, SHOORJI VALLAVDAS MARG,
BALLARD ESTATE,
MUMBAI-400 001

TENDER DOCUMENT

FOR

INTEGRATED BUILDING MANAGEMENT SYSTEM

AT

DISASTER RECOVERY DATA CENTRE,


PLOT NO 40, PHASE II, HITEC CITY
MADHAPUR, HYDERABAD

SEAL & SIGNATURE OF BIDDER 1


HINDUSTAN PETROLEUM CORPORATION LIMITED
ENGINEERING & PROJECTS
HINDUSTAN BHAWAN, 1ST FLOOR,
8, SHOORJI VALLAVDAS MARG,
BALLARD ESTATE,
MUMBAI-400 001

TENDER NO:

TENDER DOCUMENT ISSUED TO:

NAME OF BIDDER:

ADDRESS :

Ch. Manager Procurement (P & P)

SEAL & SIGNATURE OF BIDDER 2


INDEX
Section Description

A Notice Inviting Tender

B Instructions to Bidders

C Declaration

D Preamble to Schedule of Quantities

E Unpriced Bid

F Time Schedule

G Special Conditions of Contract

H Schedule of Quantities

I Technical Specifications

J Approved Makes

K Environment, Health & Safety Requirements

L EMD Format

M General Terms and Conditions of Contract

N Proposal Forms

O Drawings

P Priced Bid

Section P Priced Bid Format is enclosed separately

SEAL & SIGNATURE OF BIDDER 3


A. NOTICE INVITING
TENDER

SEAL & SIGNATURE OF BIDDER 4


HINDUSTAN PETROLEUM CORPORATION LIMITED
(A Government of India Enterprise)
MARKETING DIVISION
Hindustan Bhawan, 8, Shoorji Vallabhdas Marg, Ballard Estate, Mumbai- 400 001, India
Phone: 022 22637451 / 22612149, Fax: 022 22613576

NOTICE INVITING TENDER


JOB: INTEGRATED BUILDING MANAGEMNT SYSTEM
AT DRDC , HYDERABAD

Sealed tenders are invited under two bid system (Unpriced & Priced) from competent & eligible
Indian bidders for carrying out Integrated Building Management System works at our Disaster
Recovery Data Centre (DRDC) at Hi-tech City, Hyderabad as per details given below-

1 Bid Document No. : 7000027-HD-10002


2 Bid Document on sale : 26.06.2007 to 20.07.2007
3 Bid Due Date : 24.07.2007 (1500 Hours IST)
4 Unpriced Bid opening : 24.07.2007 (1530 Hours IST)
5 Bid document cost : Rs 5000/- (non refundable)
6 EMD : Rs 3,00,000/- (Rs three lakh only)
For further details including EMD, BID QUALIFICATION CRITERIA, detailed NIT, purchase
of tender document etc. please visit our web site www.hindustanpetroleum.com and go to
tender section by clicking the link Tenders.

HPCL reserves the right to extend price/purchase preference as per prevailing guidelines of
Government of India.

Ch. Manager Procurement (P & P)

1.0 BRIEF SCOPE OF WORK:

The brief scope of work comprises of, but not limited to, the following:

a. Design, supply, installation and commissioning of Integrated Building Management


system comprising of the following:

i. Building Automation system for

HVAC (Chillers, Primary valves, AHUs etc).


Electrical System (HT/LT) including DG operation
Vertical Transportation system

SEAL & SIGNATURE OF BIDDER 5


Water Management System

ii. Integrated building management system including the IBMS software to integrate
and monitore the following services from a central location.

Fire Detection & Alarm


Public Address
Access Control
Closed Circuit Surveillance & Digital Video Recording
Lighting Control
Water Management
Fire Fighting

iii The following system specific to the requirement of the Data centre.:

Gas based Fire Suppression systems.


Water leak detection
Aspiration Smoke Detection
Ultrasonic Pest Repellent system

b. Comprehensive annual maintenance of the commissioned IBMS for 5 years after


completion of Defect Liability Period (DLP)

2.0 BID QUALIFICATION CRITERIA:

2.1 Specific Criteria

a. Bidder shall have successfully supplied, installed and commissioned Integrated Building
Management System (on a single Central Monitoring Station) for a commercial
establishment/ data centre comprising of Building Management and Automation System ,
Gas based fire suppression system, Fire Alarm System, Access Control System and
CCTV.

b. The system mentioned in 2.1 a should be in successful operation for at least six months as
of 31.05.2007.

2.2 Commercial Criteria

Bidders should have been awarded and satisfactorily completed either of the
following in the last 7 years ending 31.05.2007

2.2.1 At least one order of value Rs 2.65 Crores comprising of the specific criteria mentioned in
2.1a and 2.1b

Or

2.2.2 At least two orders of Rs 1.65 Crores each comprising of the specific criteria mentioned in

SEAL & SIGNATURE OF BIDDER 6


2.1a and 2.1b

Or

2.2.3 At least three orders of Rs 1.30 crores each comprising of the specific criteria mentioned
in 2.1a and 2.1b

2.3 Annual Turnover: shall meet the minimum prescribed pre-qualification requirement as
follows:

As per the audited balance sheet and Profit and Loss account the average annual financial
turnover during the last three financial years (2004-2005, 2005-2006, 2006-2007) should be
at least Rs. 240 Lakhs.

2.4 Net worth as per the latest (2006-07) audited balance sheet and Profit & Loss account shall
be positive.

2.5 Bidder shall furnish documentary evidence i.e. copies of purchase orders / relevant pages of
contract, completion certificates providing the details of equipments supplied , installed and
commissioned, certificate of successful operation of the IBMS system from the
client/project consultant, annual reports containing audited balance sheets and profit & loss
accounts statement in support of their fulfilling the bid qualification criteria. HPCL reserve
the right to complete the evaluation based on the details furnished without seeking any
additional information.

2.6 Bids from Consortiums shall not be accepted.

A Joint venture existing as a company can submit the offer provided; they meet the Bid
Qualification criteria as indicated, supported with the Purchase Orders executed and
Balance Sheet in the name of Joint Venture participating in the tender.

3.0 GENERAL INFORMATION

3.1 Earnest Money Deposit (EMD) shall be accepted in the form of demand draft (in favour of
Hindustan Petroleum Corporation Limited, payable at Mumbai) or original Bank Guarantee
issued by a scheduled bank (other than cooperative bank) in the format enclosed with
tender document. Amount of EMD is indicated above. In case EMD is submitted in form of
Bank Guarantee, it should be made on non-judicial stamp paper of appropriate value
(denomination) and should be valid for six months from due date / extended due date of the
tender. EMD in any other form shall be treated as offer without EMD and shall not be
acceptable. EMD should be kept in separate envelope and should accompany the unpriced
bid. If the EMD is not in line with the amount called for or accompanies the price bid, the
offer shall be rejected. Public sector undertaking (self declaration required) and Units
registered with NSIC (Copy of valid registration up to specified volumes) are exempted
from submission of EMD. Offer received without requisite amount of EMD as above
shall be rejected.

SEAL & SIGNATURE OF BIDDER 7


3.2 The tender document (non- transferable) can be purchased against written request on
LETTER HEAD from the office of Chief Manager Procurement (Project & Pipelines) at
Mumbai on payment of tender document cost ( Rs. 5000/- non-refundable) by crossed
demand draft in favour of Hindustan Petroleum Corporation Ltd., payable at Mumbai
issued by any Scheduled bank (other than cooperative bank). Units registered with NSIC
(Valid certificate copy required) are exempted from payment of tender document cost.
Tenders can be purchased on any working day (Monday - Friday) between 10.30 Hrs IST to
12.30 Hrs IST and 14.30 Hrs IST to 16.00 Hrs IST. Parties willing to obtain document by
post must send their request (at above address) along with DD towards tender document
cost. HPCL shall not be responsible for any postal delays or non-receipt of tender
document whatsoever.

3.3 Bidder can also download the Tender Document from HPCL website
http://www.hindustanpetroleum.com. In case bidder opts to quote on the basis of such
downloaded tender document from website, the bidder shall enclose the requisite bid
document fee (Rs 5000/-) by crossed demand draft as explained above, in the EMD
envelope. In case of NSIC registered bidders, valid NSIC certificate shall be submitted
along with Un-priced bid. Offers not in conformity with the above shall be rejected.

3.4 Bid document is non-transferable. Bidder must buy the bid document in his own name and
submit the bid directly. Bids received from bidders in whose name bid document has been
purchased shall only be considered. Bid submitted by bidder who have not purchased the
bidding document either directly or through their authorized agents will be rejected.

3.5 HPCL may issue clarifications/amendments in the form of addendum/corrigendum during


the bidding period . For the addendum/corrigendum issued during the bidding period,
bidders shall confirm the inclusion of addendum/corrigendum in their bid. Bidder shall
follow the instructions issued along with addendum/corrigendum.

3.6 A firm which is not a PSU or an associate or a joint venture of a PSU, hired to provide
consultancy services for preparation or implementation of project, and any of its affiliates,
will be disqualified from subsequently providing goods or works or services related to the
initial assignment for the project.

3.7 Completed Tenders should be deposited in the tender box provided in the office of Chief
Manager Procurement (Projects & Pipelines) at Hindustan Bhawan-Ground Floor, 8,
Shoorji Vallabhdas Marg, Ballard Estate, Mumbai 400 001 super scribing Tender No. on
top cover on or before bid due date and time as mentioned in NIT. Unpriced (Technical)
bids shall be opened on the date and time as mentioned in the NIT at above address in
presence of attending bidders / their authorized representatives (authorization letter
required). Tenders received after stipulated due date and time, for any reason whatsoever,
including postal delays, will not be considered.

3.8 Completion period: For Supply, Installation & Commissioning: 5 months from date of LOI

3.9 Bids not received by the due date and time shall be rejected and representative of such
bidders shall not be allowed to attend the bid opening

3.10 HPCL shall not be responsible for any expenses incurred by bidders in connection with the
preparation & delivery of their bids, site visit and other expenses incurred during bidding

SEAL & SIGNATURE OF BIDDER 8


process regardless of the conduct of outcome of the biding process.

3.11 Fax/e-mail bids shall not be accepted.

3.12 HPCL reserves the right to accept or reject any one or all the tenders without assigning any
reason whatsoever irrespective of the outcome of the bidding process.

3.13 Hindustan Petroleum Corporation Ltd (HPCL) has developed the Grievance Redressal
Mechanism" to deal with references / grievances if any that is received from parties who
participated/ intends to participate in the Corporation Tenders. The details of the same are
available on our website.

3.14 HPCL reserves the right to extend price/purchase preference as per prevailing guidelines of
Government of India.

Chief Manager Procurement (P&P)

SEAL & SIGNATURE OF BIDDER 9


B. INSTRUCTIONS TO
BIDDERS

SEAL & SIGNATURE OF BIDDER 10


INSTRUCTIONS TO BIDDERS

1.0 PROJECT DESCRIPTION/SITE INFORMATION

M/s Hindustan Petroleum Corporation Limited is in the process of constructing a


state of art data centre at Hitech City Phase II in Hyderabad at the following address:

40, Hitech City, Phase-II


Madhapur, Hyderabad,
Ranga Reddy District-500033.

The building is about 65000 sq ft approximately in three floors. The plot plan is
enclosed along with Floor wise details of Access Control System & Gas Supression
system for the building. The civil works for the building are nearing completion. The
facilities proposed in the three floors are also indicated in the floor layout which is
enclosed.

The site is situated about 15Km from the International/Domestic Airport (Begumpet),
16Km from Nampally Railway station and 19KM from Secunderabad Railway
Station.

1.1 SCOPE OF WORK

The brief scope of work comprises of, but not limited to, the following

a. Design, supply, installation and commissioning of Integrated Building Management


system comprising of the following:

i. Building Automation system for

HVAC (Chillers, Primary valves, AHUs etc).


Electrical System (HT/LT) including DG operation
Vertical Transportation system
Water Management System

iii. Integrated building management system including the IBMS software to integrate
and monitore the following services from a central location.

Fire Detection & Alarm


Public Address
Access Control
Closed Circuit Surveillance & digital video recording
Lighting Control
Water Management
Fire Fighting

iii The following system specific to the requirement of the Data centre.:

Water leak detection

SEAL & SIGNATURE OF BIDDER 11


Aspiration Smoke Detection
Gas based Fire Suppression systems.
Ultrasonic Pest Repellent system

b. Comprehensive annual maintenance of the commissioned IBMS for 5 years after


completion of Defect Liability Period (DLP)

In case of any clarifications regarding the scope of work, the same shall be obtained
from Shri. Jaideep Roy, Sr. Manager E&P, Hindustan Bhawan, Ist Floor, 8,
Shoorji Vallabhdas Marg, Ballard Estate, MUMBAI 400 001 Tel. No. 22637106 and
Fax Nos 22617032 or 22613482.

The prospective bidders are requested to thoroughly read and comprehend the various
sections of this tender document and visit the site before quoting for the tender. All sections
of this tender document are to be read in conjunction with each other and accordingly quote
in the priced bid. The descriptions of the items in the priced bid have been abridged and the
bidder has to quote in the Priced Bid after thoroughly comprehending the Schedule of
Quantities in conjunction with all other sections of this tender document.

2.0 SITE VISIT & BIDDING DOCUMENT

2.1. The bidder is advised to visit and examine the site of works and its surrounding and obtain
for himself on his own responsibility all information that may be necessary for preparing of
the bid and entering into the contract. The cost of visiting the site shall be at bidders own
expenses. No extra claim on account of non-familiarity of site conditions shall be
entertained during execution of works.

2.2 The bidder and any of his personnel or agents will be granted permission by the Owner to
enter upon his premises and lands for the purpose of such inspection, but only upon the
explicit condition that the bidder, his personnel or agents will release and indemnify the
Owner and his personnel and agents from and against all liabilities in respect thereof and
will be responsible for personnel injury (whether fatal or otherwise), loss of or damage and
expenses incurred as a result hereof.

2.3 All expenses towards site visit shall be to the bidders account.

3. 0 BIDDING DOCUMENT

One set of bidding document can be purchased from the Office of Chief Manager
Procurement (P&P) at Hindustan Bhavan - Ground Floor, 8, Shoorji Vallabhdas Marg,
Ballard Estate, Mumbai -400 001 on payment of requisite tender fee. Alternatively, bidders
can down load the bidding document from HPCLs website and shall submit the tender fee
on or before the time of submission of bid. Bids submitted without tender fee shall be
rejected.

4.0 INFORMATION REQUIRED WITH UNPRICED BID

The following details are required to be submitted in one original along with offer with the
pages numbered sequentially:

SEAL & SIGNATURE OF BIDDER 12


a) Information about Bidders as per Form PF-1.
b) Following documents required as per form PF-2:

i. Sales Tax Clearance Certificate & PAN Number.


ii. Power of Attorney in the name of person who has signed the bid.
iii. Solvency Certificate from Scheduled bank (Other than Co-Operative
Banks). The date of solvency certificate shall not be prior to one year from
the date of opening of unpriced bid.
iv. Copy of Audited Balance Sheet and Profit and Loss Account for the last
three years i.e. for the years 2004-05, 2005-06 and 2006-07.

c) Details of works (as per clause 2.0 of NIT) done during past seven years with name
& postal address of clients along with copies of letters of Intent/work orders
including schedule of items and completion certificate/ any other document which
indicates Completion of the subject contract and other documents as per Form PF-6.
d) Site organization proposed to be deployed at the site separately for execution of the
work with bio-data of site-in-charge & key personnel as per form PR-3/3A.
f) List of Equipment, Tools and Tackles proposed to be deployed as per Form PF-7.
g) List of Exception & Deviation, if any, as per Form PF-4. In case of no deviation the
bidder shall furnish Form PF-4 duly signed & stamped.
h) Compliance to Bid Requirement as per PF-5 duly signed and stamped.
i) Quality Assurance / Quality Control Plan.
j) Work completion Schedule in the form of Bar chart separately.
k) All pages of the tender document including Unpriced Bid/Schedule of Quantities,
duly signed & stamped.
l) Checklist & Commercial Questionnaire duly filled in.
m) Details of concurrent works being executed by the bidder which shall include Name
of client, PO No & date, Value of the PO, Completion period, Date of
commencement, Scheduled completion period, percentage of PO value completed
and expected date of completion..
n) Technical details / documents as specified elsewhere in bidding document
particulars & catalogues of various bought out items mentioned in this Tender
document or proposed to be used by the prospective bidders. Any other document
sought any where in the tender document but not expressly listed herein.
o) Other documents, if any, bidder desires to submit to facilitate evaluation of their
bid.
p) Copies of EPF Registration and ESIC Registration.
q) Declaration
r) Covering letter of Bid.
s) The Certificate from the client for successful operation of the system (qualified for
bid criteria) for at least 6 months.

Bidder to note that the pages are to be numbered sequentially in continuation to the unpriced tender
document i.e. the last page of the unpriced tender document (excluding drawings) is 269 and then
the numbering of the pages in the bidders offer shall start from 270.

5.0 SPLIT-UP OF WORK

Total work shall be awarded to single agency and the scope of work shall not be split

SEAL & SIGNATURE OF BIDDER 13


6.0 SUBMISSION AND OPENING OF BID

6.1 This is only a Price Enquiry (Invitation to Offer) and not an Order.

6.2 The bidder shall take utmost care of the following:

6.3 The Bid shall be submitted in two parts namely, UNPRICED and PRICED Part,
respectively.

6.4 Bid shall be submitted in a sealed cover (Sealed envelope-1) super scribed tender No and
BID DO NOT OPEN. The Bid shall contain separately sealed envelopes super scribed
as below. Name of work, Tender Document No., due date and name of bidder shall
also be clearly written out side the sealed envelopes.

PART I: TECHNO-COMMERCIAL PART or


UNPRICED BID
Unpriced bid shall be kept in an envelope (No 2), duly
sealed and legibly printed on the top of envelop Part
I - UNPRICED BID for Tender No.________

PART II: PRICE PART DO NOT OPEN WITH


PART-I
Priced bid shall be kept in an envelope (No 4), duly
sealed and legibly printed on the top of envelop Part
II - PRICE BID for Tender No._______.

6.5 PART-I (Sealed envelop-2) of offer shall contain

6.5.1 Earnest Money Deposit in a separately sealed envelope (sealed envelope-3) for the
amount as specified in NIT. In case of PSU the self declaration and in case of SSI
units registered with NSIC, the copy of the valid registration certificate shall be
enclosed in this envelope for being eligible for EMD exemption.

6.5.2 Bidding Document marked ORIGINAL duly signed and stamped on each page.
No cutting or overwriting should be done. Proforma of Schedule of Rates forming
part of this shall not be filled in.

6.5.3 Covering letter, technical submission & other details in accordance with Clause 3.0
above forming part of the offer in original.

6.6 PART-II of offer, i.e. Priced Bid shall be submitted in separately sealed envelope (Sealed
envelope-4) clearly super scribing on top of the envelope as PRICE-PART. This shall
contain only the Priced Bid, with all rates (in figures & in words) and amounts duly
printed/typed in the respective column with no Xerox or any other copy. Conditions,
additions, deletions or modifications in PRICE-PART are not permitted. All corrections
must be stamped and signed. Bidders are requested to quote their best prices considering

SEAL & SIGNATURE OF BIDDER 14


the fact that price negotiation, if required may be held with the Lowest Bidder only. Any
claim of whatsoever nature shall not be considered at a later date. Any condition mentioned
in PART-II shall not be taken into account either for evaluation or for award of work and
shall render the offer liable for rejection.

6.8 The sealed Cover (Sealed envelope-1) and all the respective sealed envelopes (envelopes-2,
3 and 4) shall all bear the address given below

Ch. Manager- P&P,


Hindustan Petroleum Corporation Limited,
8, Hindustan Bhavan, Ground Floor,
Shoorji Vallabhdas Marg, Ballard Estate,
Mumbai 400 001.

If the priced bid is found in open condition or Part I and Part II are wrongly marked such
offer will be rejected.

6.9 Technical and Unpriced Part of the Offer will be opened by HPCL as per the due date and
time mentioned in the NIT (Notice Inviting Tender) in the presence of Bidders/ Bidders
duly authorized representative. The Priced part of the Offer will be subsequently opened in
the presence of techno- commercially qualified bidders after appropriate intimation.

6.10 The bidding document shall be read in conjunction with any amendment issued
subsequently.

6.11 Bidding documents once issued are non transferable in other name and shall at all times
remain the property the exclusive property of the owner with a license to the bidder to use
the bidding documents for limited purpose of submitting the bids.

7.0 VALIDITY OF EMD

7.1 Earnest Money Deposit (EMD) shall be accepted in the form of demand draft (in favour of
Hindustan Petroleum Corporation Limited, payable at Mumbai) or in the form of Original
Bank Guarantee for the amount given in the NIT and issued by any Scheduled bank (Other
than Co-Operative Bank). Proforma of BG for EMD is given in this tender document. EMD
in any other form will be treated as Offer without EMD. No adjustment shall be made with
EMD submitted earlier with other tenders of HPCL or any outstanding amount with HPCL.
Earnest Money Deposit furnished by the Bidder shall be valid for a period of 06 (SIX)
MONTHS from the date of submission of the bid.

7.2 EMD of the unsuccessful bidders shall be returned as promptly as possible upon award of
PO/contract.

7.3 EMD of successful bidder will be returned upon the bidders accepting the contract, and
furnishing the requisite Security Deposit.

7.4 EMD may be forfeited for:

i. If a bidder withdraws its bid during the validity period of the bid.

SEAL & SIGNATURE OF BIDDER 15


ii. If a bidder does not accept the relevant clause no 15.0 of Instruction to bidders
iii. If the successful bidder fails within the specified period to furnish the requisite
Security Deposit.

7.5 Any bid not in accordance with above clauses will be rejected as non-responsive.

8.0 VALIDITY OF OFFER

8.1 Bid submitted by Bidder shall remain valid for a minimum period of 06 (SIX) MONTHS
from the due date/extended due date for submission of Bids. Bidders shall not be entitled
during the said period of six months, without the consent in writing of the Owner, to revoke
or cancel their Bid or to vary the Bid given or any term thereof. In case of Bidders revoking
or cancelling their Bid or varying any of the terms in regard thereof without the consent of
Owner in writing, Owner shall reject such Offers and forfeit Earnest Money paid by them
along with their offers.

8.2 Bidders are advised to refrain from contacting by any means HPCL and/or their employees
/ representatives on their own, on matters related to Bids under consideration. HPCL, if
necessary, will obtain clarification on the Bid by requesting for such
information/clarifications from any or all Bidders, either in writing or through personnel
contact. Bidders will not be permitted to change the substance of Bids after opening of
Bids.

8.3 Notwithstanding sub-clauses 8.1 and 8.2 above, HPCL may solicit the bidders consent to
an extension of the period of validity of offer. The request and the response shall be made
in writing. If the bidders agree to the extension request, the validity of Bank Guarantee
towards Earnest money shall also be suitably extended. Bidders may refuse the request
without forfeiting his EMD. However, bidders agreeing to the request for extension of
validity of offer will neither be permitted to revise the price nor to modify the offer.

9.0 BID CLARIFICATIONS/AMENDMENTS BY HPCL

9.1 HPCL may issue clarifications/amendments in the form of addendum/corrigendum during


the bidding period and may also issue amendments subsequent to receiving the bids. For
the addendum/corrigendum issued during the bidding period, bidders shall confirm the
inclusion of addendum/corrigendum in their bid. Bidder shall follow the instructions issued
along with addendum/corrigendum.

9.2 Bidders shall examine the Bidding Document thoroughly and submit to HPCL any apparent
conflict, discrepancy or error. HPCL shall issue appropriate clarifications or amendments, if
required. Any failure by Bidder to comply with the aforesaid shall not excuse the Bidder
from performing the Services in accordance with the contract if subsequently awarded.

10.0 CONFIDENTIALITY OF DOCUMENTS

Bidder shall treat the Bidding Document and contents therein as private and confidential
and shall not use the Bidding Document for any other purposes.

11.0 APPLICABLE LANGUAGE

SEAL & SIGNATURE OF BIDDER 16


The bid prepared by the bidder, all correspondences and documents related to this bid shall
be written in English language only. For document submitted in any other language, an
English translation shall also be submitted, in which case, for the purpose of interpretation
of the bid, the English translation shall govern.

12.0 CAUTION AND DISCLAIMER

Transfer of Bid document by the bidder is not permitted.

Bidder shall make his own interpretation of any and all information provided in the Bidding
Document. HPCL shall not be responsible for the accuracy or completeness of such
information and/or interpretation. Although certain informations are provided in the
Bidding Document, however, bidder shall be responsible for obtaining and verifying all
necessary data and information as required by him. HPCL reserves the right to accept or
reject any/all tender in whole or in part without assigning any reason whatsoever. HPCL
shall not be bound to accept the lowest tender and reserves the right to accept any or more
tenders in part. Decision of HPCL in this regard shall be final.

13.0 JOINT VENTURE/CONSORTIUM BIDS

Consortium Bid (s) submitted by the bidder (s) shall not be considered and will be rejected
by HPCL. A Joint venture existing as a company can submit the offer provided; they meet
the Bid Qualification criteria as indicated in Bid Qualification Criteria of the NIT.

14.0 EVALUATION OF TECHNO COMMERCIAL BIDS

Prior to detailed evaluation of bids the owner shall determine whether each bid is
(i) Accompanied by EMD as specified in the Notice Inviting Tender

(a)Bids without EMD as specified in the Notice Inviting Tender or with EMD not as
per prescribed proforma as per Bidding Document shall be rejected.

(b)EMD if placed inside the price bid envelope then the offer will be treated as bid
without EMD and will be rejected. However Public Sector Enterprise/Undertaking
(Self Declaration required along with Unpriced Bid) and SSIs registered with NSIC
(Copy of valid registration Certificate should be submitted along with the Unpriced
Bid) are exempted from submitting EMD.

(c)Prospective bidders who are SSI registered with NSIC shall provide a declaration
in writing along with their unpriced bid whether they have succeeded in securing
orders for same items, in competition (i.e. without price preference) with large scale
units during the preceding 12 months.

(ii) Totally complying with the requirement of the tender document.

(iii) Meeting the Bid Qualification Criteria as stipulated in the Notice Inviting Tender.

14.2 RECEIPT OF BID

SEAL & SIGNATURE OF BIDDER 17


Bids received late i.e. after due date and time, due to any reason (s) whatsoever shall
be rejected. Late and rejected bid and representative of such bidders shall not be
allowed to attend the bid opening. Unopened bids shall be returned to the Bidder.

14.3 DEVIATIONS TO TENDER REQUIREMENTS

14.3.1 The bidders are required to submit offers strictly as per the terms and
conditions/specifications given in the Bidding Document and not to stipulate any
deviations. The offer of bidders stipulating deviations to any of the following
terms/conditions of the Bidding Document shall not be considered for price bid
opening.

i. Security Deposit [Clause No. 4 (b) of GCC]


ii. Defect Liability period (Clause No. 5.n of GCC)
iii. Suspension & Termination (Clause No.5e & 12 of GCC)
iv. Increase in Time Schedule of Completion
v. Liquidated Damages (Clause No. 10 of GCC)
vi. Force Majeure (Clause No. 13 of GCC)
vii. Validity of offer
viii. Firm Price (Clause 3.3 & 3.4 of SCC)

14.3.2 In case Bidders wish to stipulate any deviation to Bidding Document requirements
other than those stated above, they shall indicate the same as per the proforma
enclosed in the Bidding Document. Bidder shall note that
clarification/queries/deviations mentioned elsewhere in the offer shall not be given
any cognizance. However HPCL reserves their right to reject bids containing
deviations to any of the Bidding Document stipulations.

14.4 UNSOLICITED POST BID MODIFICATION

Bidders are advised to quote strictly as per terms and conditions of the Bidding
Document and after submission of offer not to stipulate any deviation / exceptions.
Once, quoted the bidders shall not make any subsequent price changes, whether
resulting or arising out of any technical / commercial clarifications sought/allowed
on any deviations or exceptions mentioned in the bid unless discussed and agreed
by HPCL in writing.

14.5 DETERMINATION OF RESPONSIVENESS

i) Prior to the financial evaluation of bids, the HPCL will determine whether each bid
is substantially responsive to the requirements of the Bidding Document.

ii) For the purpose of this Clause, a substantially responsive bid is one which conforms
to all the terms and conditions and specifications of the Bidding Document
including Bid Qualification Criteria (BQC) without material deviation or
reservation. A material deviation or reservation is one which affects in any
substantial way the scope, quality, or performance of the works or which limits in
any substantial way, inconsistent with the Bidding Document, HPCLs right or
Bidders obligation under the Contract and retention of which deviation or

SEAL & SIGNATURE OF BIDDER 18


reservation would affect unfairly the competitive position of other bidders
presenting substantially responsive bids.

iii) If a bid is not substantially responsive to the requirements of the Bidding Document,
it may be rejected by the HPCL. Such rejection may be intimated to the Bidder.

14.6 COMPLETE SCOPE OF WORK

The complete scope of work has been defined in the bidding document. Only those
bidders who take complete responsibility for the complete scope of work as
contained in the bidding document shall be considered for qualifying.

HPCL reserves the right to take into accounts the concurrent commitments and past
performance of Bidders during evaluation of bids.

15.0 EVALUATION OF PRICE BIDS

15.1 The PRICE BIDS of only substantially responsive bidders shall be considered for
opening.

15.2 Bidders shall quote the prices in Indian Rupees only.

15.3 The quoted prices shall be checked by the bidder to determine the arithmetical
correctness of the same before submitting his price bid.

15.4 HPCL reserves their right to extend price /purchase preference to NSIC/Public
Sector Enterprises as admissible under the prevailing policies of Government of
India.

15.5 HPCL reserves their right to negotiate the quoted prices with L1 bidder before
award of work.

15.6 HPCL reserves the right to delete any of the items in the Schedule of Quantities
(SOQ) at the time of placement of Fax of Intent/Purchase Order. The decision of
HPCL shall be final and binding.

15.7 The bidder shall quote for all the items of the Price Bid. In case any bidder fails to
quote for more than 10 items then the bid shall be treated as non responsive and
shall be rejected. For bids to be responsive, it may be noted that any item(s) left
unquoted, then such offer will be loaded with the highest quoted rate for those
item(s) for evaluation purpose. If such bidder happens to be the successful Bidder,
price of unquoted items shall be negotiated before award of work.

15.8 In the event of error in quoting the rate in figures and in words for any item(s) then
the lower shall prevail. The bidder shall have to accept the same and shall be
binding on the bidder.

SEAL & SIGNATURE OF BIDDER 19


15.9 While evaluating item(s) amount, in case of multiplication error by bidder, the
following shall prevail:
Lower of following shall prevail and be binding on the bidder.

Amount mentioned against item(s) by bidder

AND

The amount calculated by multiplying the item(s) quantity with the lower of the
rate in figures and in words for that item(s)

15.10 In case of error in adding up the amount column then the following shall prevail:
Lower of following shall prevail and be binding on the bidder

Amount written by the bidder as total (Contract Value)

AND

The total calculated as per 15.8 and 15.9 above.

In the event of the bidders total being lower than the total arrived at as per 15.8 &
15.9, then the rates quoted by bidder shall be proportionately (equally apportioned
to all items) reduced to arrive at total (Contract value). The bidder shall have to
accept the same and shall be binding on the bidder.

15.11 For the purpose of evaluation the rates quoted for Comprehensive AMC in the price
bid shall be considered for arriving at the lowest offer. All bidders should ensure
that they quote for the same. The rates quoted for Comprehensive AMC shall
remain valid up to the completion of the 5 years after DLP.

16.0 REBATE

No suo-moto reduction in prices quoted by bidder shall be permitted after opening of the
bid. If any bidder unilaterally reduces the prices quoted by him in his bid after opening of
bids, the bid (s) of such bidder(s) will be liable to be rejected. Such reduction shall not be
considered for comparison of prices but shall be binding on the bidder in case he happens to
be a successful bidder for award of work.

17.0 CONTRACT AGREEMENT

17.1 Purchase Order (PO) shall be prepared after award of works. Successful bidder shall be
intimated regarding award of works through Fax/Letter of Intent. Until the final PO
documents are prepared and executed, this Bidding Document together with the annexed
documents, modification, deletions agreed upon by the HPCL and Bidders acceptance
thereof shall constitute a binding contract between the successful bidder and the HPCL
based on terms contained in the aforesaid documents and the finally submitted and accepted
prices. In case the successful bidder wishes to sign a contract document then he or she may
clearly specify in the cover letter of his unpriced bid that he or she intends to enter in to

SEAL & SIGNATURE OF BIDDER 20


contract with HPCL. No clause/ terms in contract document shall be in contradiction to
PO/tender terms or accepted deviations. Such contract will be executed after issuance of PO
and all cost towards execution of the contract shall be to the bidders account. All
documents of the PO shall also become a part of the contract and the date of LOI/PO
(whichever is earlier) shall be considered as the date of commencement of job. The
purchase order up to commissioning of the air conditioning system ie without
comprehensive AMC shall be placed on the successful bidder. A separate Purchase Order
shall be placed on the same bidder before completion of the Defect Liability Period for the
Comprehensive AMC on the basis of the quoted AMC rates in the Price Bid and the bidder
shall carry out the job in line with schedule of quantities and relevant technical
specifications. This shall be binding on the bidder and his bid shall be treated as non-
responsive in case of failure to accept the same.

17.2 The Contract document/PO shall consist of the following:

a) Original Bidding Document along with its enclosures issued.


b) Addendum/Corrigendum to Bidding Document issued, if any.
c) Fax/Letter of Intent.
d) The detailed Letter of Award/Acceptance along with Statement of Agreed
Variations (if any) and enclosures attached therewith.

18.0 A firm which is not a PSU or an associate or a joint venture of a PSU, hired to provide
consultancy services for preparation or implementation of project, and any of its affiliates,
will be disqualified from subsequently providing goods or works or services related to the
initial assignment for the project.

SPECIAL NOTE TO THE BIDDERS:

THE SUCESSFUL BIDDER SHOULD SUBMIT ALL NECESSARY DRAWING,


TECHNICAL DETAILS TO MAIN FIRE FIGHTING VENDOR DURING THE
INSPECTION BY THE STATUTORY AUTHORITIES.

THE ELECTRICAL VENDOR SHOULD HAVE VALIED AND PROPER LICENCE


ISSUED BY ELECTRICAL INSPECTRATE, GOVT OF ANDRA PRADESH/GOVT OF
INDIA.

SEAL & SIGNATURE OF BIDDER 21


C. DECLARATION

SEAL & SIGNATURE OF BIDDER 22


DECLARATION

(to be submitted along with unpriced bid)

M/s________________________________________hereby declare/clarify that we have


not been banned or delisted by any Government or quasi Government agencies or Public
Sector Undertakings.

Stamp & Signature of the Bidder

NOTE: If a bidder has been banned by any Government or Quasi Government agencies
or PSUs, this fact must be clearly stated with details. If this declaration is not given along
with the unpriced bid, the tender will be rejected as non-responsive.

CONTACT PARTICULARS

NAME OF PERSON
TEL NO. OFFICE
TEL NO. RES.
MOBILE NO.
E-MAIL ID

SEAL & SIGNATURE OF BIDDER 23


D. PREAMBLE TO
SCHEDULE OF
QUANTITIES

SEAL & SIGNATURE OF BIDDER 24


PREAMBLE TO SCHEDULE OF QUANTITIES

IMPORTANT NOTE:

IF ANY DEVIATION IS FOUND WHILE ON EXECUTION BETWEEN THE


SPECIFICATION AND THE DRAWINGS IT IS TO BE EXPRESSELY NOTED THAT
THE SPECIFICATION WILL HOLD GOOD AND SUPERSEED THE DRAWINGS.

THE BIDDER IS REQUIRED TO PERUSE CAREFULLY ALL PARTS OF TENDER


DOCUMENTS AND DRAWINGS AND IF ANY DIFFERENCE / INCONSISTANCY IS
NOTICED, HE SHALL BRING IT TO ATTENTION OF HPCL BEFORE SUBMISSION OF
TENDER AND SHALL GET THE CLARIFICATION(S) REQUIRED. FAILURE TO DO
SO WILL NOT ENTITLE THE SUCCESSFUL BIDDER FOR ANY EXTRA CLAIMS ON
ACCOUNT OF SUCH DISCREPENCIES/INCONSISTENCIES.

I. GENERAL

This Preamble is to be read in conjunction with the description of various items given in the
Schedule of Quantities (SOQ). These items are deemed to be a part of the SOQ and shall be read
along with the same. The rates quoted for various items in SOQ are deemed to include the various
provisions made herein. Whether specifically mentioned or not in the SOQ, the requirements
given below shall be deemed to be included:

1. Abbreviations

M.S. - Mild Steel

Rmt. - Running Meter

Sqm. - Square Meter

Cum. - Cubic Meter

Q.R.O. - Quote Rate only

C/C - Centre to Centre

C.M. - Cement Mortar

M.T. - Metric Ton

C.P. - Chrome Plated

No. - Number/Each

MM - Millimeter

SEAL & SIGNATURE OF BIDDER 25


G.I. - Galvanized Iron

C.I. - Cast Iron

All dimensions are in mm unless otherwise stated.

2. The quoted rate shall be all inclusive and cover the cost of material including wastage,
freight, all types of taxes, duties, royalties, erection, construction, testing of materials,
samples brought for approval, tools and tackles, plant and equipments, supervision,
overheads, profit and any other expenditure incurred for completion of work as per
drawings, specifications and to the full satisfaction of HPCL/Consultants.

3. The rates quoted shall be valid for working at all heights, depths and on all floor levels. No
extra payment shall be made for scaffolding, staging, ladders, etc., for transportation of men
and material at higher or lower levels.

4. The contractor will have to carryout the work in accordance with the drawings, technical
specifications and / or other conditions laid down in tender document and to the full
satisfaction of HPCL / Consultants.

5. HPCL / Consultants reserve right of operating any item for any work on any floor.

6. Rates of all items shall remain constant irrespective of floor level and no extra shall be paid
for handling and stacking of material, removing debris etc. from the site.

7. Unless otherwise mentioned explicitly in this tender document, the method of measurement
will be as per I.S. 1200

8. Wherever contractor proposed to use "equivalent" makes (i.e. other than specified) he shall
obtain corporation's prior approval. Corporation may consult Consultants before giving
approval to the same. Any additional cost and time lost due to this will be on Contractor's
account and no claims will be entertained.

9. The contractor should take approval for make & manufacturer from the consultants / HPCL
before using any material which does not appear in the list of approved manufacturers.

10. Rate for all items include materials, labour, testing of materials at laboratory or site unless
other wise mentioned in specification, tools & tackle, lift & lead charges, transportation
charges, loading - unloading charges, insurance cover as per tender, all taxes & duties
including works Contract Tax, VAT, service tax etc.

11. All materials which shall be brought on site shall be of approved make & manufacturers
failing which payment shall be deducted suitably from every running bills/final bill.
Percentage of the same shall be assessed by EIC / Consultants and they at their discretion
either to ask contractor to remove / rectify the same or to decide the new proper rate of that
particular item.

12. The electrical installation shall be carried out through a Licensed Contractor who possesses
valid Licence to work in Hyderabad issued by the Electrical Licensing Authority.

SEAL & SIGNATURE OF BIDDER 26


13. The Bidder is required to inspect the site of the work and ascertain for himself site conditions,
facilities available and other aspects before quoting for the work. The bidder is also required,
before quoting, to carefully peruse the tender documents, the tender drawings and connected
details so as to understand clearly the scope and intent of the tender. Any claims by the
successful bidder at a later date on account of his failure to comply with the above
instructions will not be entertained.

14. The bidder should note that the IBMS and connected works are to be carried out and installed
in the existing building. The bidder should note that he should execute his part of the work
without causing any damage to any component of the building or services. Any damage so
caused shall be made good at the cost and risk of the successful bidder. The successful bidder
shall protect all other items of work of other agencies, such as interior furniture , electrical
fixtures, flooring, piping, electrical wiring, pumps, AC ducting, AHU, Precision ACs etc.
from any damage and shall be responsible for final clearing of the floor, walls etc. from their
debris and materials before handing over. No extra is payable towards this the successful
bidder shall include in their bid the rate all minor civil works such as chasing wall, drilling
hooks etc. and making good and no extra is payable towards this. Neat house keeping at all
shapes of work is the responsibility of the successful bidder, who shall also ensure that
removal of debris, waste materials etc. from the site at his own cost is organised at regular
basis. The successful bidder shall also be responsible for safety and security of all his
materials and also for ensuring fire prevention steps are taken at all times.

15. The bidder should note that the tender drawings and other documents describing each item
of the schedule are only indicative in nature and cannot be taken as complete in detail.
Being tender for IBMS which calls for high end technology finish including use of good
quality materials of high standard, it is expected that the bidder should understand the intent
of the tender drawings and specifications and provide for materials, workmanship, finishes
and accessories appropriately so as to deliver the product of high standards in keeping with
the function for which the system is being specified. No claim from the contractor at a later
date will be entertained for his failure to understand this condition. The decision of HPCL
/Consultants in respect of the quality of materials, type of construction, fabrication /
assembling, workmanship, finish, etc., shall be final and binding and the contractor' s claim
for not providing in his tender for such materials, construction, workmanship and finish
cannot be entertained.

16. HPCL /Consultants reserve the right to insist on selection of material, workmanship,
detailing and finishes which they consider are appropriate, and suitable for the intended use.
The contractor is not eligible for extra claims on this account.

17. HPCL /Consultant will require the contractor to produce samples of all materials,
accessories/prior to procurement / manufacture if required by client. Failure to comply with
these instructions may result in rejection of the work.

18. All the works done under this contract shall be guaranteed for a period of one year from
virtual date of completion of works certified by HPCL/Consultants covering, materials,
workmanship and finish. Any defects or design failure or other forms of deterioration shall be
made good by the contractor at his own cost within the guarantee period, immediately on
being informed of such defects. Failure to comply will entail HPCL to unilaterally decide on
getting the repair done through other agency at the cost and risk of the contractor.

SEAL & SIGNATURE OF BIDDER 27


19. The contractor should use only the best material. If required by HPCL/Consultant, the
contractor will be required to arrange for testing products and produce test certificate from
recognised test houses to establish the quality of materials at his own cost. Any defective
material not meeting with the standard shall be replaced at the contractors own cost.

20. The bidder shall indicate the makes of all the finishing materials with catalogues in his
tender, based on which rates have been quoted. The bidder shall be prepared to produce
samples when called for before consideration of the tender further at his own cost and
responsibility and without any liability on HPCL.

21. Testing of various materials should be carried out as per the relevant IS standards
mentioned in the technical specifications attached to the tender. The following will have to
be compulsorily tested by drawing random samples from materials brought to site by the
party.

a. Electrical / Control cables : 1 sample of each size of cable used.

Party should submit manufacturer' s certificates for the various materials and the above tests
will be carried out in addition to the certificates submitted. Cost of testing should be
borne by the party. In case of delay in testing materials, HPCL reserves the right to have
the same tested at party'
s cost.

22. One No. of each item of the Bill of Quantities shall be made first for those items advised by
HPCL and got approved before proceeding with the remaining quantum of items and work.

23. The time of completion of the entire work shall be Five months from the date of LOI/PO

24. The normal working hours for carrying out the AC job shall be from 8.00 A.M up to 7.30
PM on working days (from Monday to Friday) and shall be 8.00 AM to 6.30 PM on
Saturdays and Sundays and all holidays. However the work can be continued during the
night hours subjected to the permission given by the EIC and no complaints received from
neighbours and police etc in line with the prevailing statutory regulation in
Hyderabad/Hitec City.

II. SPECIFIC CONDITIONS

1. The various works described in the Schedule of Quantities and in the drawings shall be
executed in strict accordance with the specifications and drawings to the entire satisfaction of
the Consultants and the HPCL. The quality of materials and workmanship shall be of high
quality and shall conform to the relevant I.S. Specifications wherever applicable.

2. The bidders shall ensure that the place of work is kept neat and tidy during the progress of
work and also clean at the end of each day' s work. The contractor shall also ensure that the
site is cleared of all rubbish, and other unwanted materials and handed over in a neat and
satisfactory conditions as may be directed by HPCL /Consultants.
3. The bidders shall take maximum precaution in protecting persons, things and properties
belonging to the HPCL, Public and also their own during the progress of work. The bidders
will be solely responsible for any damage caused during the progress of work and the

SEAL & SIGNATURE OF BIDDER 28


successful bidder shall indemnify the HPCL by suitable guarantee / insurance cover from any
claims on any account due to damages caused during their work.

4. The contractor should maintain measurement books in which he should record measurements
of work done from time to time and checked by the EIC/Consultant Site Engineer. There
should be no corrections or over writing in the measurements.

5. A register should be maintained at the site which should contain the instructions issued at site
by the Consultants or Employer and the instructions are properly made and recorded.

6. The Contractor on starting the work shall herewith furnish to the Client/Consultants a
programme for carrying out the work stage by stage with in the stipulated time. A graph or
chart on individual work shall be maintained showing the progress week by week. The
Contractors shall submit to the EIC a weekly progress report stating the number of skilled
and unskilled labourers employed on the works, working hours done, place, type and
quantity of work done during the period.

The supervision at site shall be carried out by HPCLs representative as well as the
representative of the Consultants. The work progress to be reviewed in periodic site meetings
at site to be decided by the HPCL and the Consultants. The BAR chart and PERT chart shall
be prepared by the contractor in consultation with the Consultants and HPCL and approval
shall be obtained, for the same. After approval the contractor shall faithfully adhere to the
schedule and where deviations take place, the contractor shall take remedial action to
compensate for the delays in completion of the project.

7. a) The Contractor shall provide at his own cost for all necessary storage on the site in a
specified area for all materials, which is likely to deteriorate by the action of sun, rain or
other causes due to exposure, in such a manner that all such materials, tools, etc., shall be
duly protected from damage by weather or any other cause. All such stores shall be cleared
away and the ground left in good and proper order on completion of this contract

b) The contractor shall provide at his own cost temporary works as per
drawings/specifications approved by the Consultants. The contractors should obtain approval
of local authorities. The Contractor shall be responsible for removal and disposal of the
temporary works before handing over the completed works to the HPCL.

c) The contractor shall enclose the work place by providing temporary partitions and
segregate the HPCL Zone separately such that no hindrance or inconvenience is caused to the
Employees / Records. Also, this would enable dust free environment within the premises.

d) All formalities including permission required to be obtained from competent


authorities for making the provisions in (a), (b) and (c) above would be done by the
contractors at his cost.

e) Contractor should soon after the commencement of work make prototype/Mock-up


samples of items as required by the Consultants for the approval. HPCL / Consultants have
the liberty to modify the design in such case the contractor should follow the approved
samples very strictly as no extension in contract time will be granted by the HPCL /
Consultants in respect of the modification of the design.

SEAL & SIGNATURE OF BIDDER 29


8. All the toilets in the floor will be kept under lock and key, out of which one toilet shall be
earmarked for use by workers. After completion of work, the toilet will be thoroughly
cleaned including replacement of broken fittings etc. by the Contractors and handed over to
HPCL. Any cost incurred in such cleaning, modifications etc. will be proportionately
recovered from various Contractors engaged in the work.

9. The Contractor shall engage an independent Housekeeping debris removal agency on a


day-to-day basis. Hence Contractor would be responsible for cleaning up the debris and
waste materials accrued from his work and dispose the accumulated debris on a daily basis.
If the Contractor fails to comply with this requirement, the Employer will be at liberty to
direct the cleaning agency to do the regular cleaning responsibility.

10. HPCL/Consultants reserve the right to delete all /any of these associated works from the
scope or include them prior to placement of work order. If awarded, the main agency shall
get the associated works carried out only through approved sub-specialist in each trade if
specified in the SOQ. Such works shall be done to satisfy standards of HPCL / Consultants
and also to meet their requirements and specifications of HPCL. Any suggestions /
modifications suggested by HPCL /Consultants for integrating these associated works with
the main system of HPCL shall also be got done by the main agency to the satisfaction of
HPCL /Consultants. No extra cost is payable on account of executing works through the
approved agency for integrating the same with HPCLs overall scheme or implementing
the suggestions given by HPCL/ Consultants. The contractor may note that they have to do
day to day coordination with other agencies already mobilised in site for executing other
related jobs. The contractor to also note that they will have do the work in full coordination
with the interior/ AC/ fire fighting/ electrical works contractors, who are already mobilised
in site.

SEAL & SIGNATURE OF BIDDER 30


E.UNPRICED BID

SEAL & SIGNATURE OF BIDDER 31


UN PRICED BID
INTEGRATED BUILDING MANAGEMENT JOB AT DRDC, HYDERABAD

S.No. DESCRIPTION UNIT QTY

1 D/S/I/C of PC for IBMS & BAS EACH 2

2 S/I/C of IBMS Software SET 1

3 S/I/C of Interface (I/O - Section I & II) SET 1

4 S/I/T/C of Monitoring Station EACH 4

5 S/I/T/C of 600 DPI Col. Inkjet Printer EACH 1

6 S/I/T/C of 600 A4 Laser Printer EACH 1

7 S/I/T/C of DDC ( I/O - Section II) EACH 1

8 S/I/T/C of DDC ( I/O - Section III) EACH 1

9 S/I/T/C of DDC ( I/O - Section IV) EACH 1

10 S/I/T/C of DDC ( I/O - Section V) EACH 1

11 S/I/T/C of DDC ( I/O - Section VI) EACH 1

12 S/I/T/C of (Chiller) DDC Cntrlr. EACH 1

13 S/I/T/C of (AHU/VFD) DDC EACH 1

14 S/I/T/C of DDC -AHU/CAHU EACH 2

15 S/I/T/C of DDC -CAHU 4Nos EACH 1

16 S/I/T/C of DDC for 22 No PAC EACH 1

17 S/I/T/C of DDC for 7 Nos PAC EACH 1

18 S/I/T/C of Sensors: BAS EACH 1

19 S/I/T/C of Immersion Temp.Sensor EACH 6

20 S/I/T/C of Duct Temp.Sensor EACH 11

21 S/I/T/C of Pr.Switch for Fan EACH 11

22 S/I/T/C of Pr.Switch for Filter EACH 11

SEAL & SIGNATURE OF BIDDER 32


S.No. DESCRIPTION UNIT QTY

23 S/I/T/C of Pr.Switch a/c Pumps EACH 7

24 S/I/T/C of Pr.Sensor EACH 2

25 S/I/T/C of Inline Flow meter EACH 1

26 S/I/T/C of Static Pr.Sensor SET 11

27 S/I/T/C of Air Damper Actuator EACH 10

28 S/I/T/C of Fire Damper Actuator EACH 4

29 S/I/T/C of Duct Smoke Detector EACH 14

30 S/I/T/C of Fire Alarm Control Panel EACH 1

31 S/I/T/C of Fire Alarm Repeater Panel EACH 1

32 S/I/T/C of Rate of Rise Heat Detector EACH 7

33 S/I/T/C of Photoelec. Smoke Detector EACH 270

34 S/I/T/C of Elec. Hooter: Fire Alarm Sys EACH 32

35 S/I/T/C of Manual Call Pt: Fire Alarm Sys EACH 21

36 S/I/T/C of Fault Isolation Module EACH 15

37 S/I/T/C of Control Module EACH 43

38 S/I/T/C of Monitor Module EACH 12

39 S/I/T/C of Response Indicator EACH 141

40 S/I/T/C of Gas Detection Detectors EACH 1

41 S/I/T/C Mimic Panel EACH 3

42 S/I/T/C of Displacement Lvl Trans. (UG) EACH 2

43 S/I/T/C of Displacement Lvl Trans. (OH) EACH 2

44 S/I/T/C of Central Ancmt. Consl. SET 1

45 S/I/T/C of Prog. Mixer Amplifier SET 1

46 S/I/T/C OF Equipment Rack SET 1

47 S/I/T/C of Ceiling Rung Spkr EACH 146

48 S/I/T/C of Wall Mounted Spkr EACH 35

49 S/I/T/C of Volume Control Units EACH 12

SEAL & SIGNATURE OF BIDDER 33


S.No. DESCRIPTION UNIT QTY

50 S/I/T/C of EVC Instrument EACH 12

51 S/I/T/C EVC Central Console System SET 1

52 S/I/T/C of Music System SET 1

53 S/I/T/C of World Space Receiver EACH 1

54 S/I/T/C Indoor Camera 1/3" Smoked EACH 60

55 S/I/T/C of IndoorCamera 1/4"Colour EACH 1

56 S/I/T/C of Outdoor Camera 1/4" Colour EACH 8

57 S/I/T/C of Power Supply Unit EACH 66

58 S/I/T/C of Digital Video Record. EACH 5

59 S/I/T/C of Software: CCTV: Win. Based Lot 1

60 S/I/T/C of Keyboard with joystick EACH 1

61 S/I/T/C of 42" Plasma screen EACH 5

62 S/I/T/C of 21" LCD Monitor(colour) EACH 5

63 S/I/T/C of Outdoor Enclosure EACH 8

64 S/I/T/C of GI Post EACH 8

65 S/I/T/C of Access Contrlr.: 2 Card Rdr EACH 9

66 S/I/T/C of Access Contrlr.: 4 Card Rdr EACH 1

67 S/I/T/C of Access Contrlr.: 8 Card Rdr EACH 11

68 S/I/T/C of Proximity Card Reader EACH 97

69 S/I/T/C of Biometric finger Reader EACH 13

70 S/I/T/C of Pin Pads EACH 7

71 S/I/T/C of Electromagnetic Lock EACH 54

72 S/I/T/C of Magnetic Contacts EACH 54

73 S/I/T/C of Emergency release switch EACH 54

74 S/I/T/C of Door Contacts EACH 9

75 S/I/T/C of Access Control: PC station EACH 1

76 S/I/T/C of Prox.Cd/ Cd holder/ Lanyard EACH 300

SEAL & SIGNATURE OF BIDDER 34


S.No. DESCRIPTION UNIT QTY

77 Printing on Lable EACH 300

78 S/I of Adhesive Lables EACH 300

79 S/I/T/C of VESDA Laser Compact EACH 4

79.1 S/I/T/C of VESDA Laser plus EACH 2

80 S/I/T/C of Power supply for VESDA EACH 6

81 S/I/T/C of Aspiration Tubes METERS 600

82 S/I/T/C of Capillary Tubes EACH 45

83 S/I/T/C of Air Termination Nozzles EACH 45

84 S/I/T/C of Configurator Software EACH 1

85 S/I/T/C of High Level Interface EACH 1

86 S/I/T/C of Elec.Hooter: VESDA EACH 6

87 S/I/T/C of Panel Water Leak Detectn. SET 1

88 S/I/T/C of Module Water Leak Detectn. EACH 10

89 S/I/T/C of cable. Sensor Water Leak Detectn. EACH 15

90 S/I/T/C of Water Leak Elec.Hooter EACH 1

91 S/I/T/C of Glassbreak Dtctr.Water Lk EACH 15

92 S/I/T/C of 80 Litres Cylinders EACH 36

93 S/I/T/C of FM200 Gas KILOGRAM 2163

94 S/I/T/C of Primy. Completr Kit EACH 20

95 S/I/T/C of Slave Completer Kit EACH 27

96 S/I/T/C of FM200 Check Valve EACH 30

97 S/I/T/Cof FM200 Nozzles EACH 33

98 S/I/T/C of FM200 Manifold EACH 5

99 S/I/T/C of FM200 Rk-Wl.Mnt.Kit EACH 59

100 S/I/T/C of FM200 MS Smls Pipe LOT 1

101 S/I/T/C of two zone Gas Rls.Panel EACH 5

102 S/I/T/C of Smoke Dtctr: FM 200 EACH 84

SEAL & SIGNATURE OF BIDDER 35


S.No. DESCRIPTION UNIT QTY

103 S/I/T/C of Resp.Indctr: FM 200 EACH 56

104 S/I/T/C of Man.Rel.Switch: FM 200 EACH 10

105 S/I/T/C of Abort Switch: FM 200 EACH 5

106 S/I/T/C of Elec.Hooter: FM 200 EACH 5

107 S/I/T/C of 80 Litres Cylinders (Spare) EACH 11

108 S/I/T/C of VHFO Controller EACH 15

109 S/I/T/C of Satellites for Pest Rplr. EACH 145

110 S/I/T/C of of 2C 1 SQMM Us Cable(BAS) METERS 5000

111 S/I/T/C of 2C 1 SQMM Sc Cable(BAS) METERS 1800

112 S/I/T/C of 4C 1 .5 SQMM Sc Cable(BAS) METERS 550

113 S/I/T/C of 4C 1.5 SQMM Us Cable(BAS) METERS 500

114 S/I/T/C of 2C 1.5 twisted FRLS Cable(BAS) METERS 1000

115 S/I/T/C of 12C 1.5 Us FRLS Cable(BAS) METERS 475

116 S/I/T/C of 16C 1.5 Us FRLS Cable(BAS) METERS 2500

117 S/I/T/C of 2C 1.5 SQMM FRLS(FAS) METERS 1500

118 S/I/T/C of 2C 48/0.2 ATC PVC Cb METERS 4750

119 S/I/T/C of 4C 1.5 PVC Cb(PA Sys) METERS 1000

120 S/I/T/C of Cu Power cable(EVC) METERS 750

121 S/I/T/C of Cu comm cable(EVC) METERS 750

122 S/I/T/C of 2C 1 Multistand (ACS) METERS 350

123 S/I/T/C of 12C Shielded Cu Cable METERS 2000

124 S/I/T/C of Data/ Network Cable (2Cx1.5) METERS 2500

125 S/I/T/C of RG 59 Cable METERS 2500

126 S/I/T/C of 4C x 1.5 twistedpair shielded cb METERS 2000

127 S/I/T/C of 2C x 1.5 Asp Smoke det sys METERS 300

128 S/I/T/C of 2C 1.5SQMM Cb: FM 200 METERS 1000

129 S/I/T/C of 12C shielded copper (12Cx1) METERS 1500

SEAL & SIGNATURE OF BIDDER 36


S.No. DESCRIPTION UNIT QTY

130 S/I/T/C of 2C 1.0SQMM Cb (Water det sys) METERS 400

131 S/I/T/C of 6C 1.0SQMM Cb (Water det sys) METERS 400

132 S/I/T/C of Cb. for Pest Repeller METERS 1000

133 S/I/T/C of 2C 1.5 SQMM U/s Cable METERS 400

134 S/I/T/C of 3C 1 SQMM Sc Cable METERS 300

135 S/I/T/C of 2C 1 SQMM U/s Cable METERS 3500

136 S/I/T/C of 2x2C 1.5 SQMM Tw Sc METERS 2500

137 S/I/T/C of 3C 2.5 SQMM U/s Cable METERS 1000

138 S/I/T/C of 3C 1.5 SQMM U/s Cable METERS 1000

139 Excavation METERS 175

140 Providing Inspection Chamber EACH 15

141 S/P of 150mm GI ladder tray METERS 250

142 S/P of 300mm GI ladder tray METERS 300

143 S/I/T/C of 6KG PVC Pipe METERS 200

144 S/I/T/C of 25mm MS conduit METERS 5000

145 S/I/T/C of wiring to IBMS Equipment METERS 2000

146 S/I/T/C of 2Nos 5A 3 Pin Socket SET 50

147 Providing AMC for Year 1 Monthly 12

148 Providing AMC for Year 2 Monthly 12

149 Providing AMC for Year 3 Monthly 12

150 Providing AMC for Year 4 Monthly 12

150.1 Providing AMC for Year 5 Monthly 12

151 Providing Site Acceptance Test (SAT) SET 1

S/I/T/C- supply, installation, commissioning & testing

SEAL & SIGNATURE OF BIDDER 37


F. TIME SCHEDULE

SEAL & SIGNATURE OF BIDDER 38


TIME SCHEDULE

DESCRIPTION OF WORK:

INTEGRATED BUILDING MANAGEMENT SYSTEM WORKS AT


DISASTER RECOVERY DATA CENTRE, HYDERABAD

LOCATION COMPLETION PERIOD


FROM DATE OF
ISSUE OF FOI/LOI/PO

DRDC, HITEC CITY-PHASE 2,HYDERABAD 5 (FIVE) MONTHS


(Excluding stabilization period)

NOTE:

1) Time for completion shall be reckoned from the date of issue of Fax/ Letter of
Intent/Purchase Order by HPCL which ever is earlier.

2) Time for completion shall include the time required for mobilization,
demobilization, carrying out the works as per requirements of Contract
Document and instructions of HPCL Engineer-in-Charge.

SEAL & SIGNATURE OF BIDDER 39


G. SPECIAL CONDITIONS
OF
CONTRACT
(SCC)

SEAL & SIGNATURE OF BIDDER 40


1.0 GENERAL

1.1a Special Conditions of Contract (SCC) shall be read in conjunction with the
General Conditions of Contract (GCC) also referred to as General Terms &
Conditions of Works Contract, Schedule of Quantities, specifications of work,
drawings and any other document forming part of this Contract wherever the
context so requires.

1.1b Notwithstanding the sub-division of the document into these separate sections
and volumes, every part of each shall be deemed to be supplementary of
every other part and shall be read with and into the Contract so far as it
may be practicable to do so.

1.1c Where any portion of the GCC is repugnant to or at variance with any
provisions of the Special Conditions of Contract, then unless a different
intention appears, the provision(s) of the Special Conditions of Contract shall
be deemed to override the provision(s) of GCC only to the extent that such
repugnancy or variations in the Special Conditions of Contract are not
possible of being reconciled with the provisions of GCC.

1.1d Wherever it is stated in this Bidding Document that such and such a supply
is to be affected or such and such a work is to be carried out, it shall be
understood that the same shall be affected and /or carried out by the
Contractor at his own cost, unless a different intention is specifically and
expressly stated herein or otherwise explicit from the context. Contract Price
shall be deemed to have included such cost.

1.1e The materials, design & workmanship shall satisfy the applicable relevant
Indian Standards, the job specifications contained herein & codes referred to.
Where the job specifications stipulate requirements in addition to those
contained in the standard codes and specifications, these additional
requirements shall also be satisfied. In the absence of any Standard /
Specifications / Codes of practice for detailed specifications covering any part
of the work covered in this bidding document, the instructions / directions of
Engineer-in-Charge will be binding upon the Contractor.

1.1f In case of contradiction between relevant Indian Standards (IS Codes), GCC,
Special Conditions of Contract, Specifications, Drawings and Schedule of
Rates, the following shall prevail in order of precedence.

i) Detailed Purchase Order along with Statement of Agreed Variations, if any,


and its enclosures .
ii) Fax of Intent (FOI)/Letter of Intent(LOI)
iii) Schedule of Quantities
iv) Preamble to the Schedule of Quantities
v) Special Conditions of Contract
vi) Instructions to Bidders
vii) General Conditions of Contract
viii) Technical Specifications
ix) Relevant Indian Standards & Specifications.

SEAL & SIGNATURE OF BIDDER 41


x) Drawings/ Data Sheets

1.7 SAFETY, FIRE FIGHTING AND SPECIFIC REQUIREMENTS OF HPCL

1.7.1 Contractor shall provide adequate number of standard lengths of IS Stamped Fire
hoses, IS Stamped DCP Fire extinguishers, fire buckets with sand and nozzles.
These items can be taken back by the Contractor after completion of work. Sand
shall also be maintained dry by the Contractor with fresh supply, whenever required.

1.7.2 Safety Helmets shall be provided to all the employees of Contractor including that
of his labour contractors.

1.7.3 Safety Belts and Harnesses shall be provided by the Contractor in adequate number
for the workers working at heights.

1.7.4 All Diesel driven equipment shall be provided with proper Flame Arrestors,
Mufflers, etc as applicable.

1.7.5 Proper earthing shall be provided for all equipments and generators.

2.0 THE WORK

2.1 Scope of Work & Scope of Supply

2.1.1 The scope of work and Scope of Supply covered in this Contract
will be as described in Scope of work provided in the Instructions to
bidders, Preamble to the Schedule of Quantities, Schedule of Quantities,
Technical Specifications, Drawings, etc.

2.2 Time Schedule

The Completion period for this job shall be 5 (FIVE) Months.

2.2.1 Time is the essence of this Contract. The period of completion given includes
the time required for mobilization as well as testing, rectifications, if any,
retesting, demobilization and completion in all respects to the satisfaction of
the Engineer-in-Charge.

2.2.2 A joint programme of execution of work will be prepared by the Engineer-


in-Charge and Contractor. This programme will take into account the time of
completion period of the Contract.

2.2.3 Monthly execution programme will be drawn up by the Engineer-in-Charge


jointly with the Contractor based on availability of materials, work fronts and
the joint programme of execution as referred to above. The Contractor shall
scrupulously adhere to the Targets / Programme by deploying adequate
personnel, Construction Equipment, Tools and Tackles and also by Timely
Supply of required materials coming within his scope of supply as per
Contract. In all matters concerning the extent of target set out in the monthly

SEAL & SIGNATURE OF BIDDER 42


programme and the degree of achievement, the decision of the Engineer-in-
Charge will be final and binding upon the Contractor.

2.2.4 Contractor shall give every day category-wise labour and equipment
deployment report along with the progress of work done on previous day in
the proforma prescribed by the Engineer-in-Charge.

2.3 Measurement of Works

2.3.1 Mode of measurement will be as specified in Specifications or SOR.

2.4 Payment Terms

2.4.1 Payment will be released within 15 days of submission of duly certified Running
Account Bills at Disbursement section at Mumbai after deduction of WCST(Works
Contract Sales Tax) or VAT whichever is applicable, IT(Income Tax) and any other
statutory deduction as applicable from time to time, Any MRR(Materials Received
Report- An internal document forwarded by HPCL Site in-Charge/ Engineer to
Disbursement Section along with Contractors Bill and duly certified measurement
sheets for release of payment) Deductions, LD, etc. In case of Final Bill, Payment
will be released within 45 days of submission of duly certified Final Bill along with
all requisite documents, drawings, etc. Payment break up for various items covered
in SOR/PRICED BID is as indicated as Appendix 1 to SCC. No further alteration is
permitted in approved payment break up.

2.5 Temporary Works

2.5.1 All temporary works, enabling works, including dewatering of surface and
subsoil water, preparation and maintenance of temporary drains at the work
site, preparation and maintenance of approaches to working areas, adequate
lighting, wherever required, for execution of the work, shall be the
responsibility of the Contractor and all costs towards the same shall be
deemed to have been included in the quoted prices.

2.6 Quality Assurance

2.6.1 Detailed quality assurance programme to be followed for the execution of


Contract under various divisions of works will be mutually discussed and
agreed to.

2.6.2 The Contractor shall establish, document and maintain an effective quality
assurance system as outlined in the specifications and various codes and
standards.

2.6.3 Quality Assurance System plans / procedures of the Contractor shall be


furnished in the form of a QA manual. This document should cover details
of the personnel responsible for the quality assurance, plans or procedures to
be followed for quality.

SEAL & SIGNATURE OF BIDDER 43


2.6.4 The Owner/Consultant or their representative shall reserve the right to
inspect/witness, review any or all stages of work at shop/site as deemed
necessary for quality assurance and / or timely completion of the work.

2.6.5 The Contractor has to ensure the deployment of quality Assurance and
Quality Control Engineer(s) depending upon the quantum of work and as per
Minimum guaranteed deployment indicated in Form No. PF-3A of Proposal
Forms Section of this Tender document. This QA / QC group shall be fully
responsible to carryout the work as per standards and all codes requirements.
In case Engineer-in-Charge feels that Contractors QA/QC Engineer(s) are
incompetent or insufficient, Contractor has to deploy other experienced
Engineer(s) as per site requirement and to the full satisfaction of Engineer-in-
Charge.

2.6.6 In case Contractor fails to follow the instructions of Engineer-in-Charge with


respect to above clauses, next payment due to him shall not be released
unless and until he complies with the instructions to the full satisfaction of
Engineer-in-Charge.

2.6.7 The contractor shall adhere to quality assurance system enclosed as Appendix II to
SCC.

2.7 Leads

2.7.1 For the various works, in case of contradiction, leads mentioned in the
Schedule of Quantities shall prevail over those indicated in the Technical
specifications.

3.0 ROYALTY, INCOME TAX, SERVICE TAX AND PRICES

3.1 Royalty

3.1.1 Deleted

3.1.2 Contractors quoted rates should include the royalty on different applicable
items as per the prevailing State Government rates. In case, Owner is able to
obtain the exemption of royalty from the State Government the Contractor
shall pass on the same to Owner for all the items involving royalty. Any
increase in prevailing rate of royalty shall be borne by the Contractor at no extra
cost to the Owner.

3.2 Income Tax

3.2.1 Income Tax at the prevailing rate as applicable from time to time shall be deducted
from Contractors Bills as per Income Tax Act and quoted rates shall be inclusive of
this. Owner will issue the TDS (Tax Deduction at Source) Certificate.

SEAL & SIGNATURE OF BIDDER 44


3.3 Firm Prices

3.3.1 The contract price shall remain firm and fixed till the completion of work in
all respects and no escalation in prices on any account shall be admissible to
the Contractor.However variation in service tax rates for comprehensive annual
maintananace contarct rates for 5 years after DLP will be allowed on submission of
documentary evidence.

3.4 Taxes, Duties, Octroi, Levies etc.

3.4.1 The quoted prices shall be deemed to be inclusive of all taxes including
Works Contract Sales Tax or VAT, Sales Tax, Service Tax, duties, Octroi,
levies, etc. and Contractor shall not be eligible for any compensation on
these accounts till the completion of contract except for AMC. Any statutory
variation / liability on account of taxes, duties, Octroi etc. shall also be to
Contractors account.

4 PROVIDENT FUND,LABOUR, LABOUR LAWS AND SITE


REQUIREMENTS

4.1 Provident Fund

4.1.1 The Contractor shall strictly comply with the provisions of Employees
Provident Fund Act and register himself with Regional Provident Fund
Commissioner (RPFC) before commencing work. The Contractor shall deposit
Employees and Employers contributions to the RPFC every month. The
Contractor shall furnish along with each Running bill, the challan / receipt for
the payment made to the RPFC for the preceding month. The Contractor
shall furnish the code number allotted by the RPFC Authority to the
Engineer-in-Charge before commencing the work.

4.1.2 In case the RPFC challan / receipt, as above, is not furnished, Owner shall
deduct 16% (sixteen percent) of the payable amount from Contractors
running bill and retain the same as a deposit. Such retained amounts shall be
refunded to Contractor on production of RPFC Challan / receipt for the
period covered by the related running bill.

4.2 Labour License

4.2.1 Before starting of work, Contractor shall obtain a license from concerned
authorities under the Contract Labour (Abolition and Regulation) Act 1970,
and furnish copy of the same to Owner.

4.3 Labour Relations

4.3.1 In case of labour unrest/labour dispute arising out of non-implementation of


any law, the responsibility shall solely lie with the Contractor and they shall
remove/resolve the same satisfactorily at his cost and risk.

SEAL & SIGNATURE OF BIDDER 45


4.3.2 The Contractor shall at all times take all reasonable precautions to prevent
any unlawful, riotous or disorderly conduct by or amongst his staff and
labour and to preserve peace and protection of persons and property in the
neighbourhoods of the Works against such conduct.

4.4 Employment of Local Labour

4.4.1 The Contractor shall ensure that local labour skilled and / or unskilled, to the
extent available shall be employed in this work. In case of non availability
of suitable labour in any category out of the above persons, labour from
outside may be employed.

4.4.2 The Contractor shall not recruit personnel of any category from among those
who are already employed by other agencies working at site but shall make
maximum use of local labour available.

4.5 Site Cleaning

4.5.1 The Contractor shall clean and keep clean the work site from time to time to
the satisfaction of the Engineer-in-Charge for easy access to work site and to
ensure safe passage, movement and working.

4.5.2 The Contractor shall dispose off the unserviceable materials, debris etc., to
the earmarked area within the premises or any other location outside the
premises as decided by the Engineer-in-Charge. No extra payment shall be paid
on this account.

4.5.3 Review/Approval of Drawings, Design and other documents submitted by


Contractor

4.5.3.1 HPCL/consultant will normally require and utilize a maximum time frame of seven
(07) working days from the date of Receipt for Review/Approval of Drawings,
Design and other documents submitted by Contractor. Upon Review of the
submitted documents, HPCL may give their comments and ask for redesign/
resubmission after necessary rectifications/ modifications and the time frame of 7
working days will be applicable for same.

4.6 Protection of Existing Facilities

4.6.1 Contractor shall obtain all clearance (work permit) from the Owner, as may be
required from time to time, prior to start of work. Work without permit
shall not be carried out within the existing premises.

4.6.2 Contractor shall obtain plans and full details of all existing and planned
facilities/services/utilities from the Owner and shall follow these plans closely
at all times during the performance of work. Contractor shall be responsible
for location and protection of all facilities/utilities and structures at his own
cost.

SEAL & SIGNATURE OF BIDDER 46


4.6.3 Despite all precautions, should any damage to any structure / utility etc. occur, the
Contractor shall contact the Owner / authority concerned and Contractor shall
forthwith carry out repair at his expenses under the direction and to the
satisfaction of Engineer-in-Charge and the Owner/concerned authority.

4.6.3 Contractor shall take all precautions to ensure that no damage is caused to
the existing facilities etc., during construction. Existing
structures/facilities/utilities damaged / disturbed during construction shall be
repaired and restored to their original condition by Contractor after
completion of construction to the complete satisfaction of Owner.

4.7 Work Front

4.7.1 The work involved under this Contract may include such works as have to
be taken up and completed after other agencies have completed their jobs.
The Contractor will be required and bound to take up as and when the fronts
are available for the same and no claim of any sort whatsoever shall be
admissible to the Contractor on this account. Only extension of time limit
shall be admissible, if the availabilities of work fronts to the Contractor are
delayed due to any reason not attributable to the Contractor and the same is
clearly recorded.

4.8 Site Facilities

4.8.1 The Contractor shall arrange for the following facilities at site, for workmen
deployed/engaged by him / his sub-contractor, at his own cost:

i) Arrangement for First Aid.


ii) Arrangement for clean & potable drinking water.
iii) A crche where 10 or more women workers are having children below the
age of 6 years.
iv) Any other facility/utility as may be required under the Contract as per the
existing legislation/regulations.

4.9 Contractors Site Office and Stores

4.9.1 Owner shall provide land only for contractors site office and stores and
fabrication yard, if any at site. However, same shall be dismantled prior to
submission of Final Bill.

4.9.2 The Contractor shall remove all temporary buildings / facilities etc., before
leaving the site after completion of works in all respect.

4.10 Construction Power and Water

4.10.1 Owner shall not provide power and the Contractor shall be exclusively
responsible to make his own arrangements for supply of power, without any
extra cost to the Owner.

SEAL & SIGNATURE OF BIDDER 47


4.10.2 Water required for the works shall be arranged by the Contractor. The contractor
has to make all necessary arrangement for drawing water including making
temporary storage, pumping etc.

4.10.3 Cement & Steel

Cement and steel required for executing the work as per tender document shall be
supplied by the contractor and rates quoted shall be inclusive of the same. Cement
shall be OPC Grade 43/53 conforming to relevant IS standards of reputed
manufacturer and shall be got approved by EIC before procurement. All Running
Account Bills and final bill shall be accompanied by Cement Consumption
Statement giving the detailed working of cement used vis a vis theoretical
consumption.

Permissible wastage shall be 3% of theoretical consumption. However this wastage


shall be considered in excess of the theoretical quantity required for the various
items of work. No extra payment will be made towards this wastage and the same
will be on contractors account. The contractor shall be penalised for any under
consumption of cement @ Rs 7000/- per MT.

4.11 Construction

4.11.1 Rules and Regulations

4.11.2 Contractor shall observe in addition to Codes specified in respective


specification, all national and local laws, ordinances, rules and regulations
and requirements pertaining to the work and shall be responsible for extra
costs arising from violations of the same.

5.0 Procedures

5.1 Various procedures and method statements to be adopted by Contractor during


the construction as required as per the respective specifications shall be
submitted to Engineer-in-Charge in due time for approval.

5.2 Security

5.2.1 As the premises at Hyderabad is a protected area, entry into the area shall be
restricted and may be governed by issue of photo gate passes. The
Contractor shall arrange to obtain through the Engineer-in-Charge, well in
advance, all necessary entry permits/gate passes for his staffs and labourers
and entry and exit of his men and materials shall be subject to vigorous
checking by the security staff. The Contractor shall not be eligible for any
claim or extension of time whatsoever on this account.

5.2.2 It shall be the responsibility of the contractor to safeguard all his materials/owned
from theft, damage etc. For this purpose the contractor shall be allowed to keep his
own security inside HPCL premises

5.3 Drawings and Documents

SEAL & SIGNATURE OF BIDDER 48


5.3.1 Drawings accompanying the Bidding Document are indicative of scope of work
and issued for bidding purpose only. Purpose of these drawings is to enable
the bidder to make an offer in line with the requirements of the owner.

5.3.2 The contractor as per scope of work shall carry out preparation of detailed
and working drawings. Detailed construction layout drawings as needed shall
be prepared by contractor and got reviewed/approved by Engineer-in-
Charge/Consultant before taking up the work.

5.4 Rounding off

5.4.1 All payments to and recoveries from the Contractor shall be rounded off to
the nearest rupee. Wherever the amount to be paid / recovered consists of a
fraction of a rupee (paise), the amount shall be rounded off to the next
higher rupee if the fraction consists of 50 (fifty) paise or more and if the
faction of a rupee is less than 50 (fifty) paise, the same shall be ignored.

5.5 Contractors Billing System

5.5.1 HPCL will provide an approved format for Measurement sheets, Bill Summary and
Bill Abstract. Contractor has to ensure that these data are updated for each
subsequent RA and Final Bill.

5.5.1 HPCL will utilize these data for processing and verification of the
Contractors bill.

5.6 Site Organization

5.6.1 The Contractor shall without prejudice to his overall responsibility to execute
and complete the works as per specifications and time schedule progressively
deploy adequate qualified and experienced personnel together with skilled /
unskilled manpower and augment the same as decided by Engineer-in-Charge
depending on the exigencies of work to suit the construction schedule
without any additional cost to Owner.

5.6.2 The Contractor shall provide all necessary superintendence during the
execution of the Works and as long thereafter as the Engineer-in-Charge may
consider necessary for the proper fulfilling of the Contractors obligations
under the Contract Such superintendence shall be given by sufficient persons
having adequate knowledge of the operations to be carried out (including the
methods and techniques required, the hazards likely to be encountered and
methods of preventing accidents) for the satisfactory and safe execution of the
Work. The workmen deployed by the Contractor should also possess the
necessary license etc., if required under the existing laws, rules and
regulations.

5.7 Additional / Extra Works

SEAL & SIGNATURE OF BIDDER 49


Owner reserves the right to execute any additional works / extra works, during
the execution of work, either by themselves or by appointing any other agency,
even though such works are incidental to and necessary for the completion of
works awarded to the Contractor.

5.8 Responsibility of Contractor

5.8.1 It shall be the responsibility of the contractor to obtain the approval for any
revision and/or modifications decided by the contractor from the Owner /
Engineer-in-Charge before implementation. Also such revisions and / or
modifications if accepted / approved by the Owner / Engineer-in-Charge shall
be carried out at no extra cost to the owner. Any change required during
functional requirements or for efficient running of system, keeping the basic
parameters unchanged and which has not been indicated by the contractor in
the data / drawings furnished along with the offer shall be carried out by the
contractor at no extra cost to the owner.

5.8.2 All expenses towards mobilization at site and demobilization including


bringing in equipment, work force, materials, dismantling the equipment,
clearing the site etc. shall be deemed to be included in the prices quoted
and no separate payments on account of such expenses shall be entertained.

5.8.3 It shall be entirely the contractors responsibility to provide, operate and


maintain all necessary construction equipment, steel scaffoldings and safety
gadgets, cranes and other lifting tackles, tools and appliances to perform the
work in a workman like and efficient manner and complete all the jobs as
per time schedule.

5.8.4 Preparing approaches and working area for the movement of his men and machinery.

5.8.5 The procurement and supply in sequences and at the appropriate time of all
materials, and consumables shall be entirely the contractors responsibility and
his rates for execution of work will be inclusive of supply of all these
items.

5.9 Coordination with other agencies

5.9.1 Contractor shall be responsible for proper coordination with other agencies
operating at the site of work so that work may be carried out concurrently,
without any hindrance to others. The Engineer in Charge shall resolve
disputes, if any, in this regard, and his decision shall be final and binding
on the Contractor.

5.10 Underground and overhead structures

5.10.1 The Contractor will familiarize himself with and obtain information and
details from the Owner in respect of all existing structures, and utilities

SEAL & SIGNATURE OF BIDDER 50


existing at the job site before commencing work. The Contractor shall
execute the work in such a manner that the said structures, utilities, etc. are
not disturbed or damaged, and shall indemnify and keep indemnified the Owner
from and against any destruction thereof or damages thereto.

5.11 Documents required with final bill

5.11.1 Statement of final bills issue of No Claim/ No Due Certificate

5.11.2 The Contractor shall furnish a No-Claim/No-Due declaration indicating that there
are no balance dues to his sub-vendor/sub-contractors/labour contractors along with
the Final Bill.

5.12 Working hours

5.12.1 Depending upon the requirement, time schedule / drawing/ programme and
the target set to complete the job in time, the works may also have to
continue beyond normal working hours/night hours / holidays or during such
periods with out causing any inconvenience to the neighbours/others with due
permission from EIC, for which no extra claim shall be entertained. However
for all such working contractors responsible representative shall be available at site
to receive the work permit to be issued by HPCL. With out responsible
representative of the contractor, no work shall be allowed inside the premises.

6.0 TESTS, INSPECTION AND COMPLETION

6.1 Tests and Inspection

6.1.1 The Contractor shall carry out the various tests as enumerated in the
technical specifications of this Bidding Document and technical documents
that will be furnished to him during the performance of the work at no extra
cost to the Owner.

6.1.2 All the tests either on the field or at outside laboratories concerning the
execution of the work and supply of materials by the Contractor shall be
carried out by Contractor at his cost.

6.1.3 The work is subject to inspection at all times by the Engineer-in-Charge.


The Contractor shall carry out all instructions given during inspection and
shall ensure that the work is being carried out according to the technical
specifications of this bidding document, the technical documents that will be
furnished to him during performance of work and the relevant codes of
practice.

6.1.4 Compressed air for carrying out works ,if required shall be arranged by the
Contractor at his own cost.

6.1.5 For material supplied by Owner, Contractor shall carry out the tests, if
required by the Engineer-in-Charge, and the cost of such tests shall be

SEAL & SIGNATURE OF BIDDER 51


reimbursed by the Owner at actual to the Contractor on production of
documentary evidence.

6.1.6 All results of inspection and tests will be recorded in the inspection reports,
proforma of which will be approved by the Engineer-in-Charge. These reports
shall form part of the completion documents. Any work not conforming to
execution drawings, specifications or codes shall be rejected and the
Contractor shall carry out the rectifications at his own cost.

6.2 Final Inspection

After completion of all tests as per specification the whole work will be
subject to a final inspection to ensure that job has been completed as per
requirement. If any defect is noticed, the Contractor will be notified by the
Engineer-in-Charge and he shall make good the defects with utmost speed. If
however, the Contractor fails to attend to these defects within a reasonable
time (time period shall be fixed by the Engineer-in-Charge) then Engineer-in-
Charge may have defects rectified at Contractors cost.

6.3 Inspection of Supply Items

6.3.1 All inspection and tests on bought out items shall be made as required by
specifications forming part of this contract. Various stages of inspection and
testing shall be identified after receipt of Quality Assurance Programme from
the contractor / manufacturer.

6.3.2 Inspection calls shall be given for association of Owner , as per mutually
agreed programme in prescribed proforma , giving details of equipment and
attaching relevant test certificates and internal inspection report of the
contractor. All drawings, general arrangement and other contract drawings,
specifications, catalogues etc. pertaining to equipment offered for inspection
shall be got approved by Owner and copies shall be made available to
Owner before hand for undertaking inspection.

6.3.3 The contractor shall ensure full and free access to the inspection engineer of
Owner at the contractors or their sub-contractors premises at any time
during contract period to facilitate him to carry out inspection and testing
assignments.

6.3.4 The contractor / sub contractor shall provide all instruments, tools, necessary
testing and other inspection facilities to inspection engineer of Owner free of
cost for carrying out inspection.

6.3.5 Where facilities for testing do not exist in the contractors / sub-contractors
laboratories, samples and test pieces shall be drawn by the contractor / sub-
contractor in presence of Inspection Engineer of Owner and duly sealed by the
later and sent for tests in Government approved test house or any other testing
laboratories approved by the Inspection Engineer at the contractors cost.

SEAL & SIGNATURE OF BIDDER 52


6.3.6 The contractor shall comply with the instructions of the Inspection Engineer
fully and with promptitude.

6.3.7 The contractor shall ensure that the equipment / assemblies / component of the
plant and equipment required to be inspected are not assembled or dispatched
before inspection.

6.3.8 The contractor shall not offer equipment for inspection in painted conditions
unless otherwise agreed in writing with the Owner .

6.3.9 The contractor shall ensure that the parts once rejected by the inspection
engineer are not used in the manufacture of the plant and equipment. Where
parts rejected by the inspection engineer have been rectified or altered, such
parts shall be segregated for separate inspection and approval, before being
used in the work.

6.3.10 On satisfactory completion of final inspection and testing, all accepted part of
the work and equipment shall be stamped suitably and inspection certificate
shall be stamped suitably and inspection certificate shall be issued in requisite
copies for all accepted items. For stage inspection and for rejected items,
only inspection memo shall be issued indicating therein the details of
observations and remarks.

6.3.11 All inspections and tests shall be made as required by the specifications
forming part of this contract. Contractor shall advise HPCL in writing at
least fifteen days in advance of the date of final inspection / tests.
Manufacturers inspection or testing certificate for equipment and materials
supplied may be considered for acceptance, at the discretion of Engineer-in-
Charge. All costs towards testing etc. shall be borne by the contractor within
their quoted rates.

6.4 Documentation

6.4.1 Completion Documents

The following documents shall also be submitted by the Contractor in


triplicate as part of completion documents :

a) Test certificate for materials supplied by the Contractor.


b) Certified records of field tests on materials / equipment, as applicable.
c) Material appropriation statement as required.
d) Six sets of drawings showing therein the as built conditions of the
work duly approved by the Engineer-in-Charge along with one set of
reproducible on polyester film (drawings prepared by Contractor) along
with soft form of the same.
e) Other documents as mentioned in Technical Specification.

6.4.2 AS BUILT Drawings

SEAL & SIGNATURE OF BIDDER 53


Upon completion of work, the Contractor shall complete all drawings to As
built status (including all vendor / Sub vendors drawings for
bought out items) and provide the Owner, the following :
a. One complete set of all original tracings / reproducible along with the soft
form of the same in a CD.
b. Six complete sets of prints.

7.0 OTHERS

7.1 Dispute Settlement between Govt. Dept. / PSU & PSE

7.1.1 In the event of any disputes or differences between the Contractor and the
Owner, if the Contractor is a Government department, a Government
company or an undertaking in the public sector, then such disputes or
differences shall be resolved amicably by mutual consultation or through the
good offices or empowered agencies of the Government. If such resolution is
not possible, then the unresolved disputes or differences shall be referred to
arbitration of an arbitrator to be nominated by the Secretary. Department of
legal affairs (Law Secretary) in terms of the Office Memorandum No. 55 / 1 /
75 CF dated 19th December 1975 issued by the Cabinet Secretariat (Dept. of
Cabinet Affairs) as modified from time to time. The Arbitration Conciliation
Act 1996 shall not be applicable to the arbitrator under this clause. The
award of the arbitrator shall be binding upon parties to the dispute, provided,
however any party aggrieved by such award may make a further reference
for setting aside or revision of the award to Law Secretary whose decision
shall bind the parties finally and conclusively.

7.2 Project Scheduling and Monitoring

7.2.1 The following schedules / documents / reports shall be prepared and submitted
by the CONTRACTOR for review / approval at various stages of the contract.

7.2.2 Along With Bid

The Bidder is required to submit as Project Time Schedule in Bar Chart


Form, along with the Bid. The Schedule shall cover all activities including
mobilization etc. as per the completion time stipulated in the Bidding
Document.

7.2.3 After placement of Purchase Order

Upon placement of Purchase Order, Contractor has to furnish a detailed bar chart
within 15 days of issue of FOI/LOI.

7.2.4 Project Review Meetings

7.2.4.1 The CONTRACTOR shall present the programme and status at various
review meetings as required.

SEAL & SIGNATURE OF BIDDER 54


Monthly Review Meeting

Level of Participation: Senior Officers of Owner & Contractor.

Agenda a) Progress Status / statistics. .


b) Completion Outlook
c) Major hold ups / slippages.
d) Assistance required.
e) Critical issues.
f) Client query / approval.

Venue : Site

7.2.5 Progress Reports

I) Monthly Progress Report

This report shall be submitted in three copies on a monthly basis


within Ten calendar days from cut-off date as agreed upon, covering
overall scenario of the work. The report shall include but not be
limited to the following :

a) Brief introduction of the work.


b) Activities executed / achievements during the month.
c) Scheduled vs actual percentage progress and progress curves for sub-
ordering, manufacturing / delivery, sub-contracting, construction activities
and overall quantum wise status of purchase orders against scheduled.
d) Areas of concern / problems / hold ups, impact and action plans.
e) Resource deployment status.
f) Annexure giving status summary for Material Requisitions and
deliveries, sub-contracting and construction

Distribution: OWNER Two copies & One at Site.

II) Daily Report:

Daily report in duplicate as out lined in 2.2.4 of SCC and any other additional
information/data/guideline/job procedure sought by Engineer-in-Charge shall be
submitted without fail to HPCL at site by contractor.

7.3 General Environment Requirement

The contractor has to ensure efficient use of natural resources like water, fuel
oil and lubricants. The contractor should ensure proper awareness to workers to
maintain a green and clean environment inside / outside the building premises.
The contractor must collect and dispose of all the waste and scrap materials at
the designated place only as directed by Engineer in Charge.

SEAL & SIGNATURE OF BIDDER 55


7.4 DEFECT LIABILITY PERIOD/Warranty Period

As per clause No. 5n of GTC.

7.5 Form C/D etc will not be issued by M/s HPCL

8.0 CONDITIONS SPECIFIC TO IBMS WORKS

The materials, design and workmanship shall satisfy the specifications contained herein and
Codes referred to. Where the technical specifications stipulate the requirement in addition
to those contained in the Standard Codes and specifications those additional requirements
shall also be satisfied. In the absence of any Standard/Specifications covering any part of
the work covered in this tender document, the instruction/directions of HPCL/Consultant
will be binding on the contractor. The contractor shall quote as per specification and shall
not be accepted to deviate from the same. No alternative offer shall be accepted for the
works.

All IBMS works shall be of high quality, complete and fully operational including all
necessary items and accessories whether or not specified herein. All IBMS works shall be
completed in accordance with the regulations and standards to the satisfaction of the
HPCL/Consultants. The general provisions, special provisions and general requirements
apply to the entire installation.

During the progress of work completed portion of the building may be occupied and be put
to use by the owner but the contractor shall remain fully responsible for the maintenance of
IBMS works till the entire work covered by this contract is satisfactorily completed by him
and handed over to the owner.

Contractor shall calculate the requirement of Gas for Suppression system for Data Center
areas and conform to the conditions specified in the basis of design.

8.1 WORK AND WORKMANSHIP


To determine the acceptable standard of workmanship, the Owner/Consultant may order the
Contractor to execute certain portions of works and services under the close supervision of
the Owner/Consultant. On approval, they shall be labelled as guiding samples so that
further works are executed to conform to these samples.

8.2 ASSOCIATED CIVIL WORKS

Major Civil works associated with IBMS are excluded in the scope work, but Main
building cable entry including the inspection chambers to be carried out by IBMS
Contractor only, under separate item. Mounting arrangements for the units shall be carried
out by IBMS contractor only, at no extra cost.

8.3 ASSOCIATED ELECTRICAL WORKS

Major electrical works are excluded from the scope of IBMS contractor and the incoming
cables for all panels shall be provided by Electrical contractor the same shall be coordinated

SEAL & SIGNATURE OF BIDDER 56


with electrical contractor. Electrical cabling for the items covered in the tender are in the
scope of IBMS vendor and shall be paid under the relevant item.

Design, Supply, Installation, Testing and Commissioning of control cables as per I/O
Summary and Scope Matrix shall be carried out by the IBMS contractor.

8.4 PROTECTION OF OTHER CONTRACTORS WORKS AND SAFETY OF


PERSONNEL AT SITE

In view of other contractors and agencies being engaged on site and shall be working
simultaneously, the Contractor shall ensure at all times that during the execution of his
work or during the operations and movements of equipment and supply vehicles and
machinery no damage or injury is caused to the work or property or personnel of other
contractors and agencies.

In case of any such loss or damage the Contractor shall take full responsibility for the same
and shall bear all cost and expenses thereof. The Contractor shall be responsible and liable
for all delays caused due to such damage and or injury and for the consequences which the
other Contractors and Agencies may have to face or to which they may be subjected to or
be accountable for as a result of such delays.

8.5 DESIGN BASIS

The design of the Integrated System shall have integration of the smallest sensor to the
operator workstations (Computers) with all function of the entire building services
available at the control stations. Integration shall mean all the parts of system are connected
together through software and shall share all the information. The integration of all systems
shall be achieved through software programs, electronic components, hardware packaging
and communication network through Local Area Network.

8.6 INSPECTION AND TESTING

The contractor shall provide all necessary instruments and labour for testing, shall make
adequate records of test procedures and readings, shall repeat any tests requested by the
Owner/Consultants and shall provide test certificates signed by a properly authorized
person. Such test shall be conducted on all materials and equipments and on completed
work as called for by the Owner/ Consultants.

If it is proved that the installation or part there of is not satisfactorily carried out then the
contractor shall be liable for the rectification and re-testing of the same as called for by the
Owner/Consultants at the cost of the contractor. The Owner/Consultants decision as to
what constitutes a satisfactory test shall be final.

The above general requirements as to testing shall be read in conjunction with any
particular requirements specified elsewhere. A test house/agency approved by the
Owner/Consultants shall carry out all tests.

SEAL & SIGNATURE OF BIDDER 57


8.7 SAMPLES AND CATALOGUES

Before ordering the necessary material for these installations, the contractor shall submit
Technical data sheets for all the IBMS components & all other instruments & controls to
the Owner/Consultants for approval. A sample of every kind of material such as electrical/
control cable, display panel etc shall be got approved. Vendor shall get approval for QAP
for each item as mentioned above before siting the item.

Also the contractor shall ensure that the dimensional details of the equipment fit into the
allotted space provided in the building.

8.8 VENDOR AND SHOP DRAWINGS

The contractor shall prepare and submit to the Owner/Consultants for his approval six (6)
sets of detailed layout of all IBMS equipments and wiring layouts/ducting layouts.

He shall prepare shop drawings incorporating the details given by manufacturers for the
items included in his contract and also owner supplied items and any other items which
need to be coordinated with other contractors for interfacing.

Before starting the work, the contractor shall submit to the Owner/Consultants for his
approval in the prescribed manner, the shop/execution drawings for the entire installation.

The Owner/Consultants, reserves the right to alter or modify these, if they are found to be
insufficient or not complying with the established technical standards or if they do not offer
the most satisfactory performance or accessibility for maintenance. Contractor shall supply
in six (6) sets of all approved shop drawings for execution.

8.9 AS BUILT

At the completion of work and before issuance of certificate of virtual completion the
contractor shall submit six (6) sets to the Owner/Consultants, layout drawing drawn at
appropriate scale indicating the complete system as installed along with the softcopy of
the same in CD.

8.10 INSTRUCTION / MAINTENANCE MANUAL


The Contractor shall prepare and produce instruction, operation and maintenance manuals
in English for the use, operation and the maintenance of the supplied equipment and
installations and submit to the Owner/Consultants in (6) copies at the time of handing over.
The manual shall generally consist of the following:
Description of the project.
Operating instructions.
Maintenance instructions including procedures for preventive maintenance.
Manufacturers catalogue for various equipments installed.
Trouble shooting charts.
Schematic & control wiring diagrams.
Type and routine test certificates of major items.
One (1) set of reproducible As Built tracings on cloth and CD.

SEAL & SIGNATURE OF BIDDER 58


8.11 COMPLETION CERTIFICATE

On completion of the IBMS system installation and commissioning a certificate shall be


furnished by the contractor countersigned by the site-in charge and/or consultant, under
whose direct supervision the system installation and commissioning was carried out. The
defect liability period shall commence thereafter which shall continue for a period of one
(1) year. The comprehensive annual maintenance contract shall come into effect after
completion of Defect Liability Period.

8.12 GUARANTEE:

At the close of the work and before issuance of final certificate of virtual completion by the
Owner/Consultants, the contractor shall furnish written guarantee indemnifying the owner
against defective materials and workmanship for a period of twelve Months after virtual
completion of the work. The contractor shall be fully responsible for reinstallation or
replacement free of cost to owner, for the following:

a. Any defective work or material supplied by the Contractor.


b. Any material or equipment supplied by the owner, which is damaged or destroyed as a
result of defective workmanship by the contractor.
c. Any material or equipment damaged or destroyed as a result of defective workmanship
by the contractor.

8.13 MAINTENANCE OF PLANT AND TRAINING OF PERSONNEL

The contractor shall train the Owners personnel or his authorised representative to operate
the IBMS system including all its components and carry out routine checks for a period of 3
months after issuance of virtual completion certificate. The necessary formats for carrying
out such routine inspections shall be developed by the contractor and handed over to the
owner for recording on the same. The contractor shall during this period have adequate
number of skilled personnel stationed in the building who would interact with the owners
representative for training of owners personnel.

If found necessary during the period of installation and testing, the contractor shall train
such owners personnel at his works at no extra cost to the Owner.

8.14 WORK PROGRESS REPORT

The Contractor shall provide the following while carrying out the execution/planning of
works:
Detailed schedule of events with completion date
Fortnightly report showing progress of work
Program of works for upcoming weeks every fortnightly
Updated PERT charts with monthly progress

SEAL & SIGNATURE OF BIDDER 59


APPENDIX -1 TO SCC

TERMS OF PAYMENTS
1.1 The basis and terms of payment without prejudice to any other mode of
recovery available to Owner, shall be as given below:

1.2 The Contractor shall be paid monthly running account bills at stages of
completion of individual item / work, based on the joint measurement, in the
following manner after deductions of necessary dues payable by Contractor to
the Owner such as Retention money, Taxes, Duties etc. in accordance with
various provisions made elsewhere in this document.

1.3 SPECIAL PAYMENT TERMS


Following payment shall be made to the contractor against the running bills subject
to the rate awarded to him and the clause regarding retention money as per general
terms and conditions.

!
"

#$
%
&
'

$ %
()
!
"

#$
%
&
'

Item No- 147 to 150.1 - AMC.

SEAL & SIGNATURE OF BIDDER 60


Monthly payments shall be released after satisfactory completion of Maintenance for the previous
month.

All items which are not covered under the above payment terms will as under.

95 % on completion of the item


5% after completion of site acceptance test.

SEAL & SIGNATURE OF BIDDER 61


APPENDIX-2 TO SCC

QUALITY ASSURANCE PROGRAMME

CONTENTS

CLAUSE DESCRIPTION

1.0 INTRODUCTION

2.0 DEFINITIONS

3.0 SCOPE OF WORK BY CONTRACTOR

4.0 QUALITY ASSURANCE SYSTEM


REQUIREMENTS

SEAL & SIGNATURE OF BIDDER 62


1.0 INTRODUCTION

This specification establishes the Quality Assurance requirements to be met


by Contractors (including turnkey contractors) and vendors.

In case of any conflict between this specification and other provisions of the
contract / purchase order, the same shall be brought to the notice of HPCL,
at the stage of bidding and shall be resolved with HPCL, prior to the
placement of order.

2.0 DEFINITION

2.1 Bidder
For the purpose of this specification, the work Bidder means the person(s),
firm, company or organization who is under the process of being contracted
by HPCL/Owner for delivery of some products (including service). The word
is considered synonymous to supplier, contractor or vendor.
2.2 Correction

Action taken to eliminate the detected non-conformity refers to repair, rework of


adjustment and relates to the disposition of an existing non-conformity.

2.3 Preventive Action

Action taken to eliminate the causes of a potential nonconformity, defect or


other undesirable situation in order to prevent occurrence.

2.4 Process

Set of inter-related resources and activities which transform inputs into


outputs.

2.5 Special Process

Process requiring pre-qualification of their process capability. `

3.0 SCOPE OF WORK BY CONTRACTOR

3.1 Prior to award of contract

3.1.1 The bidder shall understand scope of work, drawings, specifications and
standards etc., attached to the tender /bid document, before he makes an
offer.

3.1.2 The bidder shall submit milestones chart showing the time required for each
milestone activity and linkages between different milestone activities along
with overall time period required to complete the entire scope of work.

3.1.3 The bidder shall develop and submit manpower and resource deployment chart.

SEAL & SIGNATURE OF BIDDER 63


3.1.4 The bidder shall submit, along with the bid, a manual or equivalent document
describing / indicating / addressing various control / check points for t he purpose
of quality assurance and the responsibilities of various functions responsible for
quality assurance.

3.2 After the award of contract

The bidder shall submit the schedule for submission of following documents
in the kick-off meeting or within ten days of the placement of order,
whichever is earlier.

- Quality plan for all activities, required to be done by the bidder, to


accomplish offered scope of work.
- Inspection and test plans, covering various control aspects.
- Job procedures as required by HPCL/Owner.

Various documents submitted by the bidder shall be finalized in consultation


with HPCL. Here it shall be presumed that once a bidder has made an offer,
he has understood the requirements given in this specification and agrees to
comply with them in totality unless otherwise categorically so indicated
during pre-award stage through agreed deviation / exception request. All
quality assurance documents shall be reviewed by concerned HPCL functional
groups and the bidder shall be required to incorporate all comments within
the framework of this specification at this stage of the contract. It is also
obligatory on the bidder that he obtains approval on every quality assurance
document, before he starts using a particular document for delivery of
contracted scope of work. Participation of HPCL/Owner in review / approval
of quality plan / QA documents does not absolve the contractor of the
contractual obligations towards specified and intended use of the product (or
service) provided by him under the contract.

3.3 During job execution

3.3.1 During job execution, the bidder shall fully comply with all quality
documents submitted and finalized / agreed against the requirements of this
specification. Approval of HPCL on all these documents shall be sought
before start of work.

3.3.2 Bidder shall produce sufficient quality records on controlled / agreed forms
such that requirements given in this specification are objectively
demonstrated.

3.3.3 Bidder shall facilitate HPCL/Owner during quality / technical audits at his works /
sites.

3.3.4 Bidder shall discharge all responsibilities towards enforcement of this


specification on all his sub-contractors for any part of the scope which is
sub-contracted.

4.0 QUALITY ASSURANCE SYSTEM REQUIREMENTS

SEAL & SIGNATURE OF BIDDER 64


4.1.1 The bidder shall nominate an overall in-charge of the contract titled as
Project Manager for the scope of work of agreed contract. The name of
this person shall be duly intimated to HPCL, including all subsequent
changes, if any. HPCL shall correspond only with the project manager of the
bidder and shall be responsible for co-ordination and management of activities
with bidders organization and all sub-vendors appointed by the bidder.

4.1.2 After award of work the bidder may review augmentation of manpower and
resources deployment chart (submitted earlier), detail it out, if so consented
by HPCL/Owner and resubmit the same as Issued for implementation.

4.1.3 The bidder shall plan the contract scope of work on quality plan format such
that no major variation is expected during delivery of contract scope of work.
These quality plan shall be made on enclosed format complete in all respect.
The quality plan shall be assumed to be detailing bidders understanding and
planning for the contract / offered scope of work. The bidder shall plan the
type of resources including various work methodology which he agrees to
utilize for delivery of contract scope of work.

4.3 The bidder is required to review the contract at all appropriate stages to evaluate his
capabilities with respect to timely and quality completion of all activities pertaining
to contracted scope of work and shall report to HPCL/Owner of constraints, if any.
4.4 The design activities, if any, performed during delivery of contract scope of work
shall be so controlled that the output is reliable enough. It is expected that during
development of design, the bidder shall take recourse to detailed checking, inter
departmental/concerned officials reviews and documented verification methods.

4.5 For all documents which the bidder is likely to utilize for delivery of contract
scope of work, a system must exist which assures that latest / required version(s) of
the document(s) is available at all location / point of use.
4.6 In case the bidder decides to sub contract any part / full of the contract scope of
work (without prejudice to main contract condition), the bidder shall :
- Evaluate the technical and financial capabilities and past performance
of the sub-contractor(s) and their products and/or services before
awarding them with the sub-contracted scope of work. Selection of a
sub-contractor should meet HPCL approval in documented form.
- Requirement of this specification shall be enforced on sub-contracted
agency also. The bidder shall choose sub-contractor based on their
capability to meet requirements of this specification also.

NOTE : It may so happen that, in a given situation, a sub-contractor may not have a
system meeting the requirements of this specification. In all such eventualities, bidder
may lend his system to sub-contractor for the contract such that sub contractor
effectively meets the requirements of this specification. In all such cases HPCL shall be
duly informed.

SEAL & SIGNATURE OF BIDDER 65


4.7 Bidder shall establish methodology such that the materials supplied by the owner /
HPCL shall be suitably identified in such a manner that either through identification
or some other means, sufficient traceability is maintained which permits effective
resolution of any problem reported in the outputs.

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

SEAL & SIGNATURE OF BIDDER 66


shall arrange the adequate training to the performer(s) before any further delivery of
work.

SEAL & SIGNATURE OF BIDDER 67


H. SCHEDULE OF
QUANTITIES

SEAL & SIGNATURE OF BIDDER 68


S.No. Description of Item

I. INTEGRATED BUILDING MANAGEMENT SYSTEM(IBMS):

Design supply, installing, testing and commissioning of Microprocesser based Intergrated


Building Management System as per the detailed specifications for complete and
satisfactory operation and control and to local authorities approval. Both BAS and IBMS
system to be integrated in a single Central Monitoring station. Main stations and subsystems
with LAN, complete with hardware and software to provide graphical users interface
consisting of

1 System PC comprising Pentium IV precessor with EISA bus and with 1.0GHz minimum
clock speed, minimum of 2 GB RAM (Random Access Memory), 1 mb cache, USB port,
DVD combo drive & 160 GB HDD expandable, with Window NT/XP operating system.
(Main server - HOT Stand by mode)

2 Windows based graphical software, (with necessary software addresses required as per I/O
list) on MS windows latest edition /XP or NT platform, including Alarm Management for
IBMS as per detailed specification.

3 Software and Hardware for Interfacing through a gate way for monitoring HT/LT, DG
through serial Modbus interface for the data points as per the I/O List in Section-I and for
Air Cooled Chillers (3 nos)[50 data points for each chiller], PAHU(24 sets)[10 data points
for each], VFDs & VAVs as per the detailed AC-BAS scope matrix. The software shall also
include the cost of the required drivers.

MONITORING STATION AND PRINTERS:


4 Design supply, installing, testing and commissioning of monitoring Station to function as
Server for remote monitoring, central archiving and web enabling win latest edition /NT
server and required software to archive, database management of both IBMS and BAS
system. The system shall comprise Pentium IV single or dual processor with EISA bus and
with 1.0GHz minimum clock speed, minimum of 2GB RAM (Random Access Memory), 1
MBcache, CD/DVD writer & reader, USBdrives , DVD WRITER & minimum 160GB
Hard disk storage. The various system shall have the following PC system seperatly.
1. BMS PC
2. ACCESS PC
3. FIRE PC
4. CCTV PC

5 Supply and commissioning of 600 DPI Colour Inkjet Printer

SEAL & SIGNATURE OF BIDDER 69


S.No. Description of Item
6 Supply and commissioning of Single A4 size Laser Printer

DIRECT DIGITAL CONTROLLER:


Supply, installation, testing and commissioning of Autonomous networkable DDC
Controller with 32 bit microprocessor based standalone and networkable type with real time
clock and historical database of min 1 Mb with panels, peer to peer communicable DDC
modules, input or output relays, terminal block, real time clock, networking and inbuilt
data buffer for Following requirement as per Enclosed IO summary .

7 DDC Panel for LT Electrical Requirement. ( Refer: IO summary Section - II ).


8 DDC Panel for Water Management System ( Refer: IO summary Section - III ).
9 DDC Panel for Lighting Managemnet System. ( Refer: IO summary Section - IV ).
10 DDC Panel for Fire Fighting System ( Refer: IO summary Section - V).
11 DDC Panel for Lifts and Elevators ( Refer: IO summary Section - VI.
12 DDC Panel for Chiller ( Refer: IO summary BAS - Type-A).
13 DDC Panel for AHU with VFD ( Refer: IO summary BAS - Type-B).
14 DDC Panel for 3 Nos AHU'
s/CAHU with Starter ( Refer: IO summary BAS - TYPE - C).
15 DDC Panel for 4 Nos CAHU with Starter ( Refer: IO summary BAS - TYPE - D).
16 DDC Panel for 22 Nos PAC ( Refer: IO summary BAS - TYPE - E).
17 DDC Panel for 7 Nos PAC ( Refer: IO summary BAS - TYPE -F).
FIELD EQUIPMENT:
18 Supply, installation, testing and commissioning of Sensors (Field Devices) as per attached
technical specification for measuring outside air Temperature & RH to measure the outside
ambience for BAS system

19 Supply, installation, testing and commissioning of Immersion type temperature sensors with
all accessories as per attached technical specification for measuring temperature of CHW
temperatures for chillers for BAS system.

20 Supply, installation, testing and commissioning of Duct Type Temperature and Rh Sensors
as per attached technical specification with all duct mounting accessories as per the system
AHU mentioned in I/o summary for BAS system

21 Supply, installation, testing and commissioning of Differential pressure switch as per


attached technical specification to monitor the fan status as per AHU I/O listed for BAS
system

SEAL & SIGNATURE OF BIDDER 70


S.No. Description of Item

22 Supply, installation, testing and commissioning of Differential pressure switch as per


attached technical specification to monitor the filter status as per the AHU I/O listed for
BAS system
23 Supply, installation, testing and commissioning of Differential-pressure switch as per
attached technical specification across the pumps with a Differential-pressure of 0.2 to 1
Bar as per the system requirements for BAS system

24 Supply, installation, testing and commissioning of Differential-pressure Sensors as per


attached technical specification across the supply and return header operating range of 0 to
1 Bar as per the system requirements for BAS system

25 Supply, installation, testing and commissioning of In line flow meter of 200mm dia as per
attached technical specification with suitable pulse counter for BAS system

26 Supply, installation, testing and commissioning of Static pressure sensor 0-1000Pa for BAS
system as per attached technical specification

27 Supply, installation, testing and commissioning of Spring return Damper Actuator as per
attached technical specification with ON / OFF control and position feedback. Damper
having a holding torque of 7Nm and With auxiliary contacts to indicate the position for BAS
system. Rate shall be Inclusive of control panel with necessary wiring for Damper
Actuator.)

28 Supply, installation, testing and commissioning of Spring Return Fire Damper Actuator as
per attached technical specification with ON / OFF control and position feedback. Damper
having a holding torque of 10Nm and With auxiliary contacts to indicate the position for
BAS system
29 Supply, installation, testing and commissioning of Duct Smoke Detector as per attached
technical specification with necessary IRMs (Interposing relay Modules) which is being
linked by LOR of FAS system.

II FIRE ALARM SYSTEM:

FIRE ALARM CONTROL PANEL:

SEAL & SIGNATURE OF BIDDER 71


S.No. Description of Item

30 Design, Supply, Installation, Testing and Commissioning of Intelligent Addressable


Analogue type Micro Processor - controlled Main Fire Alarm Control Panel with 4 loops,
expandable to 10 loops. Each loop capacity of minimum 126 detectors and 126 modules i.e.
total loop capacity of 504 detectors & 504 modules, 640 character LCD display,
networkable having 10 control modules complete with zone indicating LEDs as per the
detailed specification and with Battery backup with charger for each panel.

31 Supply, Installation, Testing and Commissioning of Fire Alarm Repeater Panel with 160
character LCD display for status of Main Panel.

32 Supply, Installation, Testing and Commissioning of Rate of Rise Heat Detectors (Thermal
Detectors): Addressable analogue type Heat Detectors with solid state design with sensing
element combination of fixed type and rate of rise of temperature indicating LED, mounting
base etc. as per detailed specifications.

33 Supply, Installation, Testing and Commissioning of Addressable analogue Photoelectric


type smoke detectors with dual chamber, solid state design, indicating LED, mounting base
etc. as per detailed specification.

34 Supply, Installation, Testing and Commissioning of Electronic Hooters:/Speakers solid


state circulatory two tone system as per attached technical specification suitable for
operation through addressable relay control module

35 Supply, Installation, Testing and Commissioning of Manual Call Points/push button stations
of approved make with NO/NC contacts slim type and projecting out from the surface of
enclosurewith glass suitable for addressable function as per attached technical specification

36 Supply, Installation, Testing and Commissioning of Fault Isolation Module as per attached
technical specification to electrically isolate different sections of detector loops.

37 Supply, Installation, Testing and Commissioning of Addressable Control Module as per


attached technical specification for AHU tripping, access card integration etc

38 Supply, Installation, Testing and Commissioning of Monitor Module for monitoring various
systems.

39 Supply, Installation, Testing and Commissioning of Response Indicator as per attached


technical specification for mounting on false ceiling at the entries of the cabin for indicating
the operation for detectors in the above areas.

SEAL & SIGNATURE OF BIDDER 72


S.No. Description of Item
40 Supply, Installation, Testing and Commissioning of LPG Gas Detection Detectors as per
attached technical specification
41 Supply, fixing, testing and commissioning of Mimic Panel with all zones as per the attached
technical specification

III WATER MANAGEMENT SYSTEM:


42 Supply and installation of Displacement Level Transmitter suitable for giving a linear output
(0-10V) with installtion hardware & accessories for UG Water tanks (2500 MM length for
water + 600MM free board = 3100 mm total)

43 Water Management System: Supply and installation of Displacement Level Transmitter


suitable for giving a linear output (0-10V) with installtion hardware & accessories. For
Terrace Water tanks (1600 mm length for water level + 600mm free board = 2200mm total)

IV
PUBLIC ADDRESS AND EMEGENCY VOICE COMMUNICATION SYSTEM:
44 Supply, installation, testing and commissioning of Microprocessor based Central
Announcement Console for selective paging up to 8 zones with necessary electronics and
accessories to complete the system as per specification of Approved make.

45 Supply & installation 6 channel Programmable Mixer Amplifier with assignable priority on
each channel to accept Telephone, Microphone, CD, Audio Tone from Fire Detecting
System for Emergency Annoucement System etc., with in-built Compressor and Limiter as
per specs.

46 Supply and installation of Pre-wired twin Equipment Rack as per the detailed specifications

47 Supply & installation of 6W Power Handling Flush Mounting Ceiling Rung Speakers with
LMT of selectable wattage laps of 1.5W, 3W and 6W for all office and lift lobbies

48 Supply & installation of 6W Power wall Mounting Metal Speakers with LMT of selectable
wattage laps of 1.5W, 3W and 6W for staircase areas and office floors.

49 Supply & installation of Volume Control switch at GM'


s Cabin, conference Hall and
Meeting Room.

SEAL & SIGNATURE OF BIDDER 73


S.No. Description of Item

50 Supply and installing Emergency Voice Communication instrument with Stainless steel
plate with microphone and speaker provision

51 Supply, intallation, testing and commissioning of the Central Console system for Emergecy
Voice Communication.

52 Music System: 1 No. each of AM/FM Tuner, Dual Auto Reverse Cassettee Player, 3 CD
Changer, Music Source Selector, 1/3rd Octage Graphic Equalizer with in-built compressor
and limiter, 2 nos. 200W, RMS Booster Amplifier having 70V and 100V output.

53 Supply and installation of "World Space" brand Receiver with necessary subcription fee for
2 years and initial Operating License for 1 year from Statutory Authority (to be renewed by
HPCL therafter)

V CLOSED CIRCUIT TELEVISION SYSTEM;


54 CCTV System: Supply, installation, testing and commissioning of Varifocul Colour 1/3"
cameras with smoked dome indoor enclosure , 480 lines resolution and sensitivity of 1.5 lux
(F1.2) including all mounting supports / brackets and fixing accessories. (Cameras shall be
supported from the soffit such that its weight does not bear on to the false ceiling).

55 Supply, installation, testing and commissioning of Color high speed 1/4" Pan/Tilt/Zoom
indoor camera, 480 lines resolution and sensittivity of 1 lux at F1.2 with 16X motorized
zoom lens, receiver, driver, Pan/Tilt and necessay mounting support / brackets and fixing
accessories. (Cameras shall be supported from the soffit such that its weight does not bear
on to the false ceiling).

56 Supply, installation, testing and commissioning of Color high speed 1/4" Pan/Tilt/Zoom
outdoor camera, 480 lines resolution and sensittivity of 1 lux at F1.2 with 16X motorized
zoom lens, receiver, driver, Pan/Tilt and necessay mounting support / bracket, accessories as
required for outdoor installation (IP 68).

57 Providing Power Supply Unit for each camera.(each camera shall be provided with
dedicated power supply)
58 Supply and installation of Digital Video Recorder 16 Channel Duplex for multiplexing and
digital recording , suitable for live viewing and playback while recording , motion detection
and alarm event detection as specified. The storage capacity of DVR shall be minimum 500
GB.

SEAL & SIGNATURE OF BIDDER 74


S.No. Description of Item

59 Windows based Software for remote monitoring on a PDM complete with necessary
hardware modules to connect the CCTV system to the LAN Ethernet network complete with
router/switch/ hub and other accessories. Software shall provide facility to serve the video
images on the LAN.

60 Supply of Keyboard with joystick (connected to the digital video recorders)


61 Supply of 42" Plasma Wall-mounted type Colour Screen
62 Supply of 21" LCD Colour Monitor
63 Providing Outdoor enclosure with suitable accessories for mounting the cameras.
64 Providing 6 Mtr height GI post with necessary mounting bracket and Civil works for
external cameras.

VI ACCESS CONTROL SYSTEM;


65 Supply, fixing, testing and commissioning of Access Controllers for Access Control
System, each with capacity of 1000 cards to connect up to 2 card readers complete with
necessary hardware, Software etc., as specified for centralized securtiy monitoring.

66 Supply, fixing, testing and commissioning of Access Controllers for Access Control
System, each with capacity of 1000 cards to connect up to 4 card readers complete with
necessary hardware, Software etc., as specified for centralized securtiy monitoring.

67 Supply, fixing, testing and commissioning of Access Controllers for Access Control
System, each with capacity of 1000 cards to connect up to 8 card readers complete with
necessary hardware, Software etc., as specified for centralized securtiy monitoring.

68 Supply and commissioning of Proximity Card readers for Doors and optical turnstiles for
Access Control System for centralized securtiy monitoring.

69 Supply and commissioning of Biometric Finger Readers for Access Control System as
specified for centralized securtiy monitoring.

70 Supply and commissioning of Pin Pads for Access Control System as specified for
centralized securtiy monitoring.

SEAL & SIGNATURE OF BIDDER 75


S.No. Description of Item

71 Supply and commissioning of Electromagnetic Locks for Access Control System with
necessary hardware as specified for centralized securtiy monitoring.

72 Supply and commissioning of Magnetic Contact for Access Control System with necessary
hardware as specified for centralized securtiy monitoring.

73 Supply and commissioning of Emergency release Switch with break glass for Access
Control System with necessary hardware as specified for centralized securtiy monitoring.

74 Supply and commissioning of Door Contacts for all Fire Doors for monitoring door status
with necessary hardware as specified for centralized securtiy monitoring.

75 Supply and commissioning of PC station with Access Control software for issue of visitor
card comprising Pentium IV processor with EISA bus and with 1.0GHz minimum clock
speed, minimum of 1GB RAM (Random Access Memory), 512Kbcache, 1 x 1.44 MB 3"
diskette drive, 160GB expandable Hard Disk with suitable interfaces for Access Control
System for centralized security monitoring including provision for intergration of existing
cards with the proposed system. Sample card shall be provided by HPCL at the time of
integration.

76 Supply of Proximity Cards (ISO proxi type), Card Holder and Lanyard for Access Control
System
77 Printing Owner'
s logo and address on lable with Photo ID and the owner'
s logo/initial on the
lanyard etc.

78 Supply of suitably coated Adhesive Lables for printing user details and pasting on the cards.

VII ASPIRATION SMOKE DETECTION SYSTEM:


79 Supply, installation, testing and commissioning of VESDA Laser Compact as per the
detailed specification for Aspiration Smoke Detection System

79.1 Supply , installation and commissioning of Versda Laser plus system as per detailed
specification for aspirating fire fighting system.

80 Supply and Installation of Power Supply Unit for the VESDA Detectors

81 Supply, installation, testing and commissioning of Aspiration Tubes as per the detailed
specification for Aspiration Smoke Detection System

SEAL & SIGNATURE OF BIDDER 76


S.No. Description of Item

82 Supply, installation, testing and commissioning of Capillary Tubes as per the detailed
specification for Aspiration Smoke Detection System

83 Supply, installation, testing and commissioning of Air Termination (Nozzles) as per the
detailed specification for Aspiration Smoke Detection System

84 Supply, installation and commissioning of Vesda Configurator software as per the detailed
specification for Aspiration Smoke Detection System

85 Supply, installation, testing and commissioning of High Level Interface as per the detailed
specification for Aspiration Smoke Detection System

86 Supply, installation, testing and commissioning of Electronic Hooter for Aspiration Smoke
Detection System

VIII WATER LEAK DETECTION SYSTEM:


87 Supply, installation, testing and commissioning Water Leak detection panel with battery as
per specification.

88 Supply, installation, testing and commissioning Water Leak detection module as per
specification.
89 Supply, installation, testing and commissioning Water leak detection cable sensor (10 Mtrs)
as per specification.
90 Supply, installation, testing and commissioning Electronic Hooter as per specification.

91 Supply, installation , testing and comissioning of Glass break detector as per specification.

VIII GAS SUPRESSION SYSTEM:


92 80 Ltrs. Cylinder with Valve for Gas Supression System (FM 200)/HFC 227 including
design, supply, installation, testing and commissioning of the system as per detailed
specifications and attached drawings for different zones on the First Floor Data Center area.

93 FM 200/HFC 227 gas for Gas Supression System (FM 200/HFC227) including design,
supply, installation, testing and commissioning of the system as per detailed specifications
and attached drawings for different zones on the First Floor Data Center area.

SEAL & SIGNATURE OF BIDDER 77


S.No. Description of Item

94 Primary Completer Kit complete with Solenoid & Gauge assembly, Discharge Tube,
Manual Pneumatic Actuator, Flex Hoses, Warning Sign, Nameplate and Connectors for Gas
Supression System (FM 200/HFC 227) as per detailed specifications and attached drawings
for different zones on the First Floor Data Center area.

95 Slave completer Kit complete with Discharge Tube, Flex Hoses, Pressure Gauge, Elbows
and Connectors for Gas Supression System (FM 200/HFC 227) as per detailed
specifications and attached drawings for different zones on the First Floor Data Center area.

96 Check Valve for Gas Supression System (FM 200/HFC 227) as per detailed specifications
and attached drawings for different zones on the First Floor Data Center area.

97 Nozzles for Gas Supression System (FM 200/HFC 227) as per detailed specifications and
attached drawings for different zones on the First Floor Data Center area.

98 Manifold (Multi-way) for Gas Supression System (FM 200/HFC 227) as per detailed
specifications and attached drawings for different zones on the First Floor Data Center area.

99 Rack - Wall Mount Kit for Gas Supression System (FM 200/HFC 227) as per detailed
specifications and attached drawings for different zones on the First Floor Data Center area.

100 M.S. Seamless pipes as per ASTM A 106 Gr. B, schedule 40 with necessary fittings for Gas
Supression System (FM 200/HFC 227) as per detailed specifications and attached drawings
for different zones on the First Floor Data Center area including the charges for the Third
Party Inspection as per the Data Sheets and QAP.

101 2 Zone Gas Release Panel with Battery Backup as Detection & Control equipment as per
detailed technical specifications for Gas Supression system

102 Conventional Smoke Detector as Detection & Control equipment as per detailed technical
specifications for Gas Supression system

103 Response Indicator as Detection & Control equipment as per detailed technical
specifications for Gas Supression system

104 Manual Release Switch as Detection & Control equipment as per detailed technical
specifications for Gas Supression system

SEAL & SIGNATURE OF BIDDER 78


S.No. Description of Item

105 Abort Switch as Detection & Control equipment as per detailed technical specifications for
Gas Supression system

106 Electronic Hooter as Detection & Control equipment as per detailed technical specifications
for Gas Supression system

107 Spare 80 Ltrs. Cylinder with Valve for Gas Supression System (FM 200/HFC 227)

IX ULTRASONIC PEST REPLLER SYSTEM


108 Supply, installation, testing and commissioning of VHFO controller for the Ultrasonic Pest
Repeller system as per the detailed technical specifications.

109 Supply, installation, testing and commissioning of Satellites for the Ultrasonic Pest Repeller
system as per the detailed technical specifications.Satellites

X CABLES
Cables for BAS system:
110
Supply, laying, terminating,testing and commissioning of 2 Core 1.0 SQ. MM, GI armoured
ATC conductor multistranded, Unscreened FRLS cable. [For ON / OFF Command &
various status / Power Supply for Field Devices]
111
Supply, laying, testing and commissioning of 2 Core 1.0 SQ. MM, GI armoured ATC
conductor multistranded, screened FRLS cable. [For Sensors]
112
Supply, laying, terminating,testing and commissioning of 4 Core 1.5 SQ. MM, GI armoured
ATC conductor multistranded, screened FRLS cable. [ForModulating Actuator & T & Rh
sensors ]
113

Supply, laying, terminating, testing and commissioning of 4 Core 1.5 SQ. MM, GI
armoured ATC conductor multistranded, Unscreened FRLS cable. [For ON/ OFF Actuator ]
114

Supply, laying, terminating,testing and commissioning of 2 Core 1.5 Sq.mm GI armoured


twisted pair shielded FRLS cable for bus connection.[For communication]
115
Supply, laying, terminating,testing and commissioning of 12 Core 1.5 SQ. MM, GI
armoured ATC conductor multistranded, Unscreened FRLS cable. [For ON / OFF
Command & various status / Power Supply for sec I to XI '
s Field Devices.]
116
Supply, laying, terminating,testing and commissioning of 16 Core 1.5 SQ. MM, GI
armoured ATC conductor multistranded, Unscreened FRLS cable. [For ON / OFF
Command & various status / Power Supply for sec I to XI '
s Field Devices]

SEAL & SIGNATURE OF BIDDER 79


S.No. Description of Item
CABLES FOR FIRE ALARM SYSTEM:
117 Supply, laying, terminating,testing and commissioning of 2C 1.5 armoured FRLS cable of
approved make (suitable for addressable analogue Fire Alarm Systems) in ceiling with
suitable clamps and screws

CABLES FOR PUBLIC ADDRESS AND EMERGENCY VOICE


COMMUNICATION SYSTEM:
118 Supply, laying, terminating,testing and commissioning of 2 Core 48/0.2 ATC with
Armoured PVC insulated Twin Twisted Loudspeaker cable for connection between
amplifier and speakers.

119 Supply, laying, terminating,testing and commissioning of 4 Core 1.5 sq.mm PVC insulated
steel Armoured UG cable for PA system

120 Supply, laying, terminating,testing and commissioning of suitable core copper Power
Cable for EVC equipments.

121 Supply, laying, terminating,testing and commissioning of suitable core copper


Communication Cable for EVC equipments.
CABLES FOR ACCESS CONTROL SYSTEM
Supply, laying, terminating,testing and commissioning of Cable from electromagnetic
122 lock/Sensor to Controller -2 C 1Sqmm multistand armoured cable

Supply, laying, terminating,testing and commissioning of Cable from Reader to Controller


123 - 12 C 1sqmm multistand shielded armoured cable

Supply, laying, terminating,testing and commissioning of Data/network cable -2 Core 1.5


124 Sq.mm armouredtwisted pair shielded cable for bus connection[For communication]

CABLES FOR CLOSED CIRCUIT TELEVISION SYSTEM


125 Supply,laying, terminating, testing and Commissioning of RG 59 Coaxial armoured Cable
in ceiling/existing cable tray. The rate shall inclusive of all fixing accessories for cables

126 Supply,laying, terminating, testing and Commissioning of 4 Core 1.5 Sqm Twisted pair
Shielded armoured cable in ceiling/existing cable tray. The rate shall inclusive of all fixing
accessories for cables. (For PTZ camera and power supply.)

CABLES FOR ASPIRATION SMOKE DETECTOR SYSTEM:


127 Supply, laying, terminating,testing and commissioning of 2C x 1.5 Sq.mm Cu. Armoured
Cable for Aspiration Smoke Detection System

CABLES FOR GAS SUPRESSION SYSTEM:

SEAL & SIGNATURE OF BIDDER 80


S.No. Description of Item

128 Supply, laying, terminating,testing and commissioning of 2C x 1.5 Sq.mm. Cu. Armoured
Cable for Gas Supression system

CABLES FOR WATER MANAGEMENT SYSTEM:


129 Supply, laying, terminating,testing and commissioning of 12C sheilded copper armournd
cable for OH tank controller and UG tank

CABLES FOR WATER LEAK DETECTION SYSTEM:


130 Supply, laying, terminating,testing and commissioning of 2C x 1.0 Sq.mm copper
conductor PVC insulated cable for Water Leak detection

131 Supply, laying, terminating,testing and commissioning of 6C x 1.0 Sq.mm copper


conductor PVC insulated cable for Water Leak detection

CABLES FOR ULTRASONIC PEST CONTROL SYSTEM:


132 Supply, laying, terminating,testing and commissioning of suitable cable for the Ultrasonic
Pest Repeller system

Cables for other micelleanous work:


133 Supply, laying, termination, testing and commissioning of 2C 1.5 Sqmm unscreened ,
Armoured cable.

134 Supply, laying, termination, testing and commissioning of 3C 1 Sqmm screened cable

135 Supply, laying, termination, testing and commissioning of 2C 1 Sqmm unscreened


Armoured cable.

136 Supply, laying, termination, testing and commissioning of 2 x 2C 1.5 Sqmm twisted pair
screened cable

137 Supply, laying, termination, testing and commissioning of 3C 2.5 Sqmm unscreened
Armoured cable.

138 Supply, laying, termination, testing and commissioning of 3C 1.5 Sqmm unscreened
Armoured cable.

XI Miscellaneous:
139 Excavation of existing ground at the depth of 900mm'level from existing ground level for a
width of 300mm and backfilling etc. for laying the PVC piping. Extra earth after back-
filling to be levelled in low lying area as directed by the Site incharge.

SEAL & SIGNATURE OF BIDDER 81


S.No. Description of Item

140 Supply, providing, construction of 600 x 600mm Inspection chamber for PVC pipes with
Heavy duty Manhole cover at every 30m distance for taking the cable from building to
building.

141 Supply, providing, fixing of 150 mm GI cable tray for taking the cables including fixing
accessoreis, supporting angles etc.

142 Supply, providing, fixing of 300 mm GI cable tray for taking the cables including fixing
accessoreis, supporting angles etc.

143 Supply and laying of 110 mm dia PVC pipe (6 Kg) in execavated ground. Spacer shall be
provided for every 3 mtr distance. The rate shall including necessary coupler, bend etc.

144 Supply and laying 25mm dia MS conduit of approved make for laying of IBMS cables
including necessary accessories like bend, junction box fixing of clamps etc., complete. The
conduit shall be recessed in wall including chipping, roup plastering etc.

145 Providing wiring to the IBMS equipment using 2 Runs of 2.5 Sqmm insulated copper
cable with 1R-2.5mm for earthing inside the suitable size MS conduits with clamp and
fixing accessories - The supply should be taken from existing UPS DB

146 Providing supply and fixing of 2 Nos of 5A 3Pin socket with 3R 1.5Sqmm insulated
copper cable in suitable MS conduits with all necessary fixing accessories. (Supply to be
taken from nearest DB.)

XII Annual Maintanance Contracts:


147 Providing AMC for the entire Integrated Building Management System for the Year 1
following succesful completion of Defect Liability Period as detailed in the specifications.

148 Providing AMC for the entire Integrated Building Management System for the Year 2
following succesful completion of Defect Liability Period as detailed in the specifications.

149 Providing AMC for the entire Integrated Building Management System for the Year3
following succesful completion of Defect Liability Period as detailed in the specifications.

SEAL & SIGNATURE OF BIDDER 82


S.No. Description of Item

150 Providing AMC for the entire Integrated Building Management System for the Year 4
following succesful completion of Defect Liability Period as detailed in the specifications.

150.1 Providing AMC for the entire Integrated Building Management System for the Year 5
following succesful completion of Defect Liability Period as detailed in the specifications.

XIV Site Acceptance Test:(SAT)


151 Providing Site Acceptance Test of IBMS System ( inclusive of other vendor'
s supplied
equipment also) for ensure the smooth and proper functioning of IBMS as per enclosed
specification including submission of comprehensive documentation for operation and
maintenance of the system.

SEAL & SIGNATURE OF BIDDER 83


I. TECHNICAL
SPECIFICATIONS

SEAL & SIGNATURE OF BIDDER 84


INDEX FOR TECHNICAL SPECIFICATION

S.no Description of works Page no.

SUB-SECTION-A INTEGRATED BUILDING


1 MANAGEMENT SYSTEM
SUB-SECTION B BUILDING AUTOMATION
2 SYSTEM for HVAC Control
SUB-SECTION C List of Components to be
3 Intergrated through IBMS & BAS
SUB-SECTION D Analog Addressable FIRE
4 DETECTION SYSTEM
SUB-SECTION E High Sensitivity Very Early
5 SMOKE DETECTION SYSTEM

6 SUB-SECTION F PA SYSTEM and EVC SYSTEM

7 SUB-SECTION G ACCESS CONTROL SYSTEM

SUB-SECTION H WATER LEAK DETECTION


8 SYSTEM

9 SUB-SECTION I CCTV

10 SUB-SECTION J- GAS BASED FIRE SUPRESSION


SYSTEM

11 SUB-SECTION K - ULTRASONIC PEST


REPELLENT SYSTEM

10 SUB-SECTION L - I/O SUMMARY FOR BAS

11 SUB-SECTION M- I/O SUMMARY

12 SUB-SECTION N - SITE ACCEPTANCE TEST

13 SUB-SECTION-O COMPREHENSIVE ANNUAL


MAINTENANACE CONTRACT

14 SUB-SECTION P CONTROL/ SIGNALCABLES

SEAL & SIGNATURE OF BIDDER 85


Sub Section A (IBMS and BAS)

1.0 GENERAL

1.1 Introduction:

The proposed system shall be a fully Integrated Building Management System (IBMS)
incorporating the following functional sub-systems:

Vertical transportation system


Lighting management system
Electrical System Various parameters monitoring
UPS Monitoring system
HVAC
Water level Monitoring System with Auto Pump control
Fire Alarm System
Aspiration smoke detection system
FM 200 Gas based fire Suppression system
Access Control System
Public Address System
Closed Circuit Television System
Electrical Metering
Glass breaks detection system.
Fire door and Fire pump monitoring system
Water leakage detection system

The Integrated Building Management System (IBMS) shall be designed on the basis of
distributed intelligence.

The system shall provide satisfactory operation without damage at 110% and 85% of
rated voltage and at + 3 Hz variation of line frequency.

It shall provide static, transient and short circuit protection on all inputs and outputs.
Communication lines shall be protected against incorrect wiring, static transients and
induced magnetic interference. Bus connected devices shall be a/c. coupled or
equivalent so that any single device failure will not disrupt or halt bus communication.

The Building Management System shall be fully and truly integrated to provide the end-
users with full control, monitoring and management functions for both the functional
subsystems. The integration shall be based on common computer operating system and
operating software procedures. The integrated Building Management System envisaged for
OWNER shall have state of architecture and shall accompany all the integration features
that are available and work seamlessly. The integration covers with various subsystems
provided by other Bidders.

SEAL & SIGNATURE OF BIDDER 86


1.2 Compliance With Specification

Compliance with the specification shall be clearly spelt out on a clause-by-clause


listing. Technical information of products and software offered shall be submitted
using the "Technical Data Sheets" for evaluation purposes.

2. SYSTEM ARCHITECTURE

2.1 General

a) The IBMS system architecture shall be based around a modular PC network, utilizing
industry standard operating systems, networks and protocols.

b) The system shall allow the true distribution of system functions such as monitoring and
control and graphical user interface etc. across the network to allow maximum
flexibility and performance.

c) To ensure highest reliability the system shall be based on a two /Three tier architecture
of truly distributed and standalone intelligence.

The lower level tier would comprise of the controller subsystems: viz.: the Direct
Digital Controller (DDC) Units for HVAC/Building Automation functions , Intelligent
Fire Alarm Panels for Fire detection/Alarm Functions, Access Control System & CCTV
system etc

The second or higher level tier would comprise of the Central Graphic Operator
Stations that would serve as the supervisory operator interface/human machine interface
(HMI) for both the lower level controller subsystems.

d) All the controllers on the first tier would be truly standalone devices which shall carry
out all their specified designated functions on a standalone basis without the need for
any /master/network communications device.

These controllers shall reside on their respective bus networks. Since all controllers on
each bus are to be of truly standalone and intelligent type, the bus network shall be
connected to the central operator stations using only simple protocol converters. (The
protocol converters shall be single board off the shelf devices that shall not have any
memory modules/ independent power supply modules, memory, RTC, or any moving
mechanisms such as hard drives, etc.) In systems that require any higher order
intelligent mediation devices (such as system integration units, network communication
units/mediator units, etc.) between the two tiers, it shall be ensured by the vendors that
not more than 120 points are handled under one such unit. Vendors shall indicate this
clearly in the system architecture drawing to be submitted along-with bid

e) The Central Station architecture shall include support of various Wide Area Networks
using standard hardware and software to link various functional nodes into a single
integrated system. The network protocol used shall be industry standard TCP/IP

SEAL & SIGNATURE OF BIDDER 87


(Ethernet). The system shall also support remote configuration and operation using
standard dial-up modems/high speed modems.

f) The IBMS system shall allow communications with a wide variety of control devices
and software systems utilizing off the shelf driver packages.

2.2 General Central Software Specifications

a) The IBMS Central Station software shall be based around the Microsoft NT 32 bit
multi-tasking environment. The system shall be a true 32 bit application to take
advantage of Microsoft NTs enabling technologies.

b) The IBMS system shall be integrated with the startup services of Microsoft T. Log on to
Microsoft NT shall not be required for IBMS system startup and running. The
Microsoft NT event viewer shall be available to view startup and shutdown of the
IBMS system.

c) It shall be possible to connect multiple such Operator Stations on the TCP/IP network.
It shall be possible for the stations to reside and merge into the users TCP / IP intranet
system without use of any proprietary hardware devices.

d) These IBMS remote Operator Stations shall be capable of running on the following
Microsoft platforms: Windows NT or latest versions of Windows 2000 platform.

e) The IBMS system shall provide Monitoring and Control of the connected facilities
using standard software drivers and shall not require any custom programming to
implement. All configurations shall be permissible while the system is on-line without
interruption to monitoring and control on other channels. Systems that require to go off
line for programming/ configuration / graphic creation shall not be acceptable.

f) Specifically, IBMS Central Stations must not require "re-starting" to implement


database program changes. In addition, database changes made on-line shall instantly
apply system wide and shall not require a Network Operating System (eg. Netware,
LAN Manager, Banyan Vines) based file server to achieve this.

2.3 Communications
a) The IBMS Central system shall provide communications to the controller buses over a
variety of physical media topologys as follows:
RS-232
RS-422
Ethernet
Proprietary Networks

b) The complete system shall be capable of supporting greater than ninety separate
communications links to bus networks of controller devices. Each connection shall
operate independently of the others and facilities shall be provided by system displays
to individually place the channels in service or out of service.

SEAL & SIGNATURE OF BIDDER 88


c) It shall be possible for all serial connections to the IBMS Server Station to be routed via
a terminal server and the LAN as an alternate to connecting directly to the host
computer.

d) All communications between the different tiers, i.e.: between the controller bus and
central station shall take place through standard protocol converters and shall not
necessitate any system integrator devices that require to be programmed, etc. To ensure
integrity of each tier, systems shall not use any intermediate intelligent devices that do
control functions / communications processing in between the two tiers.

e) For achieving better system availability, it shall be possible for all controller bus
connections to the core computer to be routed via a terminal server on the LAN rather
than directly to the host computer. The system shall be capable of supporting up to 40
simultaneous network connected Operator Stations

f) It shall be possible to efficiently monitor dynamic, real time data from any of the real
time controllers (1st tier) connected to the network. It shall also be possible to configure
hardware and software points from the core computer for each of these controller panels
using a consistent configuration data format across all panel/controller types. Systems
which require an independent station/server for configuring a controller subsystem shall
not be accepted.

g) It shall also be possible for the IBMS software to interface to different types of
controllers/devices using industry standard interface protocols
such as Gould MODBUS. This shall allow for simple interfacing to other 3rd party
control devices (such as PLCs). The interface to such systems shall again be through
standard protocol converters and shall not require any higher order intermediate devices
such as System Interface Units , etc. Given the sufficient level of system privilege
through passwords, it shall be possible to view, manipulate and analyses all data in all
the controller sub-systems from any Operator Station in the system, including those
operating remotely via dial-up modem links. It should be possible to view data from all
or a combination of controller subsystems in any or all of the graphic pages on the
stations. Systems that do not allow dial in to the system via modem link shall not be
accepted. System should use industry standard, WIN NT.

h) Once a controller is configured and placed in service, the system shall automatically
begin background diagnostic scanning of the device to ensure that communications are
monitored independently of any monitoring scanning.

i) The system shall perform checks on data integrity of all data acquired from the device.
If an invalid or time out response be received, the data shall be ignored and the system
record the transaction as an error. Statistics shall be kept and displayed by the system on
errors encountered in communication by means of a communications barometer. The
barometer shall increment for every failed call and decrement for each successful call.
In addition, the system shall alarm separate marginal and ailure conditions based on
user defined limits to advise the operator of the device and channel that has failed.
Communications statistics shall be displayed on a standard system display and shall be
available as part of the reporting system or custom displays.

SEAL & SIGNATURE OF BIDDER 89


j) In order to minimise communications traffic, the system shall automatically block data
requests using contiguous addresses and the scan interval to generate scan packets,
optimising throughput for a given scanning load. The system shall also provide utilities
to examine scan packet allocation for each scan interval, and compile aggregate
statistics on communication channel usage.

k) Where supported by the controlling device, Report by Exception (RBE) protocols shall
be used to reduce the scanning load of the system while improving system response. If
necessary, periodic scanning may be used in conjunction with RBE to ensure data
integrity.

l) For Systems in which there is continuous data polling in between the two tiers, the
vendors shall need to provide sufficient data to prove communications stability and
acceptable response times.

m) Control transactions issued by the operator shall be communicated to control devices


using a write followed by read to ensure the integrity of the transaction. If the read
following the write to the device indicates that the control action has failed, the operator
shall be informed by means of a control failure alarm. The priority of the control failure
alarm shall be configurable by the user.

3.0 Deleted

4.0 IBMS CENTRAL OPERATOR STATION

4.1 GENERAL

The Integrated Building Management System (IBMS) shall be PC based concept


allowing for the full integration of Direct Digital Control of Heating & Ventilation
Services, Air Conditioning, Energy Management, Utility Services, Fire Alarm,fire
suppression system and Access Control System, CCTV System to be controlled &
monitored by one common system.

The IBMS Central Operator Station hardware shall be located as specified herein and
consist of a PC and printer with the following minimum specifications:

System PC comprising Pentium IV precessor with EISA bus and with 1.0GHz
minimum clock speed, minimum of 2 GB RAM (Random Access Memory), 1 mb
bcache, UsB port, DVD combo drive & 160 GB HDD expandable, with Window
NT/XP operating system. (Main server - HOT Stand by mode) The PC shall be
supported with a Key board and a 15" inch colour monitor. The Keyboard shall include
full upper/lower case ASCII keyset, a numeric keypad, dedicated cursor keypad. The
colour monitor shall support 1024 X 768 @ 65K colours and shall have a low reflective
screen, a 43 line by 80 character display, front access contrast control, Ethernet 10/100
NIC, CD ROM Drive, Mouse AND PRINTER of 600 DPI Colour Inkjet Printer and
Laser printer shall be provided for recording alarms, operator transactions & system
reports. . Each of the printers furnished shall be identical and interchangeable.
The printers furnished shall be assigned to provide one of the following disciplines
specified below to meet the requirements of the specification:-

SEAL & SIGNATURE OF BIDDER 90


Dedicated to the recording of alarm traffic only
OR
Dedicated to System Reports
OR
For both alarm recording and output of system reports

The Central Operator Station Software (OS) shall be a flexible, user friendly, user
programmable package that will allow the operator to construct customized graphic
display screens and programs for achieving optimum monitoring, controls and
information management and analysis.

The OS shall include as a minimum the Operating System, Communications Control,


Graphic Operator Interface (OI), Trend and History Files, Report Generator, Support
Utilities, Scheduler and Time and Event Support Programs.

The IBMS system shall be based around the Microsoft NT 32 bit multi-tasking
environment. The IBMS system shall be a true 32 bit application to take advantage of
Microsoft NTs enabling technologies. Any 16 bit system running on the Microsoft NT
platform (such as those originally based on MS-DOS and Microsoft Windows 3.x) shall
not be acceptable.

The OS shall be a real time operating system and provide true multitasking providing
concurrent execution of multiple real time programs and custom program development.

The Software shall be totally user-programmable to allow an operator without any


software programming skills to construct programs for control , monitoring and
information analysis.

All program configuration will be done in clear English language.

The Software shall allow the user to modify and tailor the Operator Interface software
to the specific and unique requirements of the equipment installed, the programs
implemented, and to staffing and operational practices.

Online modification of system configuration, program parameters, and data base shall
be provided via menu selection and keyboard entry of data into preformatted self-
prompting templates.

4.2 Monitoring

a) The IBMS system shall support acquisition & monitoring of controller data using one
of the following techniques:
Periodic Scanning
Report by Exception

b) The system shall support a minimum of 9 scan intervals, ranging from less than 1
second to 900 seconds

SEAL & SIGNATURE OF BIDDER 91


c) In order to minimise communications traffic, the system shall automatically block data
requests using contiguous addresses and the scan interval to generate scan packets,
optimizing throughput for a given scanning load. The system shall also provide utilities
to examine scan packet allocation for each scan interval, and compile aggregate
statistics on communication channel usage.

d) Where supported by the controlling device, Report by Exception (RBE) protocols shall
be used to reduce the scanning load of the system while improving system response. If
necessary, periodic scanning may be used in conjunction with RBE to ensure data
integrity.

4.3 System Database

General

The IBMS software shall provide & maintain a truly real-time database incorporating
real time controller data from analogue, logical or pulse inputs. The database shall be
comprise of data from all the connected subsystems viz. The DDC subsystems, the Fire
Signaling Panel subsystem as well as 3rd party PLC devices connected to the IBMS
through standard interfaces

The database shall be configurable by the end user without the need for any
programming and shall be able to be modified on-line without interrupting operation of
the system. In addition to point based information, the database shall also provide
historization capabilities for analogue, digital, pulse and event based information.

This database information shall be accessible by all facilities of the system such as
custom displays, reports, trends, user written applications, etc.

4.4 Configuration

a) All configuration of the database shall be possible while the system is on-line by users
with sufficient security access. Configuration shall not require the need for any
programming, compiling or linking and shall not require shutting down or restarting of
the system. In addition, historical data collection shall not be interrupted for points not
affected by configuration changes.

Systems that require the station to go off line during configuration shall not be
accepted.

b) A configuration utility shall be provided with the IBMS system that shall allow
configuration of all point records, printers, controller panels, and operator station
connections. This utility shall be in the form of a relational database and operate in a
true 32 bit environment such as Windows NT or Windows 95. The utility shall also
have the ability to export information to and import information from generic Microsoft
applications such as Microsoft Excel.

c) The utility shall have the ability to configure database changes and download them
either on the IBMS station directly or remotely via the network. The remote download
is to provide password protection.

SEAL & SIGNATURE OF BIDDER 92


d) All documentation for the configuration utility shall be provided on-line. The help
facility shall operate using standard Microsoft features such as context sensitive help
using the F1 function key.

e) The utility shall provide features which reduce configuration time of the IBMS system.
These features shall include adding multiple points, controllers etc. at once. The utility
shall automatically increment names or numbers of any information that is required to
be unique by the IBMS system (such as point names). The user shall be able to select
multiple items (such as points) and then edit fields that are common to all selected items
to assist in global changes. Standard copy and paste facilities are to be provided by the
utility.

f) The utility shall also support free format text fields, which the user can use for
additional information such as cabinet or wire numbers. These additional fields shall be
simple extensions to existing items in the database such as controller points.

g) A filtering mechanism shall be provided with the utility so that only relevant
information shall be viewed by the user. The filter shall provide standard choices for the
user to select, and also provide user defined filtering.

h) Database management reports shall be provided by the utility as standard. The utility
shall also provide support for ad-hoc reporting facilities for engineering use.

4.5 Database Structure

a) The real-time database shall support collection of data and storage using the following
structures:
Analog Point Structures
Status Point Structures
Accumulator Point Structures
Historical Data Structures
Event Data Structures
User Defined Structures

b) Each of the Point database structures shall be comprised as a composite point with a
number of associated parameters which may be referenced relative to a single tag name.
Specifically, each of these parameters shall be accessible by various sub-systems such
as the Graphical Operator Interface, Report Generation system and Application
Program Interface in a simple POINT.PARAMETER format without the need to know
any internal storage mechanism.

c) The system shall maintain portions of the database requiring frequent high-speed access
as memory resident information and other less frequently accessed data as disk resident
data. Memory resident data shall be checkpoint to disk every minute to minimise loss
of data in the event of loss of power or other system failure.

SEAL & SIGNATURE OF BIDDER 93


d) Database backup shall be possible with the system on-line including backup of
historical based data. The backup shall be possible via standard Microsoft Windows NT
operating system utilities.

4.6 Analog Point database

Analog data shall be stored in a composite point database structure that provides the
following parameters:

Point Name Point Description


Process Variable (PV) Setpoint (SP)
Output (OP) Mode (MD)
Up to 4 user definable inputs Scan Status
Scan Period Scan Address
Alarm Permit FlagAlarm Status
Alarm Status Associated Display
0% & 100% Range Operator Control Level
PV Clamp Flag Engineering Units
Alarm Deadband Drift Deadband
Control Deadband Control Time out
Normal Mode Up to 4 Alarm types
SP High Limit SP Low Limit
OP High Limit OP Low Limit

4.7 Status Point database

Status (digital) information shall be stored in a Status Point type in the database. The
status point shall be capable of processing from a single to a three-bit digital input,
allowing up to eight possible states. The Status Point shall be a composite point
including the following parameters:

Point Name Point Description


Process Variable Output
Mode Scan Status
Scan Period Scan Address
Alarm Permit FlagAlarm Priority
Re-Alarm Status Associated Display
Input Width Operator Control Level
Output Width Output Pulse Width
Control Failure Alarm Priority Control Time out
Normal Mode

4.8 Accumulator Point database

Data associated with pulsed inputs shall be stored in the system in an accumulator point
type that shall provide automatic tracking of instrument rollover. The accumulator point
data shall be stored in a composite point database structure that provides the following
parameters:

SEAL & SIGNATURE OF BIDDER 94


Point Name Point Description
Process Variable Rollover Value
Raw Counts Scale Value
Meter Factor Scan Status
Scan Period Scan Address
Alarm Permit FlagAlarm Status
0% & 100% Range Associated Display
Operator Control Level Engineering Units
Up to 4 Alarm types

4.9 Historical database

a) Historization of point data shall be configurable as part of the point definition.


Historization shall be provided for both snapshots and averages with intervals ranging
from 5 seconds to 24 hours.

b) Once assigned to history, point data shall be available by POINT.PARAMETER access


used in conjunction with a history offset to locate the particular value of interest. The
graphical operator interface, trend, report generation and application interfaces shall be
able to access historical data.

c) Modifications to the history collection of a point shall be possible on-line without the
loss of previously collected data for the point being changed or any other points in the
system currently being historized.

4.10 Event database

a) The system shall maintain a journal containing the following event information:

Alarms
Alarm Acknowledgments
Return to Normal
Operator Control Actions
Operator Login & Security Level Changes
On-line database Modifications
Communications Alarms
System Restart Messages

b) Standard Displays shall be provided to show the current journal file with the most
recent event at the top of the display. Subsequent page forward actions shall allow
display of progressively older events. Sorting and filtering of the journal shall be
possible via a standard report, which shall be configurable by filling-in-the-blanks.
Coding or scripting of any kind shall not be required.

c) The Event database entries shall contain the following minimum information:

Time & Date Stamp


Point Name

SEAL & SIGNATURE OF BIDDER 95


Event Type
Alarm Priority
Point Description
New PV
Engineering Units

d) The Event database must also be accessible from other sub-systems such as the
Operator Interface, Report Generation and Application Programmers Interface.

e) It shall be possible to have an on-line event file as large as the disk capacity can
accommodate. For example, given the appropriate disk space it shall be capable of
storing up to 1,000,000 (one million) events on-line.

f) The event file shall store events in a current online buffer. When the buffer is full an
alarm shall be raised advising the operator to save the file to an external media. The
current online buffer contents shall then be transferred to an archive buffer to await
archiving to an external media. The current online buffer shall, without interruption,
continue to store current events.

g) Another file area shall be available to hold archived event files ready for playback.
These are event files previously archived to external media. Operators shall be able to
restore previously archived files via the operator interface and a dedicated display.

h) The events file system shall be fully integrated with the standard reporting system. The
system shall automatically reference the restored playback file if a Report is requested
containing a time search window covered by the current playback file.

i) The operator shall be able to restore previously archived files and review or print them
from the Operator Stations.

4.11 User Definable database

a) In order to support other types of data such as user entered data or calculated data from
other application programs, the system shall also provide a User Definable database
area that can be fully integrated into the system. Data contained in this database must be
accessible by:

Custom Graphics
Custom Reports
Application Programs
Network Applications using a Network Application Program Interface(API)

b) The above database shall be seamlessly integrated to the IBMS system to provide for
true integration and interfacing of other 3rd party systems / softwares (such as the
Hotel Management Software) to integrate to the IBMS system.
Systems that require protocols / source code to be written at the system level to achieve
this integration shall not be acceptable.

c) By means of this database, the IBMS system should be able to seamlessly read &
monitor continuously the data created or provided by the 3rd party software & then be

SEAL & SIGNATURE OF BIDDER 96


able to use this data to carry out controls and logic in the real-time devices /controllers
connected to the IBMS systems

4.12 IBMS Station Operator Interface

4.12.1 General

a) The operator interface software provided by the system shall allow for efficient
communication of operational data and abnormal conditions. It shall provide a
consistent framework for viewing of information for all connected controller
subsystems at the first tier of the system.
b) The operator interface shall be graphic based and shall be totally customized as per end
user requirements. Systems with only standard displays shall not be accepted. It should
be possible to view real time dynamic data from any and all of the subsystems ( fire
monitoring as well as DDC ) in any graphic page. (for example : it shall be possible to
view on the same graphic the temperature of a area, the status of the fire detector in an
area or and any other real time controller data from any connected controller).

c) Critical areas (such as alarm icons) shall be visible at all times. A predefined area on the
screen shall provide operator messaging, and this area shall also be visible at all times.

d) A set of standard displays for configuration, and navigation around the IBMS system
are to be provided. These are to be independent of any custom (process specific)
display.

e) The operator interface software shall be capable of running on Windows NT, and
Windows XP environments. The operator interface shall appear similar in all
environments.

f) The operator interface shall be interactive and totally graphics and/or icon based.
Graphics shall be capable of supporting up to 65K colours at a minimum 1024 x 768
pixel resolution.

g) The operator interface shall be windows based and shall employ standard Windowing
conventions so as to reduce required Operator training. In particular, standard tool bar
icons and drop-down menus shall be available on all standard and custom displays to
allow easy access to common functions. Similarly, such functions shall also be
available via a standard set of Function-Key based pushbuttons without requiring
configuration.

h) The operator interface shall support the ability to full screen lock the window so that
users can not access other applications. If full screen lock is not enabled, support for
copy and paste facilities shall be provided between the operator window and other
Microsoft applications.

i) Support for customized Win HELP files shall be provided for use as operator
instructions. It should be possible to create customized help instructions for the
operator. Systems should not be limited to the standard system help menu provided.

SEAL & SIGNATURE OF BIDDER 97


j) User-configured displays shall be constructed using the integrated display building
functions available through the Operator Station. It shall be possible to
build/modify/change/enhance the graphic operator displays on any station without
having to go off-line.

4.12.2 Operator Interface LAN Connection

a) The operator interface shall be flexible in its connection to the IBMS station. Both
serial and LAN connection shall be possible. The operator interface shall provide
standard dial-up modem support. Using other packages such as Microsoft Terminal to
make the modem connection shall not be acceptable.

b) The operator interface LAN connection shall also be flexible to support both permanent
and casual access to the IBMS core station. Those users with casual access shall
automatically disconnect from the IBMS server after an idle time-out period.

c) The operator interface shall support connection over poor quality, low bandwidth
channels. This support shall include radio links, microwave and VSAT
communications.

d) To minimise bandwidth on both serial and LAN links, it shall be possible for the
operator interface to only require updated dynamic information from the IBMS server.
All static information shall be stored locally.

For systems where static data ( such as point descriptors, displays, alarm messages,
engineering units, graphics, etc.) is also transmitted on the network, vendors shall need
to prove bandwidth requirement and confirm/show evidence for acceptable
performance over the network under loaded conditions.

4.12.3 Operator Interface Characteristics

4.12.3.1 General

a) The system shall provide a windowed operator interface with the following minimum
capabilities as standard. No custom programming or scripting shall be necessary to
produce these:

Window re-size, Zoom in, Zoom out


Dedicated push buttons and Pull Down Menus to perform the following:
- Associated Display
- Alarm Summary
- Alarm Acknowledgment
- Display Sequence Forward/Backward
- Previous Display Recall (minimum of 8 displays)
- Graphic Call-up
- Trend Call-up
- Group Call-up
- In Service/Out of Service command
- Point Detail
Alarm Zone showing highest priority, most recent (or oldest) unacknowledged alarm

SEAL & SIGNATURE OF BIDDER 98


System Date and Time Zone
Current security Level
Station number
Alarm Annunciation
Communications Fail Annunciation
Operator Message Zone

4.12.3.2 Pointing and Input Devices

a) The operator interface shall be capable of being mouse driven and simultaneously
support keyboard data input. Both fixed menus and configurable function keys shall be
supported to aid novice and experienced operator respectively. The interface shall also
be capable of supporting a touch-screen for pointing and command input.

b) The operator interface shall use a Tool Bar for common operator commands. The
operator shall be able to request display of commonly used displays and activate system
functions via Drop-Down menus

c) All operator interface input shall be possible using only the pointing device and
QWERTY section of the keyboard.

4.12.3.3 Operator Functions

The following functions shall be performed through the operator interface:

Display and control of field equipment


Acknowledge alarms on a priority basis
Initiate printing of reports
Archive and retrieve event logs
Change own password
On-line generation of database and colour graphic displays.
Monitoring of data communications channels
Configure system parameters

4.12.3.4 Multi-mode Window Sessions

a) The core computer display unit shall also be capable of supporting multiple concurrent
sessions. Each session shall allow an operator to choose between the following different
modes of operation:

Master Operator Station Mode:


Normal operator access to the system

Engineering and Maintenance Mode:


System configuration or application programming

Graphics builder Mode:


Display construction using the Graphics Display Building package
b) It shall be possible for all modes to appear as separate Windows running simultaneously
on one screen.

SEAL & SIGNATURE OF BIDDER 99


c) It must be possible to limit access to all modes via password protection.

4.13 Operator Security and Sign-On/Sign-Off

4.13.1 Security Levels

a) The IBMS system shall provide up to six levels of security providing varying degrees of
access to system operation and configuration. The functions allowed from each security
level shall be as follows:

Level 1: Signed Off mode - View start-up display only.

Level 2: View only with Acknowledge - Permit all Level 1 functions and in addition the operator
shall be able to view displays. Typically used for an inexperienced operator.

Level 3: Permit all Level 1 and 2 functions and in addition the building operator shall be
permitted to control points such as start/stop, disable/enable, etc. and acknowledge
alarms as they occur.

Level 4: Permit all Level 1 through Level 3 functions in addition to accessing master time
schedules, system peripherals allocation, change point engineering parameters, build
reports and use most standard system configuration displays. This level shall typically
be reserved for the building engineer.

Level 5: Permit all Level 1 through Level 4 functions in addition to accessing the engineering
functions such as building and linking displays, allocating keyboard push button
assignments, etc. Reserved for the building supervisor.

Level 6: This is the highest level of station security and shall allow the user unlimited access to
all station functions. Typically reserved for the building manager.

b) If necessary, each operator may be assigned a user profile that defines the following:
Security Level (1-6)
Control Level (1-255)
Operator Identifier
Unique Password

c) Any actions initiated by the operator shall be logged in the Event database by operator
identifier. In addition, any control actions to a given point shall only be allowed if the
control level configured in the operator' s profile exceeds the level assigned to the
controlled point.

d) Utilities shall be provided to allow administration of the operator passwords.

4.13.2 Sign-On/Sign-Off

a) The operator shall be permitted to sign on to the system if the correct Operator Identity
(up to 4 characters) and the Operator Password (up to 6 characters) have been entered.
This password shall be encrypted.

SEAL & SIGNATURE OF BIDDER 100


b) After a series of three (3) unsuccessful attempts to sign-on the operator station interface
shall be locked for a configurable period of time. The lockout period shall be set via
system configuration displays. During operator station lockout the other Windows
functions of the computer running the operator station software shall not be affected.

c) It shall be possible to assign operators either single or multi-user passwords. Single user
passwords enable the operator to sign-on to only a single operator station thus
preventing simultaneous sign-on by the same operator. The multi-user password would
typically be used by operators with the highest sign-on security level who may require
simultaneous access to more than one operator station.

d) Each operator shall be assigned a password and a set of authorised areas.

e) The operator may sign-off at any time by issuing a sign-off command.

f) A keyboard time-out feature shall be provided such that the operator shall be
automatically signed off after a defined period of keyboard inactivity. It shall optionally
be possible to configure automatic calliope of a "logged-out" display when this occurs
to hide restricted information for example.

4.1.3.3 Area Assignment

a) Each operator shall be assigned one or more specific areas of the building with the
appropriate monitoring and control responsibility. An area shall be defined in this
context as a logical entity comprising of a set of points in the system. This in turn may
represent a physical space in the building.

b) It shall be possible to define individual tenant access by means of area assignment.

c) An operator can only view or control those points within the assigned areas.

4.13.4 Password Authentication

a) Each password shall be an alphanumeric character string programmable up to a


maximum of six (6) characters in length. The system shall not accept a password of less
than five (5) characters in length nor shall the system force an operator to enter a
password of more than five (5) characters in length.

b) The system shall provide a facility to allow all operators to change their own passwords
at any time.

c) When a password is changed, the system shall not permit the new password to be the
same as any of the last ten (10) passwords used in the past three (3) months. This shall
be configurable with the appropriate level of security. All passwords stored in the
system shall be encrypted.

4.13.5 Time Schedules

a) A minimum of one thousand (1000) time schedules shall be provided by the system.

SEAL & SIGNATURE OF BIDDER 101


b) The time schedule facility shall allow the scheduling of Point control on both a periodic
and one-off Basis by the IBMS. The time schedule facility shall execute every 60
seconds and it shall be possible to schedule Point controls on minute boundaries.

c) All time schedules shall be configurable via the Operator Station.

d) Each time schedule entry shall consist of:


Date
Time
Point name
Point parameter
Target value
Type of scheduling

e) The available time schedule type shall as a minimum be:


One shot - to be executed only once then deleted
Daily - to be executed every day
Workday - to be executed Monday to Friday
Weekend - to be executed on Saturday and Sunday
Holiday - to be executed on holidays
Individual days - to be executed on individual days (e.g. Monday)

f) Where the controller/device supports an internal time schedule program, the IBMS shall
be able to upload, display, modify and download the control device time schedules.
Support for the control device time schedules shall be in addition to the IBMS time
schedules.

g) The system shall be capable of defining up to thirty (30) days of holidays upto one year
in advance. The holidays so defined shall be taken into account by other system
functions such as the time schedules, etc.

4.13.6 Standard System Displays

a) The following displays shall be included as part of the system:

Alarm Summary Display


Event Summary Display
Point Detail Template Displays (for each point in the database)
Trend Set Template Displays
Group Control and Group Trend Template Displays
Communications Status Displays
System Status Displays
Operator Scratch-pad Display

b) In the case of the Trend and Group displays, configuration of these displays shall only
require entry of a point name to completely configure the display. The Alarm Summary,
Event Summary, Point Detail, Communications Status, System Status shall not require
any configuration.

SEAL & SIGNATURE OF BIDDER 102


c) Systems where standard graphical displays, showing all parameters for each system
Point, do not exist, shall not be acceptable.

4.13.7 Status Displays

a) System status displays shall be available on the main Operator Station. They shall
display the following information:

Points in alarm condition pending ACKNOWLEDGE command


Points remain in alarm state but have been acknowledged
Communication failures
Printers off-line
Operator Stations off-line

4.13.8 Administration Displays

The system shall provide the following full screen displays:

Master system menu


Report summary
Alarm summary
Event summary
Display summary
System parameters configuration
Operator Station configuration
Area assignment
Time period assignment
Holiday assignment
History assignment
Push-button assignment
Operator definition
Operator message board
Events archive and retrieval
Time Period summary and configuration
Point Detail for every configured Point

4.13.9 Custom Displays

a) The system shall allow configuration of custom displays via a Graphic Display Building
editor.

b) The Graphic Display Building editor shall be capable of operating in a window of the
operator interface on both the IBMS station and connected operator stations. It shall
allow one step on-line building of display static and dynamic objects. It shall be a
WYSIWYG editor (what you see is what you get) allowing the displays drawn using
the editor to appear exactly the same when viewed from an operator station. The saved
display shall automatically be available for use on the system if it created on any LAN
connected operator station.

SEAL & SIGNATURE OF BIDDER 103


c) Static objects created using the Graphic Display Building Editor usually shall not have
associated dynamic objects. Static objects shall include static text, rectangles, arcs and
circles. However, it shall be possible to animate static objects to give the dynamic
characteristics. For example, a tank could be drawn and then animated so that it is level
filled based on a point'
s value.

d) Dynamic objects shall be linked to the IBMS systems database. They shall allow
information to be displayed from the database or to allow an operator to interact with
them in order to make changes in the database and to perform control actions. Dynamic
objects shall include dynamic text, push buttons, indicators, charts, check boxes, combo
boxes and scroll bars.

e) It shall be possible to animate objects on the screen by linking the object to the real-
time point data/ value. The dynamic animation would include colour changes, moving
of objects, re-sizing of objects, pop-up boxes, etc. ( For examples: a room location
changing colours based on temperature in the room, level in a tank gradually rising or
falling based on actual level in tank, etc.)

f) It shall be possible to include static and dynamic display objects on the one display. The
editor shall allow display objects to be manipulated by pointing, clicking and dragging.
The editor shall allow display objects to be drawn, re-sized, copied, grouped, aligned
and layered over each other. It shall be possible to copy and paste objects within and
between displays.

g) The Graphic Display Building Editor shall support the following features:
one step display building
point and click operation
clipboard
world co-ordinate object placement
ruler and grid
tool, colour and line palettes
dialogue boxes for definition of object details
shape and page building
on-line help
import graphics from third party packages in the form of Windows Metafiles and
Bitmaps
standard shape library
three dimensional effects including raised, lowered, ridge and grove line styles

4.13.10 Animation & Display Scripting

a) It shall also be possible to further animate display elements using Visual Basic Scripts.
By attaching Visual Basic script programs to individual elements on the display, it shall
be possible to perform a variety of animations, which include but are not limited to:
move objects
resize objects
re-colour objects
pop up text messages and dialog boxes etc.

SEAL & SIGNATURE OF BIDDER 104


b) Scripts may be activated on displays using the following events:
On mouse click
On mouse enter
On mouse move
On page calliope
On a timer
On the change of value of a point on the display

c) A script editor shall be provided which allows scripts to be created and modified. This
script editor shall be incorporated as part of the Graphic Display Building Editor.
Systems which rely only on the use of standard available animation objects/symbols to
create animation shall not be accepted.

4.13.11 Live Video

a) To achieve true integration of various functional sub-systems, both the Graphic Display
Building Editor and the Operator Interface shall have built in support for the creation
and display of live video objects without the need for programming.

b) The Microsoft Multimedia Control Interface (MCI) standard shall be used to facilitate
support for a video overlay card (such as Movie Machine II or equivalent).

c) The video overlay card shall enable live video to be fully integrated into custom
schematics enabling real-time video to embed on the same screen alongside custom
graphic displays. The size and position of the video object shall be configured on a per
display basis.

d) Systems supporting the live video object as either a separate window to the display, or
on a separate monitor screen shall not be acceptable.

4.13.12 Scripting

a) To enable the user to create truly customised visual effects and animation on the screen,
it shall be possible to use an industry standard scripting language (such as VBScript) to
provide graphical displays with objects and controls in addition to the standard objects
available as in section 5.3. The scripts are to be imbedded in the displays using the
Graphic Display Building Editor.

b) A proprietary scripting language or additional programming and drawing packages shall


not be acceptable.

4.13.13 ActiveX technology

a) To facilitate interaction between different software components & to incorporate


Internet technology, the IBMS system shall have capability to support Microsoft
ActiveX technology in the operator stations.

SEAL & SIGNATURE OF BIDDER 105


b) To ensure that users and operators have controlled access to Internet and Intranet
network resources, as a minimum, the following features shall be incorporated :

i) Web Browsing - IBMS Station shall act as an Internet browser allowing HTML
(Hyper text Markup Language)pages to be viewed through normal Station displays.

ii) Active Document Support - the ability to embed Active Documents such as Microsoft
Word documents into IBMS Displays
for example: being able to access the company Intranet directly through an IBMS
display, adding confirmations and control buttons to certain control actions on a
display, incorporating the company phone list directly into a display,
embedding company memos / notes , etc into a display, etc.

Using these tools the user shall be provided with on a single window- information
which includes live data from the building processes, active alarm information, access
to external documents and also live vide0 all on the same page./screen.

4.13.14 Web Browser

a) The IBMS Graphic Display Builder Editor shall have the ability to imbed Internet web
browser objects into custom displays.

b) This shall allow information from the organisations intranets, the internet or ActiveX
documents to appear in the operator interface along with other building data.

c) It must be possible to restrict access to the World Wide Web, therefore launching an
external browser application shall not be acceptable. It shall also be possible to restrict
access to a set of web sites ensuring that navigation is also controlled.

4.13.15 Launching External Applications

a) To provide for operations flexibility & streamlining, it shall be possible to launch


applications (such as Microsoft Word, Excel, custom help files or any third party
applications) from the IBMS display screen itself.

b) The application shall be launched from a push button on a custom display, but shall
open a file within the launched application.

c) It shall also be possible launch applications from the operator station pull down menus.

4.13.16 Operator Station Email

a) The IBMS shall incorporate an integrated electronic mail facility that shall allow
operators across the network to send messages to each other.

b) The facility shall provide all standard email functions : Send, receive, Forward, delete,
reply.

SEAL & SIGNATURE OF BIDDER 106


c) The email system may operate between the IBMS operators or it shall also be able to
integrate to the companys email system so that messages can be sent to other people
(outside world) as well

4.14 Alarm Management


The IBMS system shall support comprehensive alarm detection and management
facilities to allow fast and accurate notification to the operator of abnormal conditions
within the connected equipment and processes.

4.14.1 Alarm Types

a) The system shall support the following alarm types:

Process value (PV) HI


PV LOW
PV HI HI
PV LOW LOW
Deviation Hi
Deviation Low
Rate of Change of process parameter
System Alarms
Unreasonable Data
Transmitter Fail

b) Any four of these alarms shall be assignable to each Analog or Accumulator point on an
individual point Basis as part of the point configuration process.

4.14.2 Alarm Priorities

a) The system shall support at least four alarm priorities as follows:

Urgent
High
Low
Journal

b) For each alarm priority, there shall be the ability to assign up to 99 sub-priorities. Each
alarm type assigned to a point shall be individually assigned into one of the above
categories.

c) Urgent, High and Low priority alarms shall be displayed in the system Alarm
Summary. Journal Priority alarms shall only be logged to the system alarm printer and
written to the Event database.

d) The audible alarm shall be configurable for each of the above alarm priorities. It shall
be possible to assign to each alarm type a different type of annunciation on the operator
station

SEAL & SIGNATURE OF BIDDER 107


e) The operator station shall be able to use multimedia technologies (such as .wav files
and sound cards) to provide realistic alarm annunciation. In the event that subsequent
alarms are received, the audible alarm shall once again be activated. The system shall
also provide for re-activation of the audible alarm if the operator neglects to
acknowledge the alarm after a configurable time period. Systems that give similar
annunciations irrespective of alarm type and priority shall not be accepted.

4.14.3 Alarm Processing

a) Assigning an alarm to the point shall automatically cause the system to perform the
following actions when an alarm occurs:

The alarm shall be time stamped to the nearest second and logged in the Event database
with the Point Name, Alarm type, Alarm Priority, Point Description, New value and
Engineering Units
The PV of the alarm shall turn red and flash on any standard or custom display, which
uses the point on the graphic
An Unacknowledged alarm entry shall be made in the system alarm summary for Low,
High and Urgent Alarms
The audible alarm shall sound (if configured)
The alarm annunciation indicator shall flash

b) In addition, the alarm zone of the Operator Interface must show the most recent (or
optionally oldest), highest priority, unacknowledged alarm in the system.

4.14.4 Alarm Acknowledgment

a) The system shall provide for efficient alarm acknowledgment in a number of ways as
follows:

Selection of any POINT.PARAMETER from a custom graphic and pressing the


dedicated acknowledge push-button
Selection of the alarm in the system alarm zone and pressing the dedicated
acknowledge button
Selection of the alarm in the alarm summary display and pressing the dedicated
acknowledge button
By performing a page acknowledge from the alarm summary display

b) On acknowledgment by the operator, the flashing indicator shall turn steady, and the
PV shall remain red on any system or custom graphic. The acknowledgement shall also
be logged in the Event database identifying the operator or station that acknowledged
the alarm. Shall the point go out of alarm before being acknowledged by the operator,
the alarm shall be shown by an inverse video indication and remain in the list until
specifically acknowledged by the operator.

c) It must be possible for a controller connected to the server to confirm that an operator
has acknowledged a critical alarm condition before proceeding.
4.14.5 Alarm Annunciation

a) Alarms shall be annunciated by:

SEAL & SIGNATURE OF BIDDER 108


Alarm message appearing on dedicated alarm line on operator interface.
Alarm message appearing on alarm summary display.
Audible Tone (either using the PC Speaker or a sound card)
Alarm message printed on the alarm printer

b) Alarm annunciation shall take advantage of multimedia technology by providing


realistic alarm sounds (via .wav files).

c) Alarms shall be annunciated at the station even if there is no operator currently signed-
on. This feature shall be available on network connected operator stations as long as the
computer running the operator station software remains logically connected to the
network.

d) Points shall be annunciated whilst in alarm. If a point is set to alarm inhibited the point
shall no longer cause annunciation. If a point goes into an alarm state whilst inhibited
and then is still in the alarm state when the point is set to alarm enabled, the point shall
immediately cause annunciation.

4.14.6 Dedicated Alarm Line

a) A dedicated alarm line shall appear on all displays/screens showing either the most
recent or oldest (configurable), highest priority, unacknowledged alarm in the system.
The line shall be clear when there are no unacknowledged alarms for the operator to
process. This line shall always be visible irrespective of the display that the operator is
working on

b) On occurrence of an alarm, the graphic display shall output the point identification,
point type, and description on a dedicated line. If multiple alarm/change of state
conditions occur subsequent messages shall overwrite the display if they are higher
priority. As subsequent alarms are displayed, the previous alarm information shall move
to an unacknowledged alarm list awaiting acknowledgment by the operator.

4.14.7 Alarm Logging

All alarms (when such configured) shall be logged on the respective printer/s.
All Alarms shall also be logged on an event file for future retrieval in alarm reports or
archiving to removable media.

4.14.8 Alarm Response Function Keys

a) For ease of operations, the following dedicated function keys and equivalent toolbar
icons shall be provided as standard on the keyboard for alarm action:

ACKNOWLEDGE - After moving the cursor to the point in alarm on the screen and
selecting the Point the operator shall be able to acknowledge an alarm by pressing this
key. This action shall be logged in the event file and on the printer showing the operator
ID with the message.

SEAL & SIGNATURE OF BIDDER 109


ALARM SUMMARY - By pressing this key at any time the operator shall be able to
view a display showing all currently active alarms. The alarm messages shall be colour
coded showing priorities. The operator shall be able to view the alarms according to
priority. It shall be possible to acknowledge alarms from this display and also go to the
associated display defined for the Point.

ASSOCIATED DISPLAY - After moving the cursor to the point in alarm on the screen
and selecting the Point the operator shall be able to bring up the display applicable to
that alarm by pressing this key.

4.14.9 Alarm Filtering

a) For providing operator flexibility during viewing of alarms, the Alarm Summary screen
shall be able to filter the alarms displayed to the operator. The filtering criteria shall
include as a minimum:

Individual Priorities (i.e. Urgent, High, Low)


Ranked Priorities (i.e. Urgent only, Urgent & High only, Urgent, High & Low)
Unacknowledged Alarms only
Individual Areas only

This shall allow the operator to select the above filters to enable him to choose and view
the alarms as desired.

4.14.10 Additional Alarm Information

The IBMS system shall provide support for an additional custom message to be tagged
to the alarm. This message shall provide the operator with additional information on the
alarm but shall not clutter the alarm summary. It shall appear in a separate message
summary at the same time as the alarm appears in the alarm summary. The messages
can be pre-configured and then simply attached to individual points by means of a
message ID.

4.14.11 Advanced Alarm Management features

a) To ensure reliable alarm handling & management by operators, the system shall be
capable of applying to the functional subsystems advanced alarm management which
includes set stages of alarm handling.

b) The stages shall be: -

Silence alarm condition


acknowledge and action alarm condition
respond to alarm condition by using pre-defined responses
optionally reset alarm

c) All actions shall be recorded in the event file for retrieval and auditing purposes.

d) When an alarm is silenced, an instruction page for the alarm will be displayed. The alarm
may then be acknowledged from this page and actioned.

SEAL & SIGNATURE OF BIDDER 110


e) Once the alarm is acknowledged and appropriate action has been taken, the operator
may move to the response page to select from up to 100 user defined responses to be
logged in the event file. At the same time the alarm is removed from the alarm file.

f) It shall be possible to enable/disable this feature on a point by point basis given the
appropriate system privilege level.

4.15 Trending

The system shall provide flexible trending allowing real-time, historical or archived
data to be trended in a variety of formats. In addition, trend data types shall be able to
be combined to allow for comparisons between data e.g. current real-time data versus
archived data.
4.15.1 Trend Capabilities

a) The system shall provide trending capability with the following functions:

Real time trending


Historical trending
Archived History trending
Trend Scrolling
Trend Zoom
Engineering Unit or Percent
Cursor readout of trend data
Trend comparisons between archived, real-time and historical data (for example,
this year vs. last year). Comparisons between the same point offset in time, or different
points must be possible.
Trend decluttering via per-pen enable/disable on multi-plot style trends
Independent Y-axis per point on multi-plot style trends. It must be possible to
display the Y-axis for any point on the trend by simply selecting the point using the
mouse or keyboard
copying the currently displayed trend data to the clipboard for pasting into
spreadsheet or document

Configuration of trends shall only require the entry of the Point Name into the desired
trend template to produce the trend.
All trend configuration must be possible on-line without interruption to the system.
Historization of data shall not be affected by changes to trend configuration.

4.15.2 Trend Types

a) The system shall be able to present real-time, historical or archived data in a variety of
formats as defined below:

Single Bar Trend Showing plotted historical values for one point
Dual Bar Trend Showing plotted historical values for up to 2 points
Triple Bar Trend Showing plotted historical values for up to 3 points
Multi-Plot Trend Showing plotted historical values for up to 8 points
Multi-Range Trend Showing plotted re-rangable historical values

SEAL & SIGNATURE OF BIDDER 111


or up to 8 points
Numeric Trend Showing numeric historical values for up to 8 points
X-Y-Plot Trend Showing a graphical comparison between 2 points
b) For each trend set display it shall be possible for operators to configure the number of
historical samples and ranges displayed. Points configured in trend sets shall be
changeable on-line.

c) Operators shall be able to zoom in on information displayed on trend sets for closer
inspection. Scroll bars shall be available to move the Trend set backwards and forwards
across the historical records. The trend sets shall automatically access archived history
files without operator configuration.

4.15.3 Loop Tuning Trends

Dedicated control loop tuning trends shall be available on the system. Access to these
trends shall be via the detail information display for each point. This loop tuning
display shall be generated automatically with no configuration required.

4.15.4 Trends on Custom Displays

a) It shall be possible to imbed trend objects as part of custom graphic displays.

b) This shall allow for real-time displays of the trends as well as graphic / text objects on
the same screen without having to switch between screens/windows.

c) The following formats shall be available:

Bar Trend
Line Trend
Numeric Trend
Tuning Trend
Pie Trend
X-Y Plot

4.16 Reporting

The system shall support a flexible reporting package to allow easy generation of report
data. The reports provided shall include pre-configured standard reports for common
requirements such as Alarm Event reports and custom report generation facilities that
can be configured and modified by the user.
Systems that provide only standard pre-configured reports and do not allow for custom
report generation by users shall not be accepted.

4.16.1 Standard Reports

a) The following pre-formatted reports shall be available on the system:

Alarm/Event Report
Operator Trail/Tracking Report
Point Trail/Tracking Report

SEAL & SIGNATURE OF BIDDER 112


Alarm Duration Report
Point Attribute Report
Database Cross-Reference Report

b) Configuration of these reports shall only require entry of the schedule information, and
other parameters such as Point Name or wildcard, Filter information, time interval for
search and destination printer to fully configure the report. Specifically, no
programming or software coding shall be required.

4.16.2 Alarm/Event Report

A report shall be provided to produce a summary of all events of a specified type


occurring in a specified period.

4.16.3 Operator Trail Report

A report shall be provided to produce a summary of all operator actions relating to a


specific operator in a specified period.

4.16.4 Point Trail Report

A report shall be provided to produce a summary of all events of a specified type


occurring in a period on nominated points.

4.16.5 Point Cross Reference Report

A report shall provide to list the following information for a nominated point, or for
each point in a set of points:

A list of display numbers which reference the point.


A list of the algorithm numbers and corresponding algorithm blocks which reference
the point.
A list of the other reports in which the point is referenced.

4.16.6 Point Attribute Report

A report shall be provided to points selected by one of the following attribute criteria:

Out-of-service
Alarm suppressed
Abnormal input levels
In Manual mode

4.16.7 Free Format Reports

SEAL & SIGNATURE OF BIDDER 113


a) In addition, configurable report generation facilities must be provided to allow custom
reports to be produced. They shall be able to be configured at any time with the system
ON LINE. Systems that require source code programming and /or require the system to
be off line for producing custom reports are not acceptable.

b) These reports shall be able to access any data base values and have the facility for
carrying out inter-point calculations in order to produce averages, summations,
efficiencies or any other derived values. Results of these calculations shall be stored in
the database or in files. The report layout shall be also user defined and shall be up to
132 columns wide and of unrestricted length.

c) The report generator shall have the following capabilities:


Access to all real-time and historical databases
Access to user entered data
Arithmetic calculation capability
Statistical Calculation capability
User definable Report Format

4.16.8 Report Activation

Reports shall be activated in one or more of the following ways:


Periodic activation at user specified intervals
Operator Demanded
Event Initiated
Application Initiated

4.17 Data Exchange

4.17.1 Interfacing to Another System

a) The IBMS system shall have the capability to interface to the point database of other
softwares in the building (i.e. nodes) on a TCP/IP network. This shall enable both the
acquiring of point data and issuing control outputs to the other MIS / office automation
systems.

b) The IBMS system shall also have the capability for data hand off. This shall allow
other similar systems /software in the building to have access to the IBMS real-time
dynamic data (for example: point values, access/security data, alarms, etc.) .

4.17.2 Data Exchange with a Relational Database using ODBC

a) The IBMS system shall provide an in-built standard Open database connectivity
(ODBC) driver to allow the users to choose their own reporting tools. The system must
be able to write data to and read data from any of the following standard database
packages

Oracle
Access

SEAL & SIGNATURE OF BIDDER 114


Microsoft SQL
using standard SQL queries.

b) It shall be possible to transfer data either periodically (i.e. scheduled), when an event
occurs or on demand by the operator.

c) Through the ODBC driver tool , it shall be possible for the user to also build his own
reports and combine data from the IBMS system with data from other MIS systems into
a single report.

d) The ODBC driver shall be accessible to the stations across the connected network.

4.17.3 Data Exchange with Microsoft Excel

The system must be capable of exporting bulk data from the IBMS database to
Microsoft Excel.

As a minimum the following shall be supported:


allow retrieval of data either periodically or snapshot
allow retrieval of data via POINT.PARAMETER requests
allow retrieval of tag-names, descriptions etc.
allow retrieval historical data
writing of values from Excel back to the supervisory system

4.18 Algorithms

a) In addition to standard point processing functions, the IBMS system shall also allow
additional processing through the use of standard algorithms that may be attached to
any analogue, status or accumulator point.

b) Typical functions to be provided by these algorithms are listed below:

Arithmetic Calculation
Boolean Calculation
Maximum/Minimum Value
Integration
Run Hours Totalisation
Group Alarm Inhibit
Report Request
Application Program Request

4.19 Historical Data Archiving

a) The system shall support archiving of historical data to allow a continuous record of
history to be built up over a period of time. Archived data may be stored on the hard
disk of the system or a remote network drive or moved off-line to removable media
such as floppy disk, cartridge tape, DAT tape, or optical disk.

b) The number of archives maintained on the system before transferal to off-line media
shall only be limited by the size of the hard disk or remote network drive. The system

SEAL & SIGNATURE OF BIDDER 115


shall allow the user to define the specific intervals of history to be archived to avoid
archiving of unnecessary data.

c) Archiving of historical data may be activated by one of the following methods:

Operator Demand
Periodic Schedule
Event Initiated

d) Once archived, the data shall be available for re-trending through the system trend
facilities in combination with the current on-line history or other archives.

e) Providing the archived history is present on the IBMS hard disk or remote network
drive, the trend facilities must be able to access it transparently for display, when a user
scrolls beyond current on-line history limits.

f) The system shall continuously collect and store analogue and status point process
variables (PV) such as historical data from all the functional subsystems.

g) The system shall contain fast, standard and extended history. Standard history consists
of a value snapshot taken at a specified interval and various averages of this snapshot
representing the average value over longer periods of time. Extended history is a series
of snapshots.

1. Standard History

1 minute snapshots
6 minute averages
1 hour averages
8 hour averages
24 hour averages

2. Extended History

1 hour snapshots
8 hour snapshots
24 hour snapshots

2. Fast History

5 second snapshots.

h) The historical data can be retrieved by trend sets, operating groups, user built
schematics, point detail trends, and point detail numeric history displays. Historical data
can also be used in reports, application programs, or archived to off-line media for long
term storage.

i) An operator may review history either in real-time or with an historical offset. Previous
history may be selected by scrolling forwards and backwards through the history file.

SEAL & SIGNATURE OF BIDDER 116


4.20 Application Programming Interface

a) Application programming interface shall be provided to interface 3rd party systems and
to write custom software to have full access to real time IBMS data. Two types of
application programming interface (API) are required, the first is for applications
written on the IBMS stations and the second is for applications that are required to run
on network based user stations (that are not necessarily operator stations).

b) The IBMS system APIs must have support for (as minimum) either Visual Basic or
C++ or both. Proprietary programming languages are not acceptable.

c) The API on the IBMS stations requires the following functions as a minimum:
Read and write to points in the real-time database
Access to historical data
Initiate supervisory control actions
Access to the alarm/event subsystem
Access to user-defined database
Provide a prompt for operator input.

The API on the network-based clients requires the following functions as a minimum:
Read and write to points in the real-time database
Access to historical data
Initiate supervisory control actions
Access to user-defined database.

II. GENERAL SPECIFICATION FOR SYSTEM

1.0 HARDWARE

1.1 The IBMS/PDM shall comprise of windows based function units necessary to fulfill
data acquisition directly or through a gateway / router, storing, visualizing and
communicating with other providing high-level operator interface with the system. The
IBMS/PDM shall be provided with an operator interface with the facility for remote
system interrogation, control, and retrieval/storage of logged data, annunciation of
alarms and reports. The PDM shall support consistent archiving of alarms, offline trend
data, data backup.

1.2 The CMS shall comprise of windows based workstations providing Graphical User
Interface with the system. The CMS shall be capable of providing the operator with the
facility for remote system interrogation, control and retrieval of logged data from PDMs,
annunciation of alarms and reports, analysis of recorded data and the formatting of
management reports.

2.0 SOFTWARE

2.1 The system offered shall be completely modular in structure and freely expandable at
any stage. Each level of the system shall operate independently of the next level up.

SEAL & SIGNATURE OF BIDDER 117


2.2 The system shall fully consistent with the latest industry standards, operating on
Windows 2000 or Window NT on a network environment, allowing the user to make
full use of the features provided with these operating systems.

3.0 THE MANAGEMENT LEVEL

The head-end of management shall be four CMS stations and operation of the CMS shall
include process visualization, data analysis. These stations shall have the facility to have
real time link with ERP and Facility management. The system shall be open for vertical and
horizontal integration

4.0 NETWORK

The system configuration shall facilitate the current network to be expanded in future at
locations designated by the user. Central management of user-specific information such as
passwords and protected access to data and programs shall thus be made easily possible.
The management system shall also support software updates and changes in the project
data.

5.0 PRINTING

It shall be possible to connect printers either directly to the central management station or
PDM.

6.0 REMOTE MANAGEMENT

The IBMS software shall support Remote Access management i.e. Remote management
station shall be connected via

I. Modems
II. ISDN facilities
III. Internet/Intranet
IV. RAS
V. FTP etc.,

7.0 Deleted
8.0 PROGRAMMING SOFTWARE

8.1 The software shall be a graphically programming tool. It enables user to make the
function diagrams, to parameter, commission all the automation stations and to change
the parameters while the system is in operation.

8.2 The programming tool shall be a windows based for convenience. It shall preferably
fulfill the requirements laid down in the IEC1131-3 standard concerning the
configuration (programming) of DDC/PLC devices.

9.0 PROCESS VISUALISATION SOFTWARE FEATURES

SEAL & SIGNATURE OF BIDDER 118


9.1 The PDM / CMS software shall be modular, structured and shall be based on Window
NT or Windows 2000 standard 32-bit technology. Each PDM / CMS shall have the
following features

I. Open system
II. Web technology
III. Shall support 5 web clients
IV. Scalable system
V. System redundancy
VI. Smart user/maintenance management
VII. Smart alarm management (Advanced alarm module: notification via SMS,
fax, email)
VIII. Web scheduler

9.2 The PDM / CMS Software shall be a flexible, user friendly, user programmable
package that will allow the operator to construct customized display screens and
programs for achieving optimum monitoring, controls and information management
and analysis. The software shall be Year 2000 complaint.

9.3 The PDM / CMS Software shall include as a minimum the Operating system,
Communications Control, Graphic Operator Interface (OI) which includes editors and
viewers with original licenses for editing and viewing .The editors includes Schematic
editor, trend editor, alarm editor, event editor, report editor, and web application
editors.

9.4 The PDM / CMS Software shall be a real time operating system and provide true
multitasking providing concurrent execution of multiple real time programs and
custom program development. Switching from foreground applications to
background applications where the background applications are suspended is not
acceptable.

9.5 The software shall be totally user-programmable to allow an operator without any
software programming skills to construct programs for control, monitoring and
information analysis. All program configurations will be done in clear English
language.

9.6 The Software shall allow the user to modify and tailor the Operator Interface software
to the specific and unique requirements of the equipment installed, the programs
implemented and to staffing and operational practices.

9.7 Online modification of system configuration, program parameters, and data base shall
be provided via menu selection and keyboard entry of data into preformatted self-
prompting templates.

9.8 The Software shall provide a hierarchical linked dynamic graphic operator interface
for accessing and displaying system data and commanding and modifying equipment
operation. The graphics shall form the main interface for all the operator actions.

9.9 Any levels of graphic penetration shall be provided with the hierarchy operator
assignable (for example, area, building, wing, floor, air handler, sequence of operator

SEAL & SIGNATURE OF BIDDER 119


pages, dynamic program display, point group). Dynamic system data points shall be
assignable to each penetration level.

9.10 Descriptors for graphics, points, alarms, etc. shall be modified through the operators
station under password control.

9.11 Points shall be uniquely defined as to coloration, animation, audible rate and duration,
point descriptors, operator messages ,printer options, alarm archival option, alarm and
warning limits, and engineering units.

9.12 Point related change capability shall include system/point enable/disable; run time
enable/disable; analog value offset, lockout, run time limits, and setting a fixed input
value or output status.

9.13 Sign-off from a station shall be a manual operation. All sign on/Sign-off activity shall
be automatically indicated on the operator station disk for subsequent display or
printout as desired.

9.14 Operator access to system points shall be controlled by individual operator-assigned


graphic hierarchy and by privileges, i.e. an operator shall have access to only those
graphics and points as assigned to him. The hierarchy shall permit access to an
operator-assigned initial graphic and to all graphics linked to and below the initial
graphic.

9.15 The operator shall not have access to graphics in another hierarchical graphic tree.
For example, an operator may have access to one building, but not to another building,
or to lighting points, but not fire alarm points.

9.16 Each operator shall have any combination of user assigned operating privileges of
alarm acknowledgement, point commanding, data modification, Operating system
access, schedule changes, and system configuration changes.

9.17 The graphics shall provide the operator dynamic screen displays of real-time data with
full color animated displays of equipment status, site layouts/building plans and other
system configurations.

9.18 An on-line graphic development facility shall be provided to allow the user to develop
or modify graphic displays and assign and position any array of points within each
graphic. Systems in which graphic creation & programming is not an on-line activity
and/or which requires operator to close the Operator interface software shall not be
accepted. Creation of the graphics and assigning of points to the graphics shall not
require taking the operator station off-line or interfere with point archiving and alarms.

9.19 Graphics shall be created via mouse and keyboard selection of graphic library stored
symbols and system profiles. The Software shall provide the capability to create
custom symbols, system profiles, floor plans, buildings, etc., and to store them in the
graphic library.

SEAL & SIGNATURE OF BIDDER 120


9.20 It shall be possible to import third party developed drawings developed of the type
*.bmp, *.jpg etc., these imported drawings shall be displayed just as regular graphics
with dynamic displays programmed on them.

9.21 It shall be possible for the operator to penetrate from one graphic to another by a
simple mouse click on the graphic. Unlimited penetration feature is preferred.

9.22 It shall be possible for the operator to select further penetration via a mouse click on an
area, building, floor, fan etc. The defined linked graphic below that selection shall
then be displayed. Dynamic data shall be assignable to any and all graphics.

9.23 It shall be possible to display all data on a graphic regardless of physical hardware
address, communication channel or point type (temperature, humidity, fire alarm, etc.)
Points may be assignable to multiple graphics where necessary to facilitate operator
understanding of system operation and where specified.

9.24 Graphics shall also contain calculated or pseudo points. Each physical point and each
point assigned to a graphic shall be assigned an English descriptor for use in reports.
Points (Physical and pseudo) shall be displayed on the Graphic with dynamic data
provided by the system with appropriate text descriptors, status or value, and
engineering unit.

9.25 To enable operators to view graphics in greater detail, a zoom/pan display feature shall
be provided. Zooming shall be by dragging the cursor diagonally across the area to be
zoomed. Panning shall allow horizontal and vertical scrolling around graphics.

9.26 Coloration shall be used to denote status and alarm states. Coloration schemes shall be
variable for each class of points, as chosen by the user. It shall also be possible for the
user to create and apply custom colors to depict different equipment status and
conditions.

9.27 Dynamic animation shall be used to represent data (e.g., fan rotation, damper position,
fluid flow, tank levels, etc.) It shall be possible to create customize animation to
enable effective depiction of real-time data on the screen. The animation shall be
applicable to both analog as well as digital points.

9.28 It shall be possible for an operator with authorized privileges to stimulate a point
condition from the Operator station. This would enable operators to test logic
functions and other control functionality without having to physically have the input
devices connected.

9.29 It should be possible to simulate all types of points( analog as well as digital
irrespective of the nature of the point hardware.

9.30 An on-line context-sensitive help utility shall be provided to facilitate operator


training and understanding, the help being project specific.

9.31 The document shall contain text and graphics to clarify system operation. At a
minimum, help shall be available for every menu item and dialog box.

SEAL & SIGNATURE OF BIDDER 121


9.32 The system shall also have a context-sensitive help feature where by an operator may,
on as single mouse click call up the help document pertaining to the dialog box that he
is currently on.

9.33 Messaging and Alarm routing facility shall be provided on the operator station for e-
mail, mobile, pager, fax etc., (such as field alarms like MCP FAULT and operator
messages like CHANG BREAK GLASS UNIT )

9.34 Operator shall be able to command a point without having to place the system in
manual mode first. This shall be only against password control.

For a digital command point such as a 2 position damper actuator, the actuator would show
its current state (e.g., CLOSED) and the operator could select OPEN via mouse click. A
keyboard equivalent shall be available for those operators with that preference.

10.0 PLANT VIEWER

The plant viewer shall support the following features

I. Hierarchically linked animated high-resolution bit-map color graphics.


II. Choice of 2D and 3D symbols with animation based on status.
III. Direct access to set points, parameters, operating modes, alarms, time programs, on-line
and off-line trend features.
IV. Dynamic multi-tasking with all active pages
V. Monitoring and operation of plant at several levels
VI. Navigation to all other management station software applications
VII. User definable page size.
VIII. Jump tags for jumps on the same level or between levels
IX. Capable of graphics to be printed in color or monochrome
X. All graphic file formats supported by Windows can be imported(e.g. jpg, bmp etc.,)

SEAL & SIGNATURE OF BIDDER 122


Sub Section B (IBMS and BAS): Building Automation System for HVAC Control

1.0 SCOPE

1.1 The Scope of this section comprises the design, supply, erection, testing,
commissioning of preprogrammed distributed digital type Building Automation
system (BAS) with Process Data Manager (PDM), Direct Digital Controller (DDC)
including hardware and software, signal & communication cabling etc., conforming of
the features detailed in this specification and in accordance the requirement of I/O list
and schedule of quantities.

1.2 Building Automation System means the portion of the control system concerned
with the ACMV system viz. as described elsewhere in the document. The BAS system
installed shall be hierarchical in structure. The different levels shall be capable of
working in either independently or in conjunction with one another.

2.0 SYSTEM ARCHITECTURE

The BAS shall provide for monitoring, data acquisition, control and optimization of all the
buildings technical plant, plus monitoring and control of connected subsystems.

The system structure shall be as follows:

I. Autonomous substations in DDC technology with digital and analog inputs and outputs
plus impulse inputs; software for control, alarms, limit-value monitoring, formation and
processing of historical data.

II. Autonomous individual- AHUs, Ceiling mounted units, PAHUs, Air Handling Units
for Dinning, control system in DDC technology for individual temperature control of
individual conditioned areas either in relation to the number of occupants or as per time
program.

III. Bus link to the central station (BMS PC), saving on cables.

3.0 Compatibility

3.1 The DDC system shall be compatible to industrial standard protocols like Modbus
RTU to integrate with standard makes.

3.2 The DDC system shall be compatible to industrial standard protocols like Modbus
RTU, BACnet, Lonworks of any third party system coming on these universal
protocols, Hence, it is necessary for any third party system to be an open or universal
protocol. In case of non-compatibility, gateways can be utilized. It is deemed that
either open protocol software is included or the required gateway and necessary
software are included for this purpose. Total coordination and compatibility between
any third party system supplier and DDC supplier and respective system is extremely
important and deemed to have been taken care of and all related cost included for this.

4.0 LIST OF STANDARDS

SEAL & SIGNATURE OF BIDDER 123


Copper Wire IS-694-1977
Rubber Insulated Braided Wire IS-9968 (Pt-1)-1981
PVC Insulated cables IS-1554 (Pt-1)- 1976

All installations shall comply with current applicable provision of India and the following
standards.

NFPA71 Central Station signaling systems protected Premises


Unit.
NFPA72A Local Protective signaling systems Protected
Premises Unit
NFPA72D Proprietary Signaling SystemsProtected Premises
Unit.
NFPA72E Automatic Fire Detectors. National Electric Code
Article 760

The systems and all components shall be listed by Underwriters Laboratories. Inc.

5.0 REQUIREMENTS

A state-of-Art Building Automation system is envisaged for the ACMV system


described elsewhere in this specification. The design of the Integrated System shall
have integration of the smallest sensor to the operator workstations (Computers).
Integration shall mean all the parts of system are connected together through
software and shall share all the information. The integration of all systems shall be
achieved through software programs, electronic components, and hardware
packaging and communication network.

The Building Automation System comprises the following components

I. DDC Substations
II. Field control devices/components like temperature sensors, humidity sensors,
differential pressure switches, duct smoke detectors, chilled water valve
actuators, fire damper actuators etc.
III. Central station (BMS PC), which processes the data from the field through,
required interfaces.
IV. Field Communication cabling

All the components mentioned above are integrated and were envisaged to work
seamlessly thereby providing safety, protection, efficiency and comfort to the
building.

6.0 FIELD DEVICES (BAS)

6.1 Ambient Conditions

All controls shall be capable of operating in ambient conditions varying between


0-50C and 90% r.h. non-condensing.

SEAL & SIGNATURE OF BIDDER 124


6.2 Conduit Entry

All control devices shall, unless provided with a flying lead, have a 20 mm conduit knockout.
Alternatively, they shall be supplied with adapters for 20 mm conduit.

6.3 Ancillary Items

When items of equipment are installed in the situations listed below the BMS/ Control
Specialist shall include the following ancillary items:

6.4 Weather Protection

All devices, which are exposed to the atmosphere, are to be weatherproofed. All controls,
peripherals and associated accessories serving Chillers, Roof Mounted Air Handling Units and
other equipment which are exposed shall be protected from Dust, Rain and Solar Radiation.
Adequate protection shades etc., shall be provided by the BMS contractor

6.5 Immersion

Corrosion resisting pockets of a length suitable for the complete active length of the device,
screwed 1/2" or 3/4" BSPT suitable for the temperature, pressure and medium.

Duct Mounting (Metal or Builders Work)

Mounting flanges, clamping bushes, couplings, lock nuts, gaskets, brackets, sealing glands and
any special fittings necessitated by the device, shall be provided by the BMS contractor.

Samples

Samples of all types of room mounted equipment (i.e. detectors, thermostats, etc.) shall be
provided by the BMS/Controls Specialist for approval by the Consultant/Engineer.

Accuracy

Control and measuring devices shall have the following limits of accuracy:

Temperature : +/- 1oC over the range of 0C to 50C


Pressure : +/- 1.5% of measured value
Humidity : +/- 5% r.h over the range of 10 to 90% r.h

6.6 Averaging Elements

Averaging elements shall be used on supply air ducts having a cross-sectional area exceeding
1.6m2 and shall have a minimum capillary length of 8.2 m.

The capillary element shall be serpentined across the whole duct.

SEAL & SIGNATURE OF BIDDER 125


Where the span of the element is less than 1 m then it shall be fixed with purpose-made clips
and may be unsupported across the duct.

Where the span of the element is above 1 m then it should be supported on Unistrut or similar
rigid support. The element shall be clipped every 200m and the supports and hangers shall be
adequate to prevent vibration of the element.

6.7 Pressure switches for Air Systems

Pressure switches for Air Systems shall be diaphragm operated. Switches shall be supplied
with air connections permitting their use as static or differential pressure switches.

The switch shall be of differential pressure type complete with connecting tube and metal
bends for connections to the duct. The housing shall be IP54 rated. The pressure switches
shall be available in minimum of 3 ranges suitable for applications like Airflow proving, dirty
filter, etc. The setpoint shall be concealed type. The contact shall be SPDT type with 250
VAC, 1A rating.

Shall be supplied suitable for wall mounting or mounting on ducts in any plane. It should be
mounted in such a way so that the condensation flow out of the sensing tips. Proper adapter
shall be provided for the cables.

The setpoint shall fall within 40%-70% of the scale range.

Shall have differentials adjustable over 10%-30% of the scale range.

6.8 Air flow Switches

The Airflow switches shall be selected for the correct air velocity, duct size and mounting
altitude.

Where special atmospheric conditions are detailed in the Motor Control Panel Equipment
Schedules, the parts of the switches shall be suitably coated or made to withstand such
conditions. Any variations from standard shall be detailed in the Tender.

Shall be suitable for mounting in any plane.

6.9 Water flow switches

Water flow switches shall be selected for the correct water velocity and pipe size and
mounting attitude.

6.10 Room Temperature/Humidity Detectors

The temperature sensor shall have sensitivities such that a change at the detector of 0.2oC from
the stabilised condition is sufficient to start modulating the corrective element.

The temperature sensor shall be with silicon sensor having positive temperature coefficient.
The sensor shall be field wired using an unscreened cable to a base plate. The sensor housing

SEAL & SIGNATURE OF BIDDER 126


shall plug into the base so that the same can be easily removed without disturbing the wiring
connections. The protection standard shall be IP30 in accordance with IEC 144, DIN 40050.
These should be generally mounted 1.5 m above the floor level. These should not be mounted
near the heat sources such as windows, electrical appliances, etc. The final location shall be as
per the consulting engineers'approval. The sensor shall be linear over 0oC to 50oC.

Shall operate on extra-low voltage and be suitable for mounting on British Standard conduit
boxes.

The humidity sensor shall be in an independent housing or be combined with the room/duct
type temperature sensor in he common housing. The sensor should be electronic type with
capacitive sensing element. As a minimum it should have a range of 10 to 90% RH.

6.11 Immersion/temperature detector and duct mounted temperature/humidity detectors

The temperature sensor shall have sensitivities such that changes at the detector, for 0.3oC and
0.2oC respectively, from the stabilised conditions, are sufficient to start modulating the
corrective element.

The humidity sensor shall be in an independent housing or be combined with the room/duct
type temperature sensor in the common housing. The sensor should be electronic type with
capacitive sensing element. As a minimum should have a range of 10 to 90% RH.

The temperature sensor shall be with silicon sensor having Positive Temperature Coefficient.
The sensor shall be field wired using an unscreened cable to a base plate. The sensor housing
shall plug into the base so that the same can be easily removed without disturbing the wiring
connections. The protection standard shall be IP43 in accordance with IEC 144, DIN 40050.

The wiring terminals shall be plug-in type for easy installation and maintenance. The sensor
shall be mounted in the duct based on the guidelines given by the specialist control supplier.
The sensor shall be linear over 0oC to 50oC.

6.12 Pressure Detectors (for liquids and gaseous media)

6.13 Pressure detectors shall be suitable for the suitable for the medium and the working
temperatures and pressures. The pressure detector shall be capable of withstanding a
hydraulic test pressure of 2 times the working pressure.

Connections shall be suitable for 1/2 to 1/8th in o.d. copper tube.

Ductwork versions shall be supplied with the air connections permitting their use as static or
differential pressure detectors.

The setpoint shall fall within 40%-70% of the sensing range of the detector.

The detector shall have a sensitivity such that a change of 1.5% from the stabilised condition
shall cause modulation of the corrective element.

SEAL & SIGNATURE OF BIDDER 127


The static pressure sensor shall be rated for IP65 and the differential pressure sensor shall be
as a minimum IP54.

The principle of operation should be based on a hall-effect transducer. The diaphragm should
be copper benylium type.

The sensor must be pressure compensated for a medium temperature of -10 to 80oC with
ambient ranging between -25 to 60oC.

6.14 Air Pressure sensor:

The pressure sensor shall be differential type. The construction shall be spring loaded
diaphragm type. The movement of the membrane in relation to the pressure should be
converted by an inductive coupling, which would electromagnetically give an output suitable
for the controller. The pressure sensor shall in a housing having IP54 ratings in accordance
with IEC529. Suitable mounting arrangement shall be available on the sensor. The sensor
shall come complete with the PVC tubes, probes, etc.

6.15 Actuators

Shall be installed in accordance with the manufacturers'recommendations.

Shall have a sufficient torque to open and close valves and dampers against the maximum out
of balance pressure across them.

6.16 Control Damper Actuators

Control Damper Actuators shall be of the type where the damper spindle passes through the
actuator and is secured by a U clamp.

Rotary type damper actuators shall be used on the project. The actuators shall not require any
maintenance. The actuators shall have sufficient torque ratings to operate the dampers of
various sizes.

These should be available in spring return versions as specified elsewhere in the document.
Limit switches, if required/specified shall be provided for.

The actuators shall be suitable for On/Off and modulating operations.

6.17 Actuator Additional features

Actuator Additional features are required when detailed in the Motor Control Panel Equipment
Schedules or the Performance Section of the Specification.

6.18 Auxiliary Switches:

For On/off applications, the actuators shall have changeover contacts suitable for 220 VAC. 2
amp rating.

SEAL & SIGNATURE OF BIDDER 128


Auxiliary switch packs containing at least one, if specified two, electrically independent
switches one for each end of the motor travel, adjustable for operation over at least half the
motor travel.

6.19 Feedback signal

0 to 10 V dc. signal should be available from the modulating damper actuator for parallel
operation or as feedback. Please refer the data point schedules / sequence of operation/
drawings to incorporate this feature wherever asked for.

SEAL & SIGNATURE OF BIDDER 129


Sub Section C (IBMS and BAS): List of Various Components to be integrated through
IBMS and BAS

1.0 SCOPE

The contractor shall integrate with difference system through RS 485 Modbus protocol and
through DDC controller for the following systems:

I. Vertical transportation system


II. Lighting management system
III. Electrical System Various parameters monitoring
IV. UPS Monitoring system
V. HVAC
VI. Water level Monitoring System with Auto Pump control
VII. Fire Alarm System
VIII. Aspiration smoke detection system
IX. FM 200 Gas based fire Suppression system
X. Access Control System
XI. Public Address System
XII. Closed Circuit Television System
XIII. Electrical Metering
XIV. Fire door and Fire pump monitoring system
XV. Water leakage detection system

1.1 VERTICAL TRANSPORTATION (ELEVATORS)

1.1.1. All the lifts are interfaced with the IBMS system for the indication of mode of
operation and fault conditions. Each lift shall provide contacts for raising alarm
conditions. The contacts are fire trip, attendant mode, service mode and auto mode.
It shall be possible to display the floor levels of each lift at IBMS through a DDC
system which shall take the necessary input contacts from the lift Bidder wired to
the DDC system.

1.1.2. ON / OFF Status and Trip Alarm Monitoring functions of Lifts shall be included.

1.1.3. Software function of Maintenance management, Run time totalisation and


sequential duty cycling shall be included.

1.2 Lighting Management System

1.2.1. Substation LDB: ON/OFF controls

1.2.2. External lighting/Faade lighting DB- ON/Off control

1.3 ELECTRICAL SYSTEM

1.3.1. SUBSTATION AND LT PANEL

SEAL & SIGNATURE OF BIDDER 130


1.3.1.1. Monitor Incoming HT voltage, current, frequency, power, MVA

1.3.1.2. Monitor outgoing LT voltage, current, KW

1.3.1.3. Monitor breaker status (ON/OFF/TRIP)

1.3.1.4. Monitor Transformer fault status

1.3.1.5. MCC feeder monitoring

1.3.1.6. Energy monitoring and recording of individual feeder

1.3.1.7. Measurement of KWH at substation level

1.3.2. DG SET

1.3.2.1. Monitor the status of DG set and Log number of run hours.

1.3.2.2. Monitor DG Battery charger.

1.3.2.3. Control start/stop of each pump and link it to start/stop of D G sets.

1.3.2.4. Monitor MW, MVA, frequency & PF of each DG.

Alarms shall be raised in case of any trip or if the measurements are out of range.

1.4 UPS Monitoring system

1.4.1.1. Input/Output voltage

1.4.1.2. Percentage of load and output Amps

1.4.1.3. Input/Output frequency

1.4.1.4. Battery voltage

1.5 HVAC

The various functions that this system shall perform are as follows:

I. The system shall ensure sequential and automatic start/stop of the various air-
conditioning equipment based on time schedule and ambient temperature.

II. It shall maintain design inside conditions, within the specified limits, throughout the
year.

III. It shall monitor the start/stop and faults of units.

SEAL & SIGNATURE OF BIDDER 131


IV. It shall duty cycle to provide equal run time for all equipment and start the standby
unit on a similar unit failure.

V. It shall provide automatic startup of standby equipment in case of failure of operating


unit and indicate fault status of the biped unit.

1.5.1. Chiller Panel

1.5.1.1. Remote start stop.

1.5.1.2. Status of chiller.

1.5.1.3. Chiller trip status.

1.5.1.4. Auto/Manual status. Auto Manual switch to be provided in Chiller Panel.

1.5.1.5. Open/close position feedback from valve actuator.

1.5.2. Primary pump starter panel

1.5.2.1. Remote Start stop.

1.5.2.2. Status of pump.

1.5.2.3. Pump trip status.

1.5.2.4. Auto/Manual status. Auto Manual switch to be provided in pump starter


Panel.

1.5.3. Secondary Pump Logic Control Panel

1.5.3.1. Remote start stop.

1.5.3.2. The speed control of the secondary pumps

1.5.3.3. Pump trip status.

1.5.3.4. Auto/Manual status. Auto Manual switch to be provided in pump logic


control Panel.

1.5.4. AHU (Comfort)

1.5.4.1. Remote start stop.

1.5.4.2. Auto/Manual status. Auto Manual switch to be provided in AHU starter


Panel.

SEAL & SIGNATURE OF BIDDER 132


1.5.4.3. Filter status, return air temp. status

1.5.4.4. Fire damper status

1.5.4.5. VFD control

1.5.5. Ventilation & Exhaust Fans

1.5.5.1. Remote start stop.

1.5.5.2. Remote start stop status.

1.5.5.3. Auto/Manual status. Auto Manual switch to be provided in AHU starter


Panel.

1.5.6. AHU (Precision)

1.5.6.1. Remote start stop.

1.5.6.2. Compressor ON/OFF status

1.5.6.3. Filter status

1.6 WATER LEVEL MONITORING SYSTEM

1.6.1. The proposed water management system consists of one underground sump
consisting of 3 divisions. There is also an underground fire sump.

1.6.2. The proposal consists of water level transmitters in each compartment of UGs

1.6.3. There shall be level transmitters giving an output, which is linear/proportional to


the level of water in each tank.

1.6.4. These displacement type level transmitters shall be connected to a controllers


which is hooked up to a PDM where the levels are monitored depending upon the
low level and high level.

1.6.5. The DDC shall also raise alarm to the PDM in case of low or high water limit in
both auto and manual modes.

1.6.6. The pumps will work based on the input signals received from level sensor from
the tank.

1.7 Analogue Addressable Fire Alarm System

1.7.1. The monitoring of the status of various detectors/devices should be possible at the
PDM and the CMS.

SEAL & SIGNATURE OF BIDDER 133


1.7.2. Fire pumps shall be monitored independently by the DDC controllers and data
visualized at the PDM and the CMS.

1.7.3. Alarms and trouble condition reporting at fire system central panel shall also report
at the PDM and CMS.

1.7.4. In the event of fire alarm, FAS shall directly trip the AHUs at Floor MCC. The
FAS using addressable relay outputs shall carry this out. Similarly, start of
pressurization stairwells fans and alarm output to the Lift control units shall be
carried out by the FAS. Necessary IRMs (Interposing relay Modules) of 2A, 230V
AC rating for implementing the above shall be provided.

1.7.5. The supervisory controllers/gateways shall simultaneously convey the fire alarm
data to the PDM and CMS terminals.

1.7.6. The fire system outputs shall be used to deactivate security gate locks and boom
barriers to facilitate speedy evacuation.

1.8 Aspirated smoke detection system:

This should be integrated with Gas suppression for Data centre applications.

1.9 FM-200/ HFC227 based Fire Suppression System.

1.9.1. In the event of fire in the server rooms, the fire alarm system will activate the FM-
200 system after cross zoning verification with time delay. This system shall be
integrated from Separate panel with separate detectors.

1.10 Access control & security system:

1.10.1. In event of fire, the door locks controlled by the Access control system shall be
automatically released. This shall be carried out directly from the FAS, using
addressable outputs. This shall be conveyed through the Gateway/supervisory
control to PDM and CMS terminals.

1.10.2. In case of a door magnetic contact showing open without a valid card read,
Access station shall raise an audio alarm and also initiate CCTV recording from
cameras in proximity. The event shall be recorded at the PDMs and the images
shall be recorded on the DVR.

1.11 PA System

1.11.1. The system shall have pre-recorded message to be announced in all the
groups/zones in case of fire. A signal from fire alarm panel shall initiate such
announcements. This announcement shall have highest priority. In the event of
fire, announcement of pre-recorded message in all the groups/zones has been
foreseen .To avoid panic in the entire building, announcements are to be
restricted to the affected areas. The group/zone selection of the PA system is to
allow for such selection of affected areas.

SEAL & SIGNATURE OF BIDDER 134


1.12 Closed Circuit Television System

1.12.1. Motion Alarm Sensing


1.12.2. DVR to record on external Alarm

1.13 Electrical Metering.

The electrical energy consumption of all the areas should be integrated to PDMs where
the data are utilized for billing.

1.14 Glass break detection system:

The glass partition with in the datacenter needs to be monitored and integrated with
IBMS for breakage.

1.15 Fire door and Fire pump monitoring system

All the fire doors and Fire pumps should be integrated with IBMS and monitored from
the control room.

1.16 Water leakage detection system:

Water leakage under the raised floor area shall be monitored from control room.

SEAL & SIGNATURE OF BIDDER 135


Sub Section D (IBMS and BAS): Intellegent Addressable Fire detection System

Scope:
A. The control panel, to be intelligent device addressable, analog detecting, low voltage
and modular, with digital communication techniques, in full compliance with all applicable
codes and standards. The features and capacities described in this specification are equired
as a minimum for this project and shall be furnished by the successful contractor.

B. The system shall be in full compliance with National and Local Codes.

C. The system shall include all required hardware, raceways, interconnecting wiring and software to
accomplish the requirements of this specification and the contract drawings, whether or not
specifically itemized herein.

D. All equipment furnished shall be new and the latest state of the art products of a single
manufacturer
E. The system as specified shall be supplied, installed, tested and approved by the local Authority
Having Jurisdiction, and turned over to the owner in an operational condition.

Standards & Codes:

A. The publications listed below form a part of this publication to the extent referenced. The
publications are referenced in the text by the basic designation only. The latest version of
each listed publication shall be used as a guide unless the authority having jurisdiction has
adopted an earlier version.

B. Factory Mutual (FM)


1. FM AG Approval Guide.

C. National Fire Protection Association (NFPA)


1. NFPA 13 Standard For The Installation of Sprinkler Systems.
2. NFPA 13A Recommended Practice For The Inspection, Testing And Maintenance
of Sprinkler Systems.
3. NFPA 70 National Electrical Code.
4. NFPA 72 National Fire Alarm Code.
5. NFPA 90A Standard For The Installation of Air Conditioning And Ventilating
Systems.
6. NFPA 101 Life Safety Code.
7. NFPA 12A Halon
8. NFPA 2001 FM-200
9. NFPA 170 Standard Fire Safety and Hazmat Symbols

D. Underwriters'Laboratories, Inc. (UL) Appropriate UL equipment standards.


1. UL 864 Control Panels.
2. UL 268 Smoke Detectors.
3. UL 268A Smoke Detectors (HVAC).
4. UL1076 Security.
5. UL 1971, Standard for Visual Signaling Appliances.

SEAL & SIGNATURE OF BIDDER 136


Building Codes

1. BOCA National Building Code and the BOCA Fire Code.


2. Standard Building Code and the Standard Fire Code.
3. Uniform Building Code and the Uniform Fire Code.
4. International Building Code and the International Fire Code.
5. State and Local Building Codes as adopted and/or amended by The Authority
Having Jurisdiction.
6. ADA, and/or State and local equivalency standards as adopted by The Authority
Having Jurisdiction.

VDS Approval

Manufacturer's Representative:

A. Provide the services of a factory trained and certified representative or technician,


experienced in the installation and operation, maintenance and service of the type of system
provided. The technician shall supervise installation, software documentation, adjustment,
preliminary testing, final testing and certification of the system. The technician shall
provide the required instruction to the owner' s personnel in the system operation,
maintenance and programming.

Submittal:
A. The contractor shall include the following information in the equipment submittal:
1. Power calculations. Battery capacity calculations. Battery size shall be a minimum
of 125% of the calculated requirement.

2. NAC circuit design shall incorporate a 15% spare capacity for future expansion.

3. Complete manufacturers catalog data including supervisory power usage, alarm


power usage, physical dimensions, and finish and mounting requirements.

4. Complete drawings covering the following shall be submitted by the contractor for
the proposed system:
a) Floor plans in a CAD compatible format showing all equipment and
raceways, marked for size, conductor count with type and size, showing the
percentage of allowable National Electric Code fill used.

System Requirements:

A. The system shall be a complete, electrically supervised fire detection and notification
system, microprocessor based operating system having the following; capabilities, features
and capacities:

1. Communication between network nodes, each supporting an interactive, self-


standing, intelligent local control panel, with system wide displays. Any network
node shall be capable of supporting a local system in excess of 4000 input/output
points.

SEAL & SIGNATURE OF BIDDER 137


2. The local system shall provide status indicators and control switches for all of the
following functions:
a) Audible and visual notification alarm circuit zone control.
b) Status indicators for sprinkling system water-flow and valve supervisory
devices.
c) Any additional status or control functions as indicated on the drawings,
including but not limited to; emergency generator functions, fire pump
functions, door unlocking and security with bypass capabilities.

3. Each intelligent addressable device or conventional zone on the system shall be


displayed at the Central Alarm Receiving Terminal and the local fire alarm control
panel by a unique alphanumeric label identifying its location.

System Operation:

A. Activation of any system fire, security, supervisory, trouble, or status initiating device shall
cause the following actions and indications at all network displays with basic graphics and
multiple detail screens.

B. Fire Alarm Condition:


1. Sound an audible alarm and display a custom screen/message defining the building
in alarm and the specific alarm point initiating the alarm in a graphic display. The
display shall provide standard NFPA graphical symbols indicating hazardous
materials and personnel situations critical to situation management. Hazmat ICONs
must conform to NFPA standard 170 format. The system shall supply a simple
building floor plan and icons representing alarm devices in off normal or alarm
condition.

2. Log to the system history archives all activity pertaining to the alarm condition.

3. Print to system printer (where required) alarm condition information.

4. Sound the signal with synchronized audibles and synchronized strobes throughout
the facility.

5. Audible signals shall be silenced from the fire alarm control panel by an alarm
silence switch. Visual signals shall be programmable to flash until system reset or
alarm silencing, as required.

6. A signal dedicated to sprinkler system water flow alarm shall not be silenced while
the sprinkler system is flowing at a rate of flow equal to a single head.

7. The alarm information shall be displayed on a Graphic Annunciator located where


show on drawings.

8. Where indicated on drawings heat detectors in elevator shaft and machine rooms
shall activated an elevator power shunt trip breaker. The heat detectors shall be
rated at a temperature below the ratings of the sprinkler heads in respective

SEAL & SIGNATURE OF BIDDER 138


locations to insure that the power shall be shut off before activation of sprinkler
system.

9. HVAC shut down shall, be accomplished by system operated duct detectors as per
local requirements.

10. Door closure devices shall operate by floor or by local requirements.

C. Supervisory Condition:

1. Display the origin of the supervisory condition report at the local fire alarm control
panel graphic LCD display.

2. Activate supervisory audible and dedicated visual signal.

3. Audible signals shall be silenced from the control panel by the supervisory
acknowledge switch.

4. Record within system history the initiating device and time of occurrence of the
event.

5. Print to the system printer (where required) the supervisory condition.

D. Trouble Condition.
1. Display at the local fire alarm control panel graphic LCD display, the origin of the
trouble condition report.

2. Activate trouble audible and visual signals at the control panel and as indicated on
the drawings.

3. Audible signals shall be silenced from the fire alarm control panel by a trouble
acknowledge switch.

4. Trouble reports for primary system power failure to the master control shall be
optionally delayed for a period of time not greater than 200 seconds. Trouble
conditions that have been restored to normal shall be automatically removed from
the trouble display queue and nor require operator intervention. This feature shall
be software selectable and shall not preclude the logging of trouble events to the
historical file.

5. Record within system history, the occurrence of the event, the time of occurrence
and the device initiating the event.

6. Print to the system printer (where required) the trouble condition.

E. Security Condition:
1. Display at the local fire alarm control panel graphic LCD display, the origin of the
security condition report. A dedicated security LED shall flash until the alarm has
been acknowledged, then revert to a steady "ON" state.

SEAL & SIGNATURE OF BIDDER 139


2. The control system shall be capable of bypassing the alarms from an individual
security system installed within selected areas. The pass code allowing this
function shall be assignable to individual security personnel and each bypass action
shall be logged to system history. Intrusion alarms occurring during a bypass period
shall be logged to history and displayed but no audible alarm shall occur at the
control panel.

3. Print to the system printer (where required) the security condition.

4. The Local Fire Control Panel shall be UL 1076 listed for security purposes.

2.01 Control Panel:


A. The fire alarm control panel shall be microprocessor based using the multiple
microprocessors throughout the system providing rapid processing of smoke detector and
other initiation device information to control system output functions. There shall be a
watchdog circuit, which shall verify the system processors and the software program.
Problems with either the processors or the system program shall activate a trouble signal,
and reset the panel. The system modules shall communicate with an RS 485 network
communications protocol. All module wiring shall be to terminal blocks, which will plug
into the system card cage. The blocks shall be color coded to prevent accidental crossing of
wiring.

B. The basic system shall have capabilities for 252 intelligent initiation devices and can be
expanded up to 2500 intelligent initiation devices. The system shall employ a flexible
number of detection input loops to reach maximum system capacity. Systems which, have
a fixed number of device addresses per node based on a fixed number of device circuits
(loops) shall provide 50% of loop maximum spare capacity on all loops to meet this
requirement.

C. The Device Loop Card shall be capable of minimum 252 intelligent devices distributed
between two SLC circuits. Any trouble on one circuit shall not affect the other circuit.
This module controls the signaling from the initiation devices reporting alarms and troubles
to the control panel. This module shall also provide the signaling to the field devices for
controlling the output of specific initiation devices. The circuit shall be capable of being
connected with polarity insensitive intelligent initiation devices. The circuits shall have the
ability to be wired, Style 4, Style 6. Any of all of the 252 devices on the loop card shall be
capable of activating up to two devices (relay base, audible base or remote lamps). These
accessories shall not take away from the 252 addresses available per loop. Systems which,
require unique addresses for SLC circuit accessories (remote relays, relay bases, audible
bases and remote lamps) shall provide 50% spare capacity for each loop to provide for
system expansion. The on board microprocessor provides the loop card with the ability to
function even if the main microprocessor fails. LEDs on the board shall provide
annunciation for the following; Power, Card Failure, Network Failure, Ground. Fault,
Alarm, Trouble, Short Zone 1, Short Zone 2, Style 6 Open Zone 1, Style 6 Open Zone 2.
This card shall plug into the system card cage.

D. The Signal Line Circuits shall be tested for opens, shorts, ground faults, device status and
multiple device response (2 devices at same address) and communications with all

SEAL & SIGNATURE OF BIDDER 140


addressable devices installed before connection to the control panel. Systems without this
capability shall have a test panel installed for initial testing to eliminate any possible
damage short term or long term to the control panel. After initial testing replace the test
panel and proceed with complete testing.

E. The Person Machine Interface (Display) or the Remote Person Machine Interface
(Repeater) shall provide the system information on six inch VGA monochrome LCD,
with Touch Screen and LED display. The DISPLAY shall provide floor plans with alarm
type and you are here indication. The DISPLAY shall be navigable by device/module
custom message in the system architecture with no need for device address knowledge.
The DISPLAY shall provide a physical as well as a system geographic view. Graphic user
interface shall be menu driven with 4 tabs showing the level and the total events for each
tab. The tabs shall be; Alarm, Supervisory, Trouble and Security. Each level shall show 5
events simultaneously. The LED displays shall indicate Power, Audibles On or Silenced,
and Partial system disabled. Systems not having the above LEDs shall provide separate
LEDs within the control panel enclosure with appropriate labels. Selection buttons shall
be backlit to aid the operator in the selection process. There shall be controls for scrolling
throughout the event list. A button shall provide zoom in zoom out for the amount of
information desired for a specific entry. The DISPLAY shall be capable of monitoring the
power supply loading and show available capacity for future expansion planning. The
DISPLAY LCD shall provide standard NFPA symbols showing Fire Service Equipment,
Hazards, compliant with NFPA 170 and People in the area of alarm. Systems without this
type of display shall supply a UL listed Graphics package with their system. The LCD
shall have a keyboard screen to allow the technician ability to enter test and numbers for
passwords or text changes.

F. The Zone Indicating Card shall contain 8 NAC circuits rated at 2 amps each with power-
limited outputs. The four zone inputs for the card shall be isolated and independently
supervised. There shall be unique codes/signals for each circuit based on system logic.
These signals shall be Temporal Code 3 (Evacuation), Steady (Such as Recall), and Alert
( such as Tornado Alert),MT 30 PPM, MT 60 PPM and MT 120PPMThe card shall be
listed for notification appliances, horns, bells, strobes, and speakers. The card shall also be
listed for NFPA 13 Pre-Action Release, Halon 1301 NFPA 12A, NFPA 2001. The card
shall have the ability to wire the circuits Style Y or Style Z with outputs synchronized. The
card shall have the following LEDs to provide trouble shooting and annunciation; Reset,
Power, Card Failure, Network Failure, Ground. Fault, Zone Activation or Trouble. This
card shall plug into the system card cage.

G. The Zone Indicating Card shall contain 4 NAC circuits rated at 4 amps each with power-
limited outputs. All zone inputs for the card shall be isolated and independently supervised.
There shall be at least 3 unique codes/signals for each circuit based on system logic. These
signals shall be Temporal Code 3 (Evacuation), Steady (Such as Recall), and Alert (such
as Tornado Alert). The card shall be listed for notification appliances, horns, bells,
strobes, and speakers. The card shall also be listed for NFPA 13 Pre-Action Release, Halon
1301 NFPA 12A, NFPA 2001, Lease Line, and Municipal Tie. The card shall have the
ability to wire the circuits Style Y or Style Z with outputs synchronized. The card shall
have the following LEDs to provide trouble shooting and annunciation; Reset, Power,
Card Failure, Network Failure, Ground. Fault, Zone Activation or Trouble. This card shall
plug into the system card cage.

SEAL & SIGNATURE OF BIDDER 141


H. The Convention Detector Card shall have 4 circuits of conventional initiation circuits.
Each zone shall be capable of supporting 30 smoke detectors and an unlimited number of
contact devices. This card shall also have the ability to power and monitor Linear Beam
detectors and Flame detectors. The card shall have the ability to wire the circuits Style D or
Style B. This card shall plug into the system card cage.

I. Where needed a Conventional Zone Module shall connect to the Signal Line Circuit, which
will allow the use of conventional initiation devices. This module shall have the ability to
support up to 15 convention smoke detectors and an unlimited number of contact devices.
The module shall have the ability to wire the circuits Style D or Style B. This module shall
also be capable of monitoring Linear Beam detectors as well as Flame detectors.

J. The Network Interface Card shall provide communication between enclosures. The
network card supervises the network to insure proper operation. Any faults that are
detected shall be reported to the DISPLAY for annunciation. The network card shall
isolate short circuits to each individual segment of the network. If a short occurs only the
segment between the network card will be affected. The card shall have the ability to
provide Style 4 or 7 network wiring configurations. The card shall have as the minimum the
following diagnostic LED; Reset, Power, Card Fail, CAN Fail, HNET Fail, ZNET Fail,
GND Fault, Loop A Fail, Loop B fail, Networks - Style 7, Style 4, Gnd Fault Enabled,
GND Fault Disabled.

K. The Controllable Relay Card shall provide 6 programmable relays. Each relay shall have
SPDT contacts rated at 4 amps at 30VDC/120VAC resistive and 3.5 amps, 120VAC
inductive. The card shall have as a minimum the following diagnostic LEDs; Reset,
Power, Card Fail, 24V Fail, Relay 1, Relay2, Relay3, Relay 4, Relay5, Relay6.

L. Where required to monitor a large amount of relays, such as monitoring subsystems or


normally open contact devices, provide a Supervised Input Module, which will monitor up
to 16 inputs. Each input shall be individually programmed for supervised or non-
supervised circuits. This module shall be connected to a system network. The module
shall contain 2 programmable form C relays for control of the monitored subsystem.

M. Where required for control of relays or LEDs the Output control Module shall provide 16
open collector outputs to operate LEDs, incandescent lamps or relays as needed. The
module shall contain a local audible output, Lamp Test and local audible silence. All
circuits shall be power limited.

N. The system card cage shall provide the mounting of all system cards, field wiring, and
panels inter-card wiring. The terminal strips for the cards shall be color-coded to eliminate
the possibility of making the wrong connection. The terminal blocks maybe disconnected
and reconnected while the system is powered up without causing any difficulties. All
power limited field wiring shall connect to the top of the card cage. All non-power limited
internal wiring shall be connected to the bottom of the card cage. The card cage shall hold
the systems cards and have capability of connecting multiple card cages to meet system
demands.

O. System response time from alarm to output shall not exceed four (4) seconds.

SEAL & SIGNATURE OF BIDDER 142


P. To expedite system troubleshooting, the system cards shall have ground fault detection, and
diagnostic LEDs by card.

Q. All system cards and modules shall have Flash memory for downloading the latest module
firmware.

2.02 Power Supply:


A. The system Power Supply/Charger shall be a 12-amp supply with battery charger. The
power supply shall be filtered and regulated. The power supply shall have a minimum of 1
power limited output rated at 4 amps, and a minimum of 1 output rated at 12 amps. The
system power supply can be expanded up to 48 amps. The auxiliary power supply module
shall share common batteries with the primary power supply. The system power supply
shall have 4 relays, one for common alarm, one for common trouble and two programmable
relays. The power supply shall be rated for 120/240 VAC 50/60 Hz.

B. The battery charger shall be able to charge the system Lead Acid batteries up to 100 AH
batteries. Battery charging shall be microprocessor controlled and programmed with a
special software package to select charging rates and battery sizes. An optional Thermistor
for monitoring battery temperature to control charging rate shall be available.

C. The power supply shall have a plug for an AC adapter cable, which allows a technician to
plug in a laptop computer for up or down loading program information or test equipment.

2.03 System Enclosures:


A. Provide the enclosure needed to hold all the cards and modules as specified with at least spare capacity for
two cards. The enclosures shall be either black or red. The outer doors shall be capable of being a left hand
open or a right hand open. The inner door shall have a left hand opening. System enclosure doors shall
provide where required ventilation for the modules or cards in the enclosure.

2.04 System Printer:


The system printer shall be operated from a Remote Printer Module, which shall be mounts
outside the enclosure. This module shall provide a parallel port and 2 serial ports for RS
232 protocol. One of the serial ports shall be able to be programmed for RS485 protocol.
Supervised network connection shall be either Style 4 or 7 as directed by local
requirements.

The logging printer shall be UL listed with the system. This parallel printer shall be
supervised for: On/Off line, out of paper, paper jam, power off, and connection the system.
The printer shall be a; high speed, 24 dot matrix, wide carriage, and capable of using tractor
or friction fed paper. The printer shall contain diagnostic LEDs for ease in maintenance.

2.05 Remote Annunciators:


A. The remote annunciator shall be either a system display or a graphic display as indicated on
the drawings.
1. The System Status Display shall be a 4-line 40-character display with backlit screen
for easy viewing. The module shall be connected to the network allowing it to be
placed any where on the system. The system display shall have local sounder with
silence control, local acknowledgement, local scrolling.

2. The graphic annunciator design and layout shall be submittal to the architect for
approved prior to construction. The graphics annunciator shall be a Brushed

SEAL & SIGNATURE OF BIDDER 143


Stainless Steel cover with hinged door. The LEDs shall be driven from a module
with a minimum of 16 outputs, and connected to a system network.

B. The annunciators shall receive vectored information such as; all events, Alarm only,
Supervisory only, Trouble only, or Security only.

2.06 Intelligent Initiation Devices:


A. All initiation devices shall be insensitive to initiating loop polarity. Specifically, the
devices shall be insensitive to plus/minus voltage connections on either Style 4 or Style 6
circuits.

B. The smoke detector shall be an intelligent digital photoelectric detector with a


programmable heat detector. Detectors shall be listed for use as open area protective
coverage, in duct installation and duct sampling assembly installation and shall be
insensitive to air velocity changes. The detector communications shall allow the detector to
provide alarm input to the system and alarm output from the system within four (4)
seconds. Detectors shall be programmable as application specific, selected in software for
a minimum of eleven environmental fire profiles unique to the installed location. These
fire profiles shall eliminate the possibility of false indications caused by dust, moisture,
RFI/EMI, chemical fumes and air movement while factoring in conditions of ambient
temperature rise, obscuration rate changes and hot/cold smoke phenomenon into the alarm
decision to give the earliest possible real alarm condition report. The intelligent smoke
detector shall be capable of providing three distinct outputs from the control panel. The
system controlled output functions shall be from an individual or unique input of smoke
obscuration, a thermal condition or a combination of obscuration and thermal conditions.
The detector shall be designed to eliminate calibration errors associated with field cleaning
of the chamber. The detector shall support the use of a relay and LED remote indicator at
the same time. Low profile, white case shall not exceed 2.5 inches of extension below the
finish ceiling. Detector wiring shall not require any special shielded cable.

C. Thermal Detectors shall be rated at 135 degrees fixed temperature and 15 degrees per
minute rate of rise. Detectors shall be constructed to compensate for the thermal lag
inherent in conventional type detectors due to the thermal mass, and alarm at the set point
of 135 degrees Fahrenheit. The choice of alarm reporting as a fixed temperature detector or
a combination of fixed and rate of rise shall be made in system software and be changeable
at any time without the necessity of hardware replacement. The detectors furnished shall
have a listed spacing for coverage up to 2,500 square feet and shall be installed according
to the requirements of NFPA 72 for open area coverage.

D. The smoke detector shall be an intelligent digital photoelectric detector with a


programmable heat detector. Detectors shall be listed for use as open area protective
coverage, in duct installation and sampling assembly installation and shall be insensitive to
air velocity changes. The detector communications shall allow the detector to provide
alarm input to the system and alarm output from the system within four (4) seconds. The
detector shall be mounted in a duct detector housing listed for that purpose. The duct
detector shall support the use of a remote test switch, relay or LED remote indicator. The

SEAL & SIGNATURE OF BIDDER 144


duct detector shall be supplied with the appropriate sampling tubes to fit the installation.
Where duct detectors are exposed to the weather provide a weatherproof enclosure.

E. Detector bases shall be low profile twist lock type with screw clamp terminals and self-
wiping contacts. Bases shall be installed on an industry standard, 4" square or octagonal
electrical outlet box.

1. Where selective localized control of electrical devices is required for system


operation, furnish and install detector base with software programmed addressable
relay integral to the base. The relay shall switch electrical loads within relay ratings,
as indicated on the drawings. Operation of the addressable control circuit shall be
independent of the number of detectors and relays on the circuit or the number in an
alarm state. Relay bases shall be rated for resistive or inductive load (120VAC or
30VDC) 3 amps.

2. Where indicated on the drawings, furnish detector base with integral approved
audible evacuation alarm signal having an output of 85db. The audible signal shall
be individually addressable and software programmed for operation.

F. Provide single action addressable manual stations where shown on the drawings, to be flush
or surface mounted as required. Manual stations shall contain the intelligence for reporting
address, identity, alarm and trouble to the fire alarm control panel. The manual station
communications shall allow the station to provide alarm input to the system and alarm
output from the system within less than four (4) seconds. The manual station shall be
equipped with terminal strip and pressure style screw terminals for the connection of field
wiring. Surface mounted stations where indicated on the drawings shall be mounted using
a manufacturer' s prescribed matching red enamel outlet box.

G. Provide double action addressable manual stations where shown on the drawings, to be
flush or surface mounted as required. Manual stations shall contain the intelligence for
reporting address, identity, alarm and trouble to the fire alarm control panel. The manual
station communications shall allow the station to provide alarm input to the system and
alarm output from the system within less than four (4) seconds. The manual station shall be
equipped with terminal strip and pressure style screw terminals for the connection of field
wiring. Surface mounted stations where indicated on the drawings shall be mounted using
a manufacturer' s prescribed matching red enamel outlet box.

H. Addressable Interface Devices shall be provided to monitor contacts for such items as
water-flow, tamper, and PIV switches connected to the fire alarm system. These interface
devices shall be able to monitor a single or dual contacts. An address will be provided for
each device and all physical devices shall require only one address on a signaling line
circuit regardless of the number of circuits on an individual module. Where remote
supervised relay is required the interface shall be equipped with a SPDT relay rated for 4
amps resistive and 3.5 amps inductive.

2.07 Conventional Initiation Devices:


.
A. Heat Detector explosion proof shall be rate compensation type detector rated for 140 up to
450. Provide detector with temperature ratings for the appropriate application or as

SEAL & SIGNATURE OF BIDDER 145


indicated on drawings. The detector shall mount in an explosion proof electrical box with a
inch NPT in cover.

B. Heat Detector 135 F Rate of Rise detector shall be a dual heat detector using the rate of
rise and fixed temperature principles. Rate of rise portion shall operate when a change of
temperature exceeds 15 within 60 seconds. The fixed temperature portion shall operate at
rated temperature. The detector shall mount to a standard electrical 4 box.

C. Heat Detector 200 F Rate of Rise detector shall be a dual heat detector using the rate of
rise and fixed temperature principles. Rate of rise portion shall operate when a change of
temperature exceeds 15 within 60 seconds. The fixed temperature portion shall operate at
rated temperature. The detector shall mount to a standard electrical 4 box.

D. Heat Detector 135 F Fixed temperature portion shall operate at the rated temperature. The
detector shall mount to a standard electrical 4 box.

E. Heat Detector 200 F Fixed temperature portion shall operate at the rated temperature. The
detector shall mount to a standard electrical 4 box.

F. Heat Detector 135 F Rate Compensated shall use the rate compensation principle of
detection. This type of detector compensates for the thermal lag inherent in heat detectors.
The detector shall mount in a standard electrical box with a inch knock out in cover.

G. Heat Detector 200 F Rate Compensated shall use the rate compensation principle of
detection. This type of detector compensates for the thermal lag inherent in heat detectors.
The detector shall mount in a standard electrical box with a inch knock out in cover.

H. Heat Detector 135 F Rate Compensated Weatherproof shall use the rate compensation
principle of detection. This type of detector compensates for the thermal lag inherent in
heat detectors. The detector shall mount in a weatherproof electrical box with a inch
knock out in cover.

I. Heat Detector 200 F Rate Compensated Weatherproof shall use the rate compensation
principle of detection. This type of detector compensates for the thermal lag inherent in
heat detectors. The detector shall mount in a weatherproof electrical box with a inch
knock out in cover.

J. Photoelectric Smoke Detector shall be microprocessor operated providing indication of


detector trouble. The detector shall have a tri colored LED, green for normal, red for alarm
and amber for trouble. The detector shall have supervised optics and shall provide an
indication when detector requires service. The detector shall be low profile and plug into a
twist lock base. The base shall have the ability to have a relay or an audible base as
needed.

K. Electronic Thermal Detector 135 F is a fixed temperature self-restoring detector. The


detector is rated for 2500 sq. ft. coverage. The detector shall be low profile and plug into a
twist lock base. The base shall have the ability to have a relay or an audible base as
needed.

SEAL & SIGNATURE OF BIDDER 146


4.0 FIRE DETECTION DEVICES AND MODULES

4.1 Deleted
4.2 Intelligent Detectors

a. All fire sensors shall mount on a common base to facilitate the changing of sensor type
if building conditions change. The base shall be incompatible with conventional
detectors to preclude the mounting on a non-intelligent device.

b. Each sensor shall contain an LED which shall blink each time the sensor is scanned by
the Fire Signaling panel (FSP). If the FSP determines that the sensor is in alarm, the
FSP shall command the sensor LED to remain latched on to indicate alarm.

c. Each sensor shall contain a magnetically-actuated test switch such that it can be tested
for alarm from the sensor location.

d. Each sensor shall be capable of being tested for alarm via command from the FSP.

e. Each sensor shall respond to FSP scan for information with its type identification to
preclude inadvertent substitution of another sensor type. The FSP shall operate with the
installed type but shall initiate a mismatch (trouble) condition until the proper type is
installed or the programmed sensor type changed.

f. Each sensor shall respond to FSP scan for information with an analog representation of
measured fire-related phenomena (smoke density, particles of combustion,
temperature). Such response proves end-to-end sensor response including the operation
of the sensor electronics. Systems which only monitor the presence of a conventional
detector in an addressable base shall not be acceptable.

g. Each Photoelectric detector shall contain an optical sensing chamber with nominal
sensitivity of 2.3%/foot obscuration.

h. Provide Ionization Smoke Sensors as indicated on the plans. Each shall contain a
unipolar dual chamber configuration with nominal sensitivity of 1.55/foot obscuration.

i. Each Thermal sensor shall provide temperature measurement when scanned by the FSP
for information.

4.2.1 Ionization Smoke Detector

This detector will be capable fo detecting a fire both in its incipient or smouldering
stages as well as visible flames. To meet this requirement the detector will respond to
visible combustion products in the form of smoke as well as invisible particles, aerosols
and pyroslysis products from a clear burning fire.

The sensitivity / response threshold value, the design and construction of the detector
will be in accordance with IS-11360, BS-5445 Part 7 (European Standard EN54-7) or
ANSI-UL.268 as applicable. The detectors will be marked with their normal

SEAL & SIGNATURE OF BIDDER 147


sensitivity, sensitivity range listed spacing, radiation level or radio active component
etc., as per relevant standards.

Radio active material used in ionisation smoke detector will be such as not to have any
harmful effect on the personnel in the area where installed even if the area is
continuously inhabited. The radiation will be in the range 0.5 micro curie to 0.9 micro
curie.

4.2.2 Photoelectric Smoke Detector


This detector working on the light scattering principle will be capable of detecting
visible smoke from smouldering fires long before the fire breaks out into visible flame.

The normal sensitivity / response threshold value, the design and construction of the
detector will be in accordance with IS-11360, BS-5445 Part 7 (European Standard
EN54-7) or ANSI-UL.268 as applicable. Smoke detectors will be marked with their
normal sensitivity and tolerance limits and listed spacing as per relevant standards.

4.3 Intelligent Modules

4.3.1 Input Module

a. The Input Device shall provide an addressable input for N.O. or N.C. contact devices
such as manual stations, waterflow switches, sprinkler supervisory devices, etc.

b. The Input Device shall provide a supervised initiating circuit. An open-circuit fault
shall be annunciated at the FSP. (Subsequent alarms shall be reported in spite of the
fault)

a. The device shall contain an LED which blinks upon being scanned by the FSP. Upon
determination of an alarm condition, the LED shall be latched on.

4.3.2 Output Module

a. The Output Device shall provide an addressable output for a separately powered alarm
indicating circuit or for a control relay.

b. The Output Device shall provide a supervised indicating circuit where indicated on the
plans. An open-circuit fault shall be annunciated at the FSP. ( Subsequent alarm
signaling shall occur in spite of the fault condition. )

c. The Output Device shall provide a control relay where indicated on the plans. The
relay contacts shall be SPDT (Form "C") rated at two amps @ 28 V dc.

d. The device module shall contain an LED which blinks upon being scanned by the DGP.
Upon activation of the device, the LED shall be latched on.

e. The device shall mount in a standard electrical box.

4.4 Manual Call Point

SEAL & SIGNATURE OF BIDDER 148


Each Addressable Manual Call Point (MCP) comprise of an electronic circuit built into
it to provide addressing capability and or reputed make push button enclosed in a box.
The push button will have adequate number of contacts. The push button actuator will
be unshrouded and the push button will project out from the surface of the box. The
front part of the Manual Call Point will be provided with frame having breakable glass
sheet on the front surface suitably sealed with neoprone gaskets. The arrangement will
be such that when completely assembled, the front glass sheet keeps the push button
actuated, as long as the glass cover is intact. In case of fire when the glass cover is
broken to give a fire alarm the push button shall be automatically released by its spring
action and give necessary signal to the fire alarm panel for annunciation of fire and its
address.

The enclosure of the MCP will be dust, weather and vermin proof, having a degree of
protection IP 54 in indoor areas and IP 65 in outdoor areas.

The MCP will be suitable for wall mounting.

The complete unit will be painted fire red shade No.536 as per IS-5. The internal
surface of the enclosure will be painted with semi-glossy white. The push button knob
will be red in colour.

A label will be provided on each MCP with an inscription reading FIRE ALARM IN
CASE OF FIRE BREAK GLASS, either on the enclosure or on a separate plate
mounted behind the glass cover. A translation of this inscription in the vernacular
prevailing at site will also be provided on the label. The metal plate used as a label will
not tarnish under the prevalent atmospheric condition. The inscription will be indelibly
marked on the label.

Each MCP will be provided with the following accessories :

If not of the press to break type glass or pull type, an iron hammer of sufficient weight
suitable for breaking the glass cover. The iron hammer will be attached to the MCP
enclosure by means of non-corrodable iron chain of sufficient length and play to
facilitate easy breaking of the glass. A hook to support the hammer will also be
provided on the MCP.

An identification plate, with a tag number. The tag number will be identical to that
displayed on the fire alarm panel.

Compression type nickel plated brass cable glands on the external enclosure for the
connecting cables. Suitable knock outs will be provided on both the top and bottom
surfaces of the enclosure to facilitate either top or bottom entry of cables. The degree
of protection will remain intact with knockouts in place.

Terminal blocks with the required number of terminals for connecting external cables.

Earthing studs (if the enclosure is metallic and the operating voltage is greater than 24
V) suitable for connecting to the Purchasers earthing conductor.

SEAL & SIGNATURE OF BIDDER 149


The MCP will be addressable type having the following features :

Individual addressing capability on the control unit to facilitate precise location of fire /
manual call point actuated.

Continuous monitoring of individual manual call point and operating conditions /


healthiness.

1.1 MIMIC PANEL:


A mimic panel shall be provided at each floor lobby indicating all the four/more zones
and it shall give the location of fire. It shall consist of an architectural layout of the
each zone/wing of Protected area.

Each symbolic detector / component or equipment on the mimic panel shall be fitted
with LED to give indication of alarm in case of detector signify operation of equipment.

The mimic panel shall be of adequate size to give clarity to the fire protection personal
and its size and layout be subject to the approval of the Engineers in charge.

SEAL & SIGNATURE OF BIDDER 150


Sub Section E (IBMS and BAS): High Sensitivity very Early Smoke Detection Alarm System

SCOPE
This document provides specification details of the VESDA Laser PLUS/COMPACT aspirating
smoke etection products to supply,install and commissioning .

1.01 General

A Very Early Smoke Detection System similar to the VESDA LaserPLUS/compact System shall
be installed throughout the areas nominated on the drawings.The system shall consist of highly
sensitive LASER-based Smoke Detectors with aspirators connected to networks of sampling pipes.
When required, an optional Display unit shall be provided to monitor each detector, and a
Programmer shall be supplied to configure the system.

1.02 Approvals
The Very Early Smoke Detection System must be of a type submitted to, tested, approved, and/or
listed by:
AFNOR (Association Francaise de Normalisation), France
FM (Factory Mutual), US
LPCB (Loss Prevention Certification Board), UK
NTC (National Test Centre), China
SSL (Scientific Services Laboratory), Australia
UL (Underwriters Laboratories Inc), US
ULC (Underwriters Laboratories Canada), Canada
VdS (Verband der Sachversicherer e.V.), Germany

1.03 Codes, Standards or Regulations

The entire installation shall be installed to comply with one or more of the following codes or
standards:
AS 1670, AS1603 NZ Part 2, 4, 8, ASNZS 3000
British Fire Protection Systems Association, Code of Practice for Category 1 Aspirating
Detection Systems
British Standards, BS 5839 Part 1 or BS 6266
NFPA Standards, US
NEC Standards, US
NZ 4512 1994
Local codes and standards
Year 2000 compliancy standards including, LPS2000, GTE PA96014T

1.04 System Description

1.04.1 Design Requirements


Shall consist of a highly sensitive LASER-based smoke detector, aspirator, and filter.

SEAL & SIGNATURE OF BIDDER 151


It shall be modular, with each detector optionally monitored by a Display featuring LEDs
and a sounder. The system shall be configured by a Programmer that is either integral to
the system, portable or PC based.
The system shall allow programming of:
four smoke threshold alarm levels;
time delays;
faults including airflow, detector, power, filter and network as well as an
indication of the urgency of the fault;
seven or more configurable relay outputs for remote indication of alarm and
fault conditions.
1. It shall consist of an air sampling pipe network to transport air to the detection system,
supported by calculations from a computer-based design modelling tool.
2. Optional equipment may include intelligent remote displays and/or a high level interface
with the building fire alarm system, or a dedicated VESDA System Management (VSM)
graphics package.
3. Performance Requirements
Shall be tested and approved to cover up to 2,000 sq.m.

Shall be approved to provide very early smoke detection and provide four output levels
corresponding to Alert, Action, Fire 1 and Fire 2. These levels shall be programmable and able to
be set at sensitivities ranging from 0.005 20% obsc/m.
Shall report any fault on the unit by using configurable fault output relays or via VSM.
Shall be self monitoring for filter contamination.
Shall incorporate a flow sensor in each pipe and provide staged airflow faults.

1.05 Submittals
Product data and site drawings shall be submitted and shall include pipe layout, operational
calculations (ASPIRE) and performance criteria.
A copy of the manufacturers installation, operation and maintenance manuals shall be supplied
upon completion of the installation.
System commissioning data shall be supplied (in a format recommended by the manufacturer and
per the instructions provided by the manufacturer) within 30 days of completion of the installation.

1.06 Quality Assurance

1.06.1 Qualifications

Both Light Scattering and Particle Counting shall be utilised in this device as follows:
The Laser Detection Chamber shall be of the mass Light Scattering type and capable of detecting a
wide range of smoke particle types of varying size. A particle counting method shall be employed
for the purposes of
preventing large particles from affecting the true smoke reading monitoring contamination of the
filter (dust & dirt etc.) to automatically notify when maintenance is required.
Note: The Particle counting circuitry shall not be used for the purpose of smoke density
measurement.
The Laser Detection Chamber shall incorporate a separate secondary clean air feed from the filter;
providing clean air barriers across critical detector optics to eliminate internal detector
contamination.

SEAL & SIGNATURE OF BIDDER 152


The detector shall not use adaptive algorithms to adjust the sensitivity from that set during
commissioning. A learning tool shall be provided to ensure the best selection of appropriate alarm
thresholds during the commissioning process.
Equipment Supplier
The equipment supplier shall be authorised and trained by the manufacturer to calculate/design,
install, test and maintain the air sampling system and shall be able to produce a certificate stating
such on request.
Detector Assembly

The Detector, Filter, Aspirator and Relay Outputs shall be housed in a mounting box and shall be
arranged in such a way that air is drawn from the fire risk and a sample passed through the Dual
Stage Filter and Detector by the Aspirator.
The Detector shall be LASER-based type and shall have an obscuration sensitivity range of 0.005
20% obs/m.
The Detector shall have four independent field programmable smoke alarm thresholds across its
sensitivity range with adjustable time delays for each threshold between 0-60 seconds.
The Detector shall also incorporate facilities to transmit the following faults
Detector
Air flow
Filter
System
Zone
Network
Power
Urgent and Minor faults. Minor faults shall be considered as servicing or maintenance signals.
Urgent faults indicate the unit may not be able to detect smoke.
The detector shall have four in-line sample pipe inlets and must contain a flow sensor for each pipe
inlet. Both Minor and Urgent flow faults can be reported.
The filter must be a two-stage disposable filter cartridge. The first stage shall be capable of
filtering particles in excess of 20 microns from the air sample. The second stage shall be ultra- fine,
removing more than 99% of contaminant particles of 0.3microns or larger, to provide a clean air
barrier around the detectors optics to prevent contamination and increase service life.
The aspirator shall be a purpose-designed rotary vane air pump. It shall be capable of allowing for
multiple sampling pipe runs up to 200m in total, (4 pipe runs per detector) with a transport time of
less than 90 seconds or as appropriate codes dictate.
The Assembly must contain relays for alarm and fault conditions. The relays shall be software
programmable to the required functions. The relays must be rated at 2 AMP at 30 VDC. Remote
relays shall be offered as an option and either configured to replicate those on the detector or
programmed differently.
The Assembly shall be able to be surface mounted to a wall or recessed in the wall cavity (the unit
may be inverted in either option).
The assembly shall have built-in event and smoke logging. It shall store smoke levels, alarm
conditions, operator actions and faults. The date and time of each even shall be recorded. Each
detector (zone) shall be capable of storing up to 18,000 events and does not require the presence of
a display in order to do so.

SEAL & SIGNATURE OF BIDDER 153


2.0 to 2.03- deleted
2.04 Displays

When required, a detector Display module may be located within the detector, a remote mounting
box or a 19 inch remote rack.
Each Display shall provide the following features at a minimum:
A 20 segment bargraph display.
Four independent high intensity alarm indicators, Alert, Action, Fire 1 and Fire2,
corresponding to the four alarm thresholds of the detector.
Alarm threshold indicators for Alert, Action and Fire 1.
Detector fault and airflow fault indicators.
Faults originating in the particular VLP zone (Zone Fault) shall be distinguished from those
produced by the overall smoke detection system and from those resulting from network wiring
errors (Network Fault). LED indicators shall be provided for each fault category.
Minor and urgent fault LED indicators.
A remotely mounted Display may be optionally equipped with 7 or 12 configurable relays for
signalling alarm and fault conditions.
Four buttons supporting the following features:
Mode/Test - Scrolls through the information on the Displays digital display: Sensitivity (Fire 1
Threshold setting), current smoke level and VLP Zone number. When pressed and held
initiates a lamp test on the individual display module.
Silence - Silences all devices on the system
Reset - Unlatches all latched alarm conditions on the assigned VLP zone.
Isolate - Isolates the individual VLP zone (inhibits Alarm and Fault relays and initiates Isolate
relay).

2.05 Programmers

When required, a Programmer module may be located within the detector, a remote mounting box,
a 19 inch remote rack, or in a portable hand-held unit. Alternatively, programming may be
performed using a Windows application running on a PC connected through a High Level
Interfacing unit (PC-Link HLI).
Each Programmer shall support the following features at a minimum:
Programming of any device on the Software system.
Viewing of the status of any device in the system.
Adjustment of the alarm thresholds of a nominated detector.
Setting of Day/night, weekend and holiday sensitivity threshold settings.
Multi-level password control.
Programmable latching or non-latching relay operation.
Programmable engergised or de-energised relays.
Programmable high and low flow settings for airflow supervision.
Programmable aspirator speed control.
Programmable maintenance intervals.
Facilities for referencing with time dilution compensation.
Testing of relays assigned to a specific zone to aid commissioning.

SEAL & SIGNATURE OF BIDDER 154


2.06 Device Networking Requirements

The devices in the smoke detection system shall be capable of communicating with each other via
twisted pair RS485 cable. The network shall be able to support up to 250 devices (detectors,
displays and programmers), of which at least 100 detectors can be supported.
The network shall be capable of being configured in a fault tolerant loop for both short circuit and
open circuit. Any communication faults shall be reported unambiguously and shall be clearly
attributable to an individual device or wire link in the fault messages.
PC based configuration tools shall be available to configure and manage the network of detectors.

2.07 Digital Communication Port


Shall comply with EIA RS485 Protocol. Application

Detection Alarm Levels


The laser based aspirating detection system shall have four (4) independently programmable alarm
thresholds. The four alarm levels may be used as follows:
Alarm Level 1 (Alert)
Activate a visual and audible alarm in the fire risk area.
Alarm Level 2 (Action)
Activate the electrical/electronic equipment shutdown relay and activate visual and audible
alarms in the Security Office or other appropriate location.
Alarm Level 3 (Fire 1)
Alarm Level 4 (Fire 2)
Activate a suppression system and/or other suitable countermeasures (e.g. evacuation action
or shut down of systems).

NOTE: The alarm level functions as listed are possible scenarios. Consideration should be
given to the best utilisation of these facilities for each application and the requirements of local
authorities
Initial Detection Alarm Settings
Initial settings for the alarm levels shall be determined by the requirements of the fire zone.
However, the setting for Fire 1 (Alarm Level 3) shall always appear as 100% on the bargraph
scale. Default settings of the unit shall be:
Alarm Level 1 (Alert) 0.08% Obs/m
Alarm Level 2 (Action) 0.14% Obs/m
Alarm Level 3 (Fire 1) 0.2% Obs/m
Alarm Level 4 (Fire 2) 2.0% Obs/m

Initial (factory default) Alarm Delay Thresholds


Initial (factory default) settings for the alarm delay threshold shall be:
Alarm Level 1 (Alert) 10 seconds
Alarm Level 2 (Action) 10 seconds
Alarm Level 3 (Fire 1) 10 seconds
Alarm Level 4 (Fire 2) 10 seconds
Fault Alarm 5 seconds

Fault Alarms

SEAL & SIGNATURE OF BIDDER 155


The Detector Fault relay shall be connected to the appropriate alarm zone on the Fire Alarm
Control Panel in such a way that a Detector Fault would register a fault condition on the FACP.
The Minor Fault and Isolate relays shall also be connected to the appropriate control system.
(Check local Codes, Standards or Regulations to determine whether compliance with this set-up is
required).

Power Supply and Batteries


The system shall be powered from a regulated supply of nominally 24V DC. The battery charger
and battery shall comply with the relevant Codes, Standards or Regulations. Typically 24 hours
standby battery back up is required followed by 30 minutes in an alarm condition.
Local Power Supply Standards that may apply:
ASNZ 1603 Part 4 - 1987
UL 1481 Listed (provided the power supply and standby batteries have been appropriately
sized/rated to accommodate the systems power requirements).

2.08 deleted

2.09 Sampling Pipe Design

2.09.1 Sampling Pipe


The sampling pipe shall be smooth bore with an internal diameter between 15-25mm. Normally,
pipe with an outside diameter of 25mm and internal diameter of 21mm should be used.

The pipe material should be suitable for the environment in which it is installed, or should be
the material as required by the specifying body.

All joints in the sampling pipe must be air tight and made by using solvent cement, except at entry
to the detector.
The pipe shall be identified as Aspirating Smoke Detector Pipe (or similar wording) along its entire
length at regular intervals not exceeding the manufacturers recommendation or that of local codes
and standards.
All pipes should be supported at not less than 1.5m centres, or that of the local codes or standards.

The far end of each trunk or branch pipe shall be fitted with an end cap and drilled with a hole
appropriately sized to achieve the performance as specified and as calculated by the system design.

Sampling Holes
Sampling holes of 2mm, or otherwise appropriately sized holes (see Section 3.03), shall not be
separated by more than the maximum distance allowable for conventional point detectors as
specified in the local code or standard. Intervals may vary according to calculations.
Each sampling point shall be identified in accordance with Codes or Standards.
Consideration shall be given to the manufacturers recommendations and standards in relation to
the number of Sampling Points and the distance of the Sampling Points from the ceiling or roof
structure and forced ventilation systems.

SEAL & SIGNATURE OF BIDDER 156


3. INSTALLATION

3.01 The Detection system


The contractor shall install the system in accordance with the manufacturer'
s System
Design Manual.

3.02 The Capillary Sampling Network


Where false ceilings are installed, the sampling pipe shall be installed above the ceiling, and
Capillary Sampling Points shall be installed on the ceiling and connected by means of a
capillary tube.
The minimum internal diameter of the Capillary tube shall be 5mm, the maximum length of the
Capillary tube shall be 2m unless the manufacturer in consultation with the engineer have
specified otherwise.
The Capillary tube shall terminate at a Ceiling Sampling Point specifically designed and
approved by the manufacturer. The performance characteristics of the Sampling Points shall be
taken into account during the system design.

3.03 Air Sampling Pipe Network Calculations


Air Sampling Pipe Network Calculations shall be provided by a sampling pipe aspiration
modelling program . Pipework calculations shall be supplied with the proposed pipe layout design
to indicate the following performance criteria:
Transport Time
The manufacturers recommended transport time (time taken for the smoke to enter the pipe and
reach the detector) for the least favourable sampling point is 60 seconds or less.
Local codes or end users standards may also apply. For example:

AS1670, Part 1 Australia 90 Seconds


NFPA72 US 120 Seconds
BFPSA Code of Practice UK 120 Seconds
The maximum transport time must never exceed the local codes.

Balance %

The sample point balance for the pipe shall not be less than 70% as indicated by ASPIRE. That is,
the volume of air drawn from the last sampling point shall not be less than 70% of the average
volume of air through the other holes.

Share %
The sample hole share for the pipe shall not be less that 70% as indicated by ASPIRE. That is, the
sum volume of air drawn through the sampling holes must always be greater than 70% of the total
volume of air entering the pipe (i.e. the End Vent must not exceed 30% of the total flow).

3.04 Commissioning Tests


The contractor shall allow for the manufacturers representative to attend commissioning of the
entire installation in the presence of the owner and/or its representative.
All necessary instrumentation, equipment, materials and labour shall be provided by the
Contractor.

SEAL & SIGNATURE OF BIDDER 157


The Contractor shall record all tests and system calibrations and a copy of these results shall be
retained on site in the System Log Book.

3.05 System Checks


Visually check all pipes to ensure that all joints, fittings, bends, sampling points, etc., comply
with the Specification.
Check the system to ensure the following features are operational and programmed in
accordance with the specification.
Alarm threshold levels (for both day and night settings),
Pipes in use,
Detector address,
Display address,
Time and date,
Time delays,
Air flow fault thresholds,
Display buttons operable (Mode, Silence, Reset, Isolate),
Referencing
Units set to U.S./S.I.,
Check to ensure that all ancillary warning devices operate as specified.
Check interconnection with Fire Alarm Control Panel to ensure correct operation.

3.06 Tests
Introduce Smoke into the Detector Assembly to provide a basic functional test.
Introduce smoke to the least favourable Sampling Point in each Sampling Pipe. Transport time
is not to exceed the local codes (see 3.03).
If more than two bargraph divisions illuminate under normal conditions (no smoke test), review
event log for two (2) weeks from date of commissioning and make appropriate adjustments to
the alarm and delay thresholds.
Activate the appropriate Fire Alarm zones and advise all concerned that the system is fully
operational. Fill out the log book and commissioning report accordingly.

SEAL & SIGNATURE OF BIDDER 158


Sub Section F (IBMS and BAS): Public Address System, Voice Communications System and
Emergency Voice Communication System

A) Public Address System

1.0 Objective:

The Public Address System is designed to serve the multi purpose of playing the music or
to make general announcement or to transit the fire tone under fire condition. These
different signals are transmitted through the same set of speakers hence different levels of
priorities are allotted to different signals. The music is with the least priority and the fire
tone is having next priority and the emergency announcements are having the highest
priority level.

2.0 Functionality:

2.1 All control consoles shall be placed in the IBMS room. Announcement and
background music shall be played from the IBMS room and car calling mike shall be
provided in the reception area.

2.2 An EPABX will be provided in the control center. It shall be possible to page to
designated zones within the specified group from the EPABX extensions.

2.3 The System shall have pre-recorded message to be announced in all the groups/zones
in case of fire. A signal from fire alarm panel shall initiate such announcements. This
announcement shall have highest priority.

2.4 The system shall have a chime module. The chime module shall generate two types of
signals consisting of either a two-note chime or a single gong tone to capture attention
before paging.

2.5 Normally background music shall be played in the lobbies and other common areas
paging will receive a higher priority and the highest priority shall be accorded to
emergency announcements initiated by the fire control panel.

2.6 The speakers are distributed in the entire building and are configured in different
zones. The announcement can be made in individual mode i.e. one zone at a time or to
all the speakers simultaneously in ALL CALL mode.

3.0 Components

3.1 SPEAKERS

3.1.1. Speakers are in wooden or metal enclosures. All the speakers are with its
associated line matching transformers. The speakers are interconnected in the zone
configurations. The types of speakers to be used in various areas are

I. Lift lobbies and Datacenter Area and office area with false ceiling 6 W flush
mounting ceiling ring speakers

SEAL & SIGNATURE OF BIDDER 159


II. Staircases 20 W Column speakers.

3.2 PUBLIC ADDRESSING AMPLIFIERS

These amplifiers are designed to accept the input sources i.e., Microphone/CD
Player/Fire tone generator. The output is having a 100 Volts line to take care of line
drop. The Amplifiers are stacked inside the rack system. Tone control circuit is
provided to alter the quality of the output as per the users requirement.

3.3 RACK ASSEMBLY

Rack assembly is to stack the public addressing amplifiers. This is factory prewired
and is having different channels for AC mains cable and Audio signal Cables. The
rack is provided with wheels for easy maintenance. One lockable rear door is
provided. The rack assembly is operating on 230 VAC.

3.4 CONTROL CONSOLE

The heart of the entire public addressing system is the Console. The selection of Music
or Announcements is done through the console. The system shall make provision for
dual channel output i.e both music and audio announcement shall be made for the
entire system in which either music or audio announcement shall be selected through a
hardware or software switching facility. The announcements can be made through the
control console zone wise such as Music, Fire tone or Announcements. The console is
provided with keypads on a sloped surface. The switches are having respective
LEDs.

4.0 The different modes of transmission in P.A System are as follows:

4.1 MUSIC

4.1.1. The music is through the CD Players can be fed to the amplifiers. The music
transmission is having the least priority. That is if FIRE condition occurs, then the
Alert tone overrides the music in the speaker. If any announcement is made, then
the music will be stopped till the time of announcement and continues after
pressing key.

4.1.2. To play music a separate switch MUSIC is given and by operating this switch, the
music is transmitted to tall departments/zones.

4.2 ANNOUNCEMENTS

4.2.1. Announcements can be made through the microphone and by selecting the
required zones.

4.2.2. Announcements can be made in following modes:

I. 1.Individual mode

SEAL & SIGNATURE OF BIDDER 160


II. 2.All Call mode

4.2.3. In this mode announcement can be made to all the speakers simultaneously. This
is useful when any common message to be passed to all. Also this is more
convenient and fast to address the people during emergencies.

5.0 SYSTEM INTERCONNECTION

The speakers in each zone are connected in parallel and are connected to the relay and
switching unit. The cables from each zone are separately routed and are terminated in the
relay-switching unit.

6.0 TECHNICAL SPECIFICATION

6.1 3 Disc CD changer carouses/DVD/MP3:

Program up to 30 selections from 5 different CDs Up to 3 discs can be changed while


one is playing.
Skip, search, shuffle, reappear and quick play function.
Dedicated remote control.

6.2 Dual auto reverse cassette deck:

Type: Auto reverse 4 track, 2-channel recording and playback setup, double cassette
deck.

6.3 Power Amplifier:

Type: Dual channel audio amplifiers.

6.4 Ceiling Ring Speakers: Flush mounting ceiling ring with attractive grill, spring
loaded mechanism for clamping with in built line matching transformer.
Power: 6 W with taps

6.5 Column Speakers: Suitable for wall mounting the columns shall direct sound in the
horizontal plane.
Power: 20 W with taps

B) Emergency Voice Communication System (EVC System)

1.0 Functionality:

1.1 EVC System shall provide Announcements for evacuating people during emergency
on receipt of signal from fire alarm system.

1.2 Two way communication between handsets at the following areas:

SEAL & SIGNATURE OF BIDDER 161


I. All service corridors
II. Ventilation fan, treated fresh air units room
III. All AHU room
IV. All Electrical rooms
V. All security rooms
VI. Fire control center (IBMS Room)

2.0 Components

2.1 Hand Sets

2.1.1. Handset stations shall be

I. Indoor wall / Column mounting type

II. Indoor wall / column mounting pilfer proof type and shall be provided in all
staircase area.

2.1.2. All switches shall be dust proof encapsulated micro-switches. The relays shall be
dust proof encapsulated reed relays having guaranteed long life

2.1.3. For Desk/Wall/Pole mounting, indoor-outdoor type handset stations, the


mouthpiece receiver unit shall rest or cradle switch. On lifting the mouthpiece
receiver unit off the handset station, the cradle switch shall automatically cut out
the associated loudspeaker.

2.1.4. For Pilfer proof type handset stations, the mount piece microphone shall be
completely enclosed in the handset station.

2.1.5. Handset microphone shall be the low-impedance, dynamic type designed for
close talking and minimum acoustic feedback. The handset shall pick-up only the
operators voice, and shall shield out extraneous noise.

2.1.6. Each mouthpiece/receiver unit shall be provided with retractable-coiled cord type
of cable of length not less than two metres.

2.1.7. Handset cord shall be terminated at the mild steel box on PVC terminal blocks.

2.1.8. Handset mouthpieces shall be protected from dirt and other foreign particles by
means filters.

2.1.9. Cradle switch and all associated equipment shall be completely assembled
and wired at factory

2.1.10. Rugged weatherproof and corrosion proof enclosures, fabricated out of 2mm
mild steel sheets shall be provided for handset stations. Wall/Pole mounting
facility shall be provided on the enclosure, earthing terminal, cable glands for
terminating cables shall be provided.

SEAL & SIGNATURE OF BIDDER 162


2.1.11. The handset stations shall have an enclosure with a clear indication as
Emergency Communications Centre. Access to this shall be only by authorised
fire alarm personnel.

2.2 EVC CONTROL PANEL

2.2.1. The EVC control panel shall have the following features:

I. Continuous monitoring of the telephone circuits and trouble indications.


II. Announcements /Instructions to selected speakers
III. Indication- audio & visual when any handset station is activated
IV. EVC shall have provision for making pre recorded evacuation messages on getting
signal from fire alarm system and it shall stop when it is reset at the fire alarm
panel. It shall also be possible to over ride this and make an impromptu
announcement from the IBMS Control room.

2.3 WIRING

2.3.1. Microphone level circuits, line level circuits, loudspeaker circuits and power
circuits shall run in separate conduits. The conduits shall be medium duty PVC
when run concealed and metal conduit when run exposed.

2.3.2. All audio lines, including microphone, line level and loud-speaker lines shall be
floating with respect to ground, neither side of the audio lines shall be grounded.
No equipment employing single ended input shall be used in the system. If
equipment has a single ended input, it must be provided with an input transformer
to provide for floating condition.

2.3.3. Cables for both internal wiring and external connections shall be of high
conductivity stranded annealed copper conductor. PVC insulated, Extruded PVC
inner sheathed, overall extruded PVC sheathed conforming to applicable standard.
Voltage grade, size, no. of cores and screening shall be consistent with circuit
requirements and shall be furnished by the CONTRACTOR. All outdoor cables
shall be armoured.

2.3.4. The cables shall be run in cable trays in the communication shaft and in conduits
upto the handsets/loudspeakers in each floor. The installation of the cable trays and
conduits shall be in line with the requirements given in the electrical installation
write-up.

SEAL & SIGNATURE OF BIDDER 163


Sub Section G (IBMS and BAS): Access Control System

1.0 OBJECTIVE:

The objective is to prevent unauthorized entry in to the facilities and keep track of the
occupancy of the building all the time.

2.0 Functionality:

2.1 The system shall be designed and implemented to provide following the functionality:

I. Controlled Entries to defined access points


II. Controlled exits from defined access points
III. Controlled entries and exits for visitors.
IV. Configurable system for user defined access policy for each access point
V. Record, report and archive each and every activity (permission granted and / or
rejected) for each access point.
VI. Users defined reporting and log formats.
VII. Fail safe operation in case of no-power condition and abnormal condition such as
fire, theft, intrusion, loss of access control, etc.
VIII. Day, Date, Time and duration based access rights shall be user configurable for
each access point and for each user.
IX. One user can have different policy / access rights for different access points.
X. It should be possible to use the access devices like biometrics, proximity card
readers, push buttons, manual switches, etc. in user defined combination for any
and all of the access points.

2.2 Access control system shall be designed and integrated with the access gates /
doors.

2.3 System offered shall use the reliable devices to provide trouble free operation.
System shall be compatible to the Proximity cards to be provided by the Bidder.
System should have anti-pass back feature with time scheduling and zonal access
defined.

2.4 The system should provide facility to generate reports based on but not limited to,
card number / card reader /date wise/ consolidated report.

3.0 Components:

3.1 Application Software: The application software shall mean the access & time
management software that shall be supplied together with the system in order to
provide a Graphical User Interface (GUI) for human machine interface. It shall be
same for both biometric and Proximity.

3.2 Door Controller: Suitable Door Controller system shall be provided. The door
controller system must be intelligent and capable of controlling one door having IN
and OUT interface. Bidder to ensure that single point of failure shall affect the
corresponding access door only. The door controller system shall store in its memory
all the system parameters & card databases and shall be virtually independent of the
network server for its regular operations. It shall also update the network server of the
card entry / exit transaction data with time & date stamp when the network is online. If
the network is off line, the door controller system shall store such data in its internal

SEAL & SIGNATURE OF BIDDER 164


memory & transfer the same to the server as and when it comes back on line. The
controllers shall be connected over a network and the network shall be connected to
PDM. The controllers shall be interlocked with the fire alarm system to release the
access door in the event of fire.

3.3 Proximity Card Reader: The unit shall be capable of reading the card without
physical contact. The card reader shall only read the card data & pass it on to the
door controller system for validation. The card reader, on its own may not take any
decisions for granting / denying the access. Card reader shall have keypad for PIN
facility and palm/thumb read for biometric as required. Two-factor authentication is
envisaged for entry to the access points. Card reader shall have the indications for
entry granted, entry denied and reader fault.

3.4 Proximity Card Reader with Keypad: The unit shall be capable of reading the card
without physical contact. The card reader shall only read the card data & pass it on to
the door controller system for validation. The card reader, on its own may not take
any decisions for granting / denying the access. The Card Reader shall have a
RED/GREEN Led Indication to highlight the User Access. The card Reader must be
slim and capable of directly mounting on the provided surface. The card reader must
be able to communicate with the controller employing a RS232 Format. The Card
Reader will have a Keypad/reader on the front facia for the PIN/biometric. The
PIN/biometric information will be used for verification of the user along with the Card
INPUT.

3.5 Proximity Card: The proximity card shall mean the access card that is capable of
being read without a direct contact by the proximity card reader. The card numbers
shall be unique to each card & the systems at each facility shall permit access only to
select card numbers, based on the programming.

3.6 Deleted

3.6 Biometric Cum Proximity Reader

a) The Biometric Reader shall provide anti pass back solution for proximity
card reader by requiring a valid finger print for each card.
b) The unit shall store more than 4000 fingerprints.
c) The unit shall have various communication option viz. RS 485, RS 232 &
Wiegand.
d) The unit should not take more than 3 Sec for enrollment of Finger Prints.
e) Verification Time should be less than 1 Sec
f) The unit shall use Advanced Technology to maintain fingerprints
verification accuracy with dirt, cut, scarred, aged, wet & dry finger prints.
g) It shall be possible to enroll or delete card in proximity mode or in Network
mode.
h) Users Original Fingerprints enrollments shall be maintained & employable
across a variety of Finger Prints imaging devices
i)

3.8 Door Position Sensors


Door position sensors shall be non contact type magnetic switches.

SEAL & SIGNATURE OF BIDDER 165


a) The position sensor shall consist of the magnetic device and the switching device both of
which shall be recessed (flush); the magnet in the door and the switch in the style around
the door.

b) The sensor shall withstand applications where doors / windows are subject to jarring and
vibrations.

c) The switch shall provide an SPDT contact which shall be rated for at least 1Amp @
24vac/dc.

d) The contacts shall not be subject to sticking or freezing in seldom used doors.

e) Contact transfer time shall be 10 milliseconds or better.

f) The sensor shall be hermetically sealed and shall work in moist or dusty environments.

g) Maximum spacing between the magnet and the switch without any degradation in the
sensors performance shall be at least 1(one) inch.

6.4 Electromagnetic Locks

a) Electromagnetic locks shall comprise of the electromagnet which mounts on the fixed
frame and a strike plate which shall be mounted on the moving door or gate. The lock
housings shall be vandal resistant and shall have an aesthetic appearance.

b) The lock shall come in a stainless steel case and all ferrous metal surfaces

c) The locks shall have built in mechanisms for reversing residual magnetism to ensure that
the locks release instantly and fully on deactivation.

d) They shall also have built in mechanisms to suppress inductive kickbacks and EMI so that
there is no arching over the switches or any interference with any nearby devices and also
mechanisms to avoid stickiness due to ferrous metal aging.

e) The force offered by the electromagnet to secure the door shall be at least 300lbs.
f) The electromagnetic lock shall be suitable for mounting on both doors as well as outdoor
gates
g) The locks shall be low power consuming with a typical consumption of 250mA @ 12vdc
(or 125mA @ 24vdc)

SEAL & SIGNATURE OF BIDDER 166


Sub Section H (IBMS and BAS): Water Leak Detection System

1.0 General:

1.1 Water leak detection System shall be designed to protect the Air-conditioned premises
and to alert the personnel about the leak in the AC systems. The system shall be
capable of interfacing to Water leak detection sensors, condensation sensors & I/O
modules.

1.2 The system shall also be designed to trip the AC when the sensor is activated. Events
should be clearly reported on LCD/LED display with full English language description
of the nature of the fault in the panel.

2.0 COMPONENTS

2.1 The Water leak detection system shall comprise of Cable Sensors, Water Leak
detection modules, Condensation detectors, I/O modules and sounders all connected to
a Control Panel.

2.2 Control Panel

2.2.1. The control panel shall be Computerized 16 zone multiplex controller with a
facility to add on dialer and speech processor. The system shall be programmed,
armed or disarmed through a control key pad. The control key pad shall have a 16
character LCD display for viewing various events. The code to arm or disarm the
system shall be changed only by entering a master code.

2.2.2. The system shall have 16 zones and all the detectors shall be connected through a
2-core cable. Each area of the premises shall be divided into specific zones such
that the user if required shall isolate any zone. A maintenance free rechargeable
battery to take care of systems power requirements whenever power fails shall
back up the entire system. The system shall be totally tamper proof and shall
activate an alarm if the control panel is opened, the sensors tampered with or if the
system cables are cut even in the disarmed state. The system shall log 500 events
and optionally printer shall be connected for generating reports.

2.2.3. The Detectors, I/O Modules, Remote Keypads and other Devices shall be
connected to a system on a single 2/4/6 Core Cable Bus to avoid individual cabling
of zones. The system shall have a Buffer memory of minimum 250 events and log
each event with exact date and time. The controller shall have a Serial Port for
connecting to a computer.

2.2.4. The controller shall work on 220/240V AC power supply and it shall also have a
built in battery backup. A lithium battery shall back up the memory inside the
controller. The controller shall work effectively over a temperature range of - 10
Deg. C to + 55 Deg. C. and 0 to 90% of Humidity.

2.2.5. The panel should have the facility to interface with an automatic two-channel
programmable speech dialer for verbal reporting of any alarm condition. It shall be

SEAL & SIGNATURE OF BIDDER 167


able to call four telephone numbers per channel. The programmable speech dialer
shall have two alarm inputs and shall provide listen-in capabilities through the
built-in microphone. The dialer shall have a built-in keypad for easy operation,
programming and voice recording.

2.2.6. The system shall be totally tamperproof and shall activate an alarm if the control
panel is opened, the sensors tampered with or if the system cables are cut even in
the disarmed state.

2.3 Water Leak Detection Sensors

2.3.1. Water Leak Detection sensors shall be able to mount in DIN rails, inside AHUs,
power distribution units or other equipment where localized leak detection is
required. The detectors shall be resistant to oxidation and erosion. The detector
shall have relay output for connection to the controller. LED alarm indication shall
also be provided. The detectors shall operate in AC or DC supply.

2.4 Cable Sensors

2.4.1. Cable sensors for use with water leak detectors shall be covered with plastic
netting to prevent short circuits when used in metal trays or conduits, and enables
the cable to be folded at right angles to allow easy routing.

2.5 Sounder

2.5.1. The sounder shall give audible alarm when any sensor operates. It shall be
complete with electronic oscillations, magnetic coil (sound coil) and accessories
ready for mounting (fixing). The sound output from the Hooter should not be less
than 85 decibels at the source point.

2.6 Glass Break Sensors

2.6.1. The sensor shall be capable of detecting glass break and signal the control panel. It
shall have the capability to differentiate real alarm form false alarm.

2.6.2. The Glass break sensor shall utilise advanced algorithm/technique such as CAIR
technology (Computerized Acoustic Image Recognition). The Sensor shall have
software controlled Digital Signal Processing circuitry so that a multistage
statistical analysis shall be done before deciding between false and real alarm.
Diagnostic self test shall be done periodically to verify the electronic circuitry
functions.

SEAL & SIGNATURE OF BIDDER 168


Sub Section I (IBMS and BAS): CCTV

1.0 Functionality

1.1 The system is required to monitor the Facility on continuous basis for the movement of
people within and around the Facility.

1.2 The primary purpose of the system is to sense the abnormal movement / behavior of
the people so that the security and the concerned Facility operation staff can be alerted
in case of abnormal behavior. This also provides the recording of the abnormal events
such as fire, intrusion, etc.

1.3 To provide clear & accurate indication of an intruder or abnormal movement within
and around the Facility.

1.4 Activities to be recorded and the archival to be kept for at least 30 days. System should
include automatic back up to suitable device at regular (configurable) interval. Such
recording shall be kept for analysis at a later date.

1.5 The Closed Circuit Television System (CCTV system) shall provide an on-line display
of video images on monitor.

1.6 Cameras with suitable lenses should be strategically located to view specific areas of
interest.

1.7 Bidder to specifically ensure that the CCTV system shall accurately cover the areas of
interest and serve the intended security purpose by providing clear and accurate image
display on the video monitor at Security Room and Facility Managers room, during
all the climatic conditions.

1.8 Cameras ancillary equipment shall be selected considering the levels of natural and
artificial lights.

1.9 Automatic video recording for the cameras displaying image of the area for which
Access Control System has generated an alarm shall be provided. Also, such cameras
shall be automatically selected on to one of the Monitors in the BMS room, Reception,
Datacenter Manager room.

1.10 The CCTV system shall be based on the use of fixed cameras integrated dome cameras
(fixed) and integrated pan/tilt/zoom cameras that can be controlled from monitor
location.

1.11 The CCTV System shall be based on 625 lines 2:1 interlaced and shall be compatible
with the national and local TV broadcasting standards.

2.0 Components

SEAL & SIGNATURE OF BIDDER 169


2.1 Vari-focal Dome Camera

The Dome camera unit shall be 1/3 CCD Colour Dome camera and shall provide a
minimum of 480 TV lines resolution. It shall have built-in 4-9mm varifocal lens The
complete unit shall be housed in a integrated dome and base unit, both preferably made
from injection moulded plastic. It shall be possible to adjust the camera head inside the
dome in both the planes so that it can be wall or ceiling mounted. The camera shall
operate on 24 V AC or 12 volts D.C.

2.2 Hi-Speed Pan / Tilt / Zoom Color Dome camera

2.2.1. The Dome camera system would be consisting of a image format, DSP color
CCD camera with a 18X Optical zoom and 12X digital zoom auto-iris lens
delivering the power of 300X zoom to ensure that the finest details are captured.
The Unit shall have a camera with 480 TV lines and auto focus lens, a high-speed
pan/tilt in a dome enclosure. The High speed dome shall have an integral RS-485
communication channel for direct control via the multiplexer.

2.2.2. The auto dome shall contain an integral 360-degree pan/tilt device. This variable
speed pan/tilt shall be capable of operating in the manual mode to speeds up to 150
degree per second (variable speed). The camera shall operate on 24 volts A.C. The
auto dome system shall be compatible with the multiplexer.

2.2.3. Monitors:

There shall be total of 2 (14 and 21) monitors for each Digital Video Recorder
one to view the multiplexed (21) output second to view the switched (14). This
monitor should be located in the main control room. The monitor shall be
positioned such that room lights and windows are minimized.

Plasma Television:

Size 42 diagonal
Resolution 1024 x 768 Pixels MINIMUM
Voltage 230 V AC
Mounting type Suitable for Wall /floor/ceiling mounting
Remote control To be provided
Built in speaker To be provided - 2 nos
Input Composite video, S Video, SVGA, Co-axial
cable, Stereo Audio in and suitable PC input
(15 Pin)

Output 4 Audio out, Video out


Power Cord To be provide with earth pin.
2.2.4. The monitors may also be built in to the control desk as appropriate.

2.2.5. Each of the monitors used at the main control room and operator status shall have
the following basic minimum requirements.

SEAL & SIGNATURE OF BIDDER 170


I. The monitor shall be suitable for use as desktop units.

II. The monitors shall be high-resolution video monitors. The monitor shall have a
bandwidth of at least 10 MHz (-3dB) and a horizontal resolution in the center of
the picture 650 lines in the case of color monitor.

III. The monitors shall have the facilities to loop the video signal through the other
monitor.

IV. Each monitor shall have local control knobs and remote control equipment and
panel for monitor controls associated with power on/off switch standby on/off
switch and for adjustment brightness, contrast, horizontal hold, vertical hold etc.

V. Monitor shall be suitable for use as desktop units or can be rack mounted with
suitable racks as appropriate.

2.3 VIDEO & TELEMETRY CABLES:

2.3.1. The video signal shall be transmitted using co-axial cable and control of all zoom
lens and Pan-Tilt functions through twisted pair interconnected between receiver
and DVR.

2.3.2. The cable shall be shielded or provided with facilities to avoid interference
between signals.

2.4 CABINETS:

2.4.1. CCTV cabinets shall be provided near set of monitors. The cable from the cameras
shall be terminated in this cabinet from where these signals are distributed to the
monitors.

2.4.2. All necessary video amplifiers, interfaces etc., that forms the part of the CCTV
system shall be installed in the cabinet.

2.5 Digital video recorder

2.5.1. The digital video recorder shall provide a high quality recorder capable of storage
and play back of images from at a rate of up to 400FPS(PAL) and shall posses an
internal watchdog, duplex operation, windows 2000 Operating system,
watermarking of each frame, 8 alarm inputs, software configurable video motion
detection and scheduled event recording.

2.5.2. The digital recorder shall comply or exceed the following design and performance
specifications:

I. The digital recorder shall have 4 recording modes motion detection, time
lapse, alarm input or audio triggered. All modes shall be disabled and
enabled using scheduled configuration. Images shall be stored on IDE hard disks
in encrypted mpeg format.

SEAL & SIGNATURE OF BIDDER 171


II. The recorder shall be built on a Pentium P4 >1.6GHz PC based platform with
128MB RAM.

III. The recorder shall run on Windows 2000 Professional.

IV. The recorder shall provide PAL or NTSC output, with recording resolutions of
320 X 240 or 640 X 480. The compressed image size shall vary from 5kB to
25kB depending on configuration.

V. The recorder shall provide 8 or 16 camera inputs and shall have a refresh rate of
up to 400FPS.

VI. The recorder shall be a full duplex recorder type with 8 or 16 camera inputs and
shall have the ability to control PTZ functions

VII. The recorder shall allow cameras to be viewed on screen in 1,4,9 or a variety of
multi screen modes.

VIII. The recorder shall support simultaneous playback and record full duplex
operation.

IX. The recorder shall have the facility for each hour to be divided into 4 time zones
and programmed separately. This shall provide 96 time zones per day, complete
schedule runs for 1 week before it repeats itself. In addition to this 4 groups
shall be programmable which shall enable up to 4 different recording speeds for
each recording mode for each camera.

X. The recorder shall have the feature of an internal hardware watchdog.

XI. The recorder shall have password protections for up to 7 individual users, one of
which is the administrator. The remaining 6 users shall have any combination of
the following 3 capabilities. (1) PTZ control (2) Search (3) Backup. In addition
to this any combination of the recording cameras shall be enabled or disabled
for each user.

XII. The recorder shall provide programmable motion detection. Each camera shall
be customized for specific motion triggered recording rates with up to 50 areas
of motion and any one of 10 levels of sensitivity.

XIII. The recorder shall have 8 hard-wired alarm inputs, which shall be capable of
configuring globally as normally open or normally closed. each of these inputs
shall be assigned to any or all of the cameras to trigger recording at custom
record rates. up to 5 seconds of pre-alarm shall also be available on each
camera.

XIV. The recorder shall provide 8 dry contact outputs, each of which shall be
associated with any or all of the camera inputs and/or alarm inputs.

XV. The recorder shall provide an extremely flexible scheduling on a week-by-week


basis. Each 24-hour period shall be divided into 15-minute blocks enabling

SEAL & SIGNATURE OF BIDDER 172


different configurations of recording triggers to be available during each 15-
minute period.

XVI. The recorder shall provide 16 video inputs. It shall also have an additional
feature of 29-way D-type comport connectors, 2 mini din connectors for a PS2
mouse and keyboard, 15 ping VGA port for a monitor, a 25 pin printer port, 1 or
2 BNC spot monitor outputs (depending on model) and an RJ45 connector for
networking. It shall also provide 8 push in connectors for alarm inputs and 8 for
digital outputs.

XVII. The recorder shall provide onscreen controls for operation of PTZ cameras. All
fully functional cameras shall be controlled via a PC comport which shall use an
additional converter to communicate via RS485/422

XVIII. The recorder shall provide an Ethernet port as standard. If required in addition
free client software shall supplied which enables remote control and
connectivity via TCP/IP.

XIX. The recorder shall be tested to comply with FCC regulations.

XX. The recorder shall provide high quality recording in NTSC or PAL format at up
to 640 X 480 pixels per image. Recording speed should be atleast 240 fps.

XXI. The recorder shall provide a 32-bit true color (>16 million) at a screen
resolution of 1024 X 768

XXII. The recorder shall have a built in watchdog that will automatically restart after a
power failure and begins to record as per its configured settings.

XXIII. The recorder shall provide the ability to manually back up recorded data to
hard disk or CD while the unit continues to record.

XXIV. The recorder shall provide up to eight 120GB internal hard disk drives or up to
several Terabytes using external RAID for extending the recording time.

XXV. The recorder shall be programmed using a keyboard and mouse via on screen
menus.

XXVI. The recording of the recorders is watermarked and encrypted requiring backup
software to open and view them. In addition, images backed up in bitmap or
JPEG format can be verified for authenticity

XXVII. The recorder shall be suitable for mounting on a standard 19 rack.

XXVIII. There shall be a network management Digital Video Recorder (DVR) if more
than DVR is required to allow viewing of cameras from multiple DVRs in any
combination.

SEAL & SIGNATURE OF BIDDER 173


Sub Section J (IBMS and BAS): FM 200/HFC 227 gas Suppression System

1.0 Scope of Tender

1.1 The contractor shall supply, install, test and put in operation FM 200/HFC 227 based
fire suppression system. The fire suppression system shall include and not be limited
to gas release control panel, CCOE approved seamless cylinders, discharge valve
(with solenoid or pneumatic actuator) as the case may be, discharge pipe, non-return
valve and all other accessories required to provide a complete operation system
meeting applicable requirements of NFPA 2001 or ISO standards and installed in
compliance with all applicable requirements of the local codes and standards.

1.2 The system design should be based on the specifications contained herein, NFPA
2001 & in accordance with the requirements specified in the design manual of the
agent. The bidder shall confirm compliance to the above along with their bid.

1.3 The system shall be properly filled and supplied by an approved OEM (Original
Equipment Manufacturer)

1.4 Whereever FM 200 is mentioned It shall also mean the generic agent HFC 227

2.0 Design and Engineering:

2.1 FM 200 systems shall be designed taking the minimum design concentration of 7.0%
(0.548 gm/m) as applicable to class '
A'risks.

2.2 The system design must consider the limitations caused by the void height. The
bidder should clearly indicate the qty. of the gas in Kgs. to be used for the system. All
voids within each hazard shall be discharged simultaneously. Each hazard shall have
an independent system, unless otherwise specifically stated, when a centralized
system with directional valves can be used.

2.3 FM 200 systems shall have a working pressure of 25 /42 bar.

2.4 A fill density between 0.85 Kg /Lit. to 1.1 Kg/Lit. should be considered for the agent to
be discharged within the specified time of 10 seconds.

2.5 The system engineering company should carry out the piping Isometric design and
validate the same with a hydraulic flow calculation generated by using the agent' s
design software. The appropriate fill density to be arrived at based on the same.

3.0 FM 200 Authentication

A certification (from the manufacturer of the agent or their direct distributor) on the
genuinity and quality of the agent filled in the system procured should be submitted.

4.0 Refilling and Maintenance

In case of any leakage or accidental discharge of the agent, it should be possible to refill the
cylinders in India itself. The contractor should indicate the source of refilling and time that will
be taken for refilling and replacement.

SEAL & SIGNATURE OF BIDDER 174


5.0 Discharge Time

After ascertaining the discharge status on manual intervention the gas has to be fully
discharged within 10 seconds for effective quenching of fire as per the relevant standards,
the contractor has to ensure that the design meets this requirement. Once the discharge
takes place there should be warning signs restricting personal from entering the protected
area until the gas has been cleared from the area.

6.0 Materials and Equipments

6.1 All materials and equipments shall be from approved manufacturers and shall be
suitable for the performance of their respective functions.

6.2 The cylinders should be complete with all accessories. The contractor shall indicate
the dimensions of the cylinders required for each area while quoting.

6.3 The number of nozzles and their positions must be chosen so that the design
concentration is established everywhere in the enclosure.

6.4 The gas release panel should have manual override and manual release lever.

7.0 Cylinder

7.1 The cylinder shall be high pressure, seamless steel gas cylinder, flat type, concave
bottom as per IS 7285 complete with neck ring. Welded and non-CCE approved
cylinders will not be accepted.

7.2 As per the regulations of the Chief Controller of Explosives (CCE) Nagpur, any
system which has a working pressure above 19 bar (280 psi) will require the use of
seamless cylinders that have been duly approved by the CCE, Nagpur.

7.3 The maximum fill density of FM 200 in a cylinder shall not be less than 0.85 kg/lit. and
not exceed 1.1 Kg/Lit. of internal volume. Appropriate fill density shall be chosen
based on the cylinder location and piping retrofit. The hydraulic calculations should
prove that the fill density is appropriate and total discharge will take place within 10
seconds.

7.4 The cylinders shall be super-pressurized with dry nitrogen to 42/25 bar at 20C. The
cylinder shall be capable of withstanding any temperature between -30 C and 70C.

7.5 Cylinder shall be mounted according to manufacturer recommendations.

7.6 The cylinder shall withstand Hydrostatic test pressure upto 250 bar and maximum
working pressure at 15C shall be 150 bar.

8.0 Valves

The discharge valve shall be approved or listed for use with FM 200. All the gaskets, O-
ring, sealant and other valve component shall be constructed of materials compatible with
the clean agent. The system should be engineered using hardware approved for use with
FM systems. This would include main discharge valve, solenoid, check valve / non-return
valve and pneumatic actuators.

SEAL & SIGNATURE OF BIDDER 175


9.0 Pipes & Fittings

All Pipes shall be of ASTM - A-106, Gr: B, schedule - 40 seamless Mild Steel Pipes and
fittings shall be as per ASTM-A-105 standard.

10.0 Discharge Nozzle

Nozzle shall control the flow of FM 200 to ensure high velocity, proper mixing in the
surrounding air and uniform distribution of the agent throughout the enclosure. The
number of nozzles and their positions must be chosen so that the design concentration is
maintained everywhere in the enclosure. Nozzle shall be located where they can be
adequately supported on walls, ceiling or structural members. Software generated
calculation supporting the nozzle design shall be submitted by the successful bidder
before signing of contract.

11.0 Documentation

11.1 The Contractor should prepare & submit the piping Isometric drawing and support the
same with a hydraulic flow calculation generated by using the agent' s design
software. The calculations shall validate the fill density assumed by the contractor.

11.2 The bidder shall also submit calculations to evidence the qty of agent considered for
the system.

11.3 The contractor must submit, along with the supply invoice, quality certificate of
authenticity/quality of the gas from the gas manufacturer supported by a gas
chromatography test report from the manufacturer of the agent with respect to sample
drawn from the corresponding production batch.

11.4 The contractor should provide, as part of handing over, the as-built drawing, operation
manual and maintenance manual. The as-built drawing shall exactly match the
Isometric drawing submitted with the flow calculation prior to commencement of work.

SEAL & SIGNATURE OF BIDDER 176


Sub Section K (IBMS and BAS): Ultrasonic Pest Repellent System

1.0 Console:

The console (controller) shall have power card with 3-pin power supply of 2.5 Mtr long.
All the subsystem shall be connected through this system. The pest repellers shall be
electronic transmitters of high frequency sound waves of above 20 Hz frequency. Each
controller shall support the minimum of 12 Satellites.

2.0 Specification for Satellites:

Each Satellite shall cover the area of minimum 300 Sqft and height of ceiling of Maximum
10 feet. The system shall be mounted in a suitable size angle wherever necessary. The
system shall be capable of withstanding the high temperature in false ceiling and low
temperature in cooled area. The system shall have self-testing facility at own with an
audible range.

SEAL & SIGNATURE OF BIDDER 177


SUB-SECTION-L

INPUT AND OUTPUT SUMMARY FOR BAS.


FUNCTI
ONS
S
l. LOCA
DESCRIPTION
N TION

O
A D D STA ALA CONTROL/
CON
AI O I O TUS RM TROL MONITORING
1 DDC TYPE - A (For chiller) - 1 No

AHU
Chillers: -3 NOS ROOM
-1 AT
3 Command from SECO
PC/DDC to the ND
* FLOO
chiller MCC R.

1 Chiller ON/OFF command. panel.


3 From chiller
*
2 Chiller ON/OFF status. panel
3 signal from A/M
*
3 Chiller Auto / Manual status. switch.
3 signal from
* potential free
4 Chiller trip status. contact.
3 signal from
* potential free
5 Motorized Vavle ON/OFF Command contact.
6 Motorized Vavle ON/OFF Status 3
Signal from
Immersion type Temp sensor for In * Immersion type
7 and out 6 Temp sensor .

Primary Chilled Water Pumps- 4


Nos
4 Command from
PC/DDC to the
*
Primary Chilled Water pumps ON / primary CHW
8 OFF command. Pumps panel.
4
Primary Chilled Water pumps ON / * Differential
9 OFF Status. pressure switch.
4
Primary Chilled Water pumps Auto / * signal from A/M
10 Manual status. switch.
4 signal from
Primary Chilled Water pumps trip * potential free
11 status. contact.
Immersion type Flow switch

*
signal For dry
12 4 run status

SEAL & SIGNATURE OF BIDDER 178


Secondary Chilled Water Pumps- 3
13 nos
3
Command from
*
Secondary CHW pumps ON / OFF PC/DDC to the
14 Command. MCC panel.
3
Secondary CHW pumps ON / OFF * Differential
15 status. pressure switch.
3 Proportional
signal from
*
Secondary CHW pumps VFD speed DDC to the VFD
16 Control. panel.

Secondary CHW pumps VFD speed * signal from


17 feedback. 3 VFD.
3
*
18 Secondary CHW pumps trip status. VFD trip status .
6
Secondary CHW pumps A/M status & * signal from A/M
19 Bypass status. switch.
3
* signal for Dry
20 Immersion type Flow switch Run status
7
Differential pressure Switch across the
*
supply & return headers.(4 nos Pr Signal from DP
21 Pump, 3 Nos Sec pump) switch for flow.
Differential
Differential pressure sensor across the * pressure
22 common supply & return headers. 2 sensor.

* Pulse O/P from


23 CHW flow measurement 1 flow meter.
1
Command from
* PC/DDC to the
24 MCC power supply status. MCC panel.
Total 12 3 51 13

2
TYPE - B ( For 1NO AHU with VFD.) -
4Nos

1 At local control RE
*
1 AHU ON/OFF Command. panel F
At local control DD
*
2 AHU ON/OFF Status. 1 panel C
At Auto / LO
* CA
3 AHU Auto/Manual Status 1 Manual switch
4 Filter status. 1 * DP switch TIO
From N
* Temparature DR
5 RA Temparature status 1 sensor AWI
* NG.
6 RA Rh status 1 From Rh sensor
*
7
CHW 2-Way Valve Control. 1 2 Way Valve

SEAL & SIGNATURE OF BIDDER 179


with Actuator
8 Fire trip status. 1 * From Fire Relay
At local control
* panel
9 Fire Damper On/Off Status 1
10 VFD speed control. 1 * At VFD Panel
11 VFD speed refference. 1 * At VFD Panel
12 VFD trip status. 1 * At VFD Panel
13 Duct static pressure sensor. 1 * Pressure sensor
14 VFD Bypass status. 1 * At VFD Panel
Total 4 2 7 1

3
TYPE - C (3 Nos AHU's/CAHU with
Starter ) - 2 Nos

At local control
*
1 AHU ON/OFF Command. 3 panel
At local control
*
2 AHU ON/OFF Status. 3 panel
At Auto /
*
3 AHU Auto/Manual Status 3 Manual switch
4 Filter status. 3 * DP switch
From REF
DDC
* Temparature LOCA
TION
5 RA Temparature status 3 sensor DRAW
ING.
6 RA Rh status 3 * From Rh sensor
2 Way Valve
*
6 CHW 2-Way Valve Control. 3 with Actuator
7 Fire trip status. 3 * From Fire Relay
At local control
* * panel
8 Fire Damper On/Off Status 3
9 Duct static pressure sensor. 3 * Pressure sensor
Total 9 3 15 3

4
TYPE -D(4 Nos CAHU's with Starter
)- 1 No

At local control REF


* DDC
1 AHU ON/OFF Command. 4 panel LOCA
TION
At local control DRAW
* ING.
2 AHU ON/OFF Status. 4 panel
At Auto /
*
3 AHU Auto/Manual Status 4 Manual switch
4 Filter status. 4 * DP switch
From
* Temparature
5 RA Temparature status 4 sensor
6 RA Rh status 4 * From Rh sensor
2 Way Valve
*
6 CHW 2-Way Valve Control. 4 with Actuator
*
7 Fire trip status. 4 From Fire Relay

SEAL & SIGNATURE OF BIDDER 180


At local control
*
8 Fire Damper On/Off Status 4 panel
9 Duct static pressure sensor. 4 * Pressure sensor
Total 12 4 20 4

5
TYPE -E (22 Nos PAC )- 1 No

At local control
panel PAC
* ROOM
AT
1ST
FLOO
1 AHU ON/OFF Command. 22 R

Total 0 0 0 22

6
TYPE -F (7 Nos PAC )- 1 No

At local control
panel PAC
ROOM
* AT
1ST
FLOO
1 AHU ON/OFF Command. 7 R

Total 0 0 0 7

The IBMS vendor to note above I/O summary before quoting for the job. The HVAC system
will be executed through a different agency during the course of the building interior jobs.

SEAL & SIGNATURE OF BIDDER 181


SUB-SECTION M
I/O SUMMARY

SECTION I: I/O LIST FOR HT/LT ELECTRICAL MONITORING

S.No. DESCRIPTION DI AI STATUS ALARM CONTROL LINK LOCATION

Signals are SUB-


SUBSTATIION FUNCTIONS to be STATION
acquired BLDG-
from Circuit HT
11KV SWITCHGEAR SIGNALS Breakers & ROOM
1.0
(HPCL HT PANEL SIDE) Relays
over serial
11 KV INCOMING VCB 630A 350 interface.
1.1
MVA Electrical
contractor
ON/OFF/Auto trip - functions shall make
3 * available
Incoming HT CBs and
voltage/current/frequency,power,M relays with
VA - Measurements 5 * RS 485
port and
1.2 MICROPROCESSOR BASED MODBUS
RELAYS - Trip circuit Un-Healthy 1 * RTU
PROTOCOL
1.3 MANUAL OPERATION STATUS -
1 *
11 KV RECEIVING VCB 630A 350
1.4
MVA

ON/OFF/trip - functions
3
Incoming HT
voltage/current/frequency,power,M
VA - Measurements 5
MANUAL OPERATION STATUS-
1.5
on/off 2

1.6 MICROPROCESSOR BASED


RELAYS - Trip circuit Un-Healthy 2
BATTERY CHARGER:

BATTERY CHARGER - Mains on/


1.7
DC supply on/fails 3 *

SEAL & SIGNATURE OF BIDDER 182


BATTERY VOLTAGE -
1.8
Measurement
1 *

S.No. DESCRIPTION DI AI STATUS ALARM CONTROL LINK LOCATION

MAIN POWER CONTROL CENTER

2.0 433 V INCOMING FEEDERS For


TRANSFORMERS
INCOMING 433 V 3200 AMPS
2.1
ACBS

2.2 ON/OFF/Auto trip - functions


3 *
Incoming LT
Signals are
2.3 voltage/current/frequency,power,M
to be
VA - Measurements 5 *
acquired
from Circuit
2.4 MICROPROCESSOR BASED Breakers &
RELAYS - Trip circuit Un-Healthy 2 * Relays
over serial
2.5 MANUAL OPERATION STATUS interface. SUB-
2 * Electrical STATION
contractor BLDG-
BUSCOUPLER: - 1 NO shall make MPCC
available ROOM
CBs and
2.6 BUS Coupler - On/off/trip relays with
3 * RS 485
MANUAL OPERATION STATUS - port and
2.7 MODBUS
On/off 2 * RTU
PROTOCOL
DG INCOMER feeders: - 2 NOS

2.8 DG INCOMER - ACBS - On/off/trip


6 *
Incoming LT
2.9 voltage/current/frequency,KW, kVA
- Measurements 15 *

3.0 MICROPROCESSOR BASED


RELAYS - Trip circuit Un-Healthy 3 *

3.1 MANUAL OPERATION STATUS-


3 *

4.0 UPS MONITORING

SEAL & SIGNATURE OF BIDDER 183


RS 485
port and
STATUS MONITORING, MODBUS Ground
VOLTAGE, CURRENT, LOAD, RTU
floor
1.0 BATTERY VOLTAGE ETC PROTOCO
6 NOS 200 AND 2 NOS 100 KVA L to be UPS
UPS - Total around 80 soft points provided by room
UPS
vendor

S.No. DESCRIPTION DI AI STATUS ALARM CONTROL LINK LOCATION

SUB-
STATION
BLDG-
RS 485 MPCC.
port and The
MODBUS wiring
KW. Voltage, Amps from each RTU shall be
feeder through DATA Load PROTOCO takenout
2.0 manager meter - Total 28 feeder L to be and
each 5 soft points = 140 soft provided by
points Electrical
terminte
vendor AT d at one
METER common
LEVEL chamber
by
electrical
* vendor.
RS 485
port and
MODBUS
RTU SUB-
DG set - ON/Off status, KW,
PROTOCO STATION
Amps, Voltage, Frequency etc
3.0 L to be BLDG-
through PLC - Approximately -
provided by MPCC
50 soft point
Electrical ROOM
vendor IN
PLC
PANEL

Total 39 31

DI = DIGITAL INPUTS AI= ANALOG INPUTS

SEAL & SIGNATURE OF BIDDER 184


SECTION-II

I/O LIST FOR /LT ELECTRICAL MONITERING

S.No. DESCRIPTION DI AI STATUS ALARM CONTROL LINK

433V OUTGOING FEEDERS - On/off/Trip


4.00
status

LIFT FEEDER- 2NOS 6


4.10 FIRE HYDRANT PANEL--1 Thorugh
3 * DDC
CHILLER NO.1,2,3, AND STAND BY controllers.
4.20 BMS vendor
FEEDER 12 *
to provide
4.30 CHILLER PUMPS PANEL - 2 NOS the controller
6 *
along with
4.40 WORKSTATION UPS- 2NOS wiring.
6 * Electrical
4.50 APFC PANEL - 2 NOS vendor to
6 * provide the
necessary
4.60 SPARES- 4 NOS
12 * Potential free
contact in
4.70 SUBSTATIION PANEL the each
3 *
breakers.
4.80 EMERGENCY LIGHTING FEEDER The wiring
3 * shall be
4.90 AC PANELS- 5 NOS takenout and
15 terminted at
one common
5.00 LIGHTING AND POWER FEEDER - 2NOS
6 chamber by
electrical
5.10 UPS FEEDERS- 2NOS vendo
6

SEAL & SIGNATURE OF BIDDER 185


SECTION-III

WATER MANAGEMENT SYSTEM I/O LIST

FUNCTIONS

Sr CONTROL/
DESCRIPTION AI DO AO STATUS ALARM CONTROL LOCATION
No. MONITORING

1 Pump ON/OFF - - 2 * THROUGH


DDC.
Pump UG SUMP
Local display
trip,ON/OFF AREA
shall be
2 status 4 - - * AND
provided
Linear levels TERRACE
indicating water
for all the OH TANK
level and
sumps and pumps status
3 tanks - 2 - *

Total 4 2 2

SEAL & SIGNATURE OF BIDDER 186


SECTION-IV

LIGHTING MANAGEMENT SYSTEM - I/O LIST


FUNCTION

Sr CONTROL /
DESCRIPTION
No. MONITORING
DI AI DO AO STATUS ALARM CONTROL LOCATION

LIGHTING
MANAGEMENT
SYSTEM -
I Controller-1
SUB
1 External Street Lighting & STATION
SUB
FAADE LIGHTING ON/OFF STATION
Contactor
shall be
provided by
the Electrical
vendor.
Controllojng
through DDC
by BMS SUB
Lighting MCCB ON/OFF 5 - 5 - * * vendor STATION

Controller-2 - 6 sets

Incomer MCCB switch


on/OFF at Ground floor, At floor level,
2 Second floor LSSB 2 2 shall be
provided by the
Electrical
vendor.
Induvidual circuit Controllojng
ON/OFF controlls - Each through DDC At floor
3 controller - 20 circuits 20 20 by BMS vendor level

TOTAL 27 - 27 -

SEAL & SIGNATURE OF BIDDER 187


SECTION-V
FIRE FIGHTING PUMPS I/O LIST

FUNCTION

Sr.No DESCRIPTION DI DO AI AO STATUS ALARM CONTROL CONROL /MONITORING

A) HYDRANT and
SPRINKLER PUMPS:

JOCKEY
PUMP: -1
1 NOS
Pump Trip
/ON/OFF
Status 3 *
HYDRANT
PUMP:- Status monitoring through
2 2NOS DDC. Suitable potential-
free contacts shall be
Pump Trip
made available by the
ON/OFF
Fire Fighting contractor
Status 6 *
SPRINLER
PUMP
STANDBY
PUMP- 2
3 NOS
Pump Trip/
ON/OFF
Status 6 *

TOTAL 15

SEAL & SIGNATURE OF BIDDER 188


SECTION-VI

I/O LIST FOR LIFTS

FUNCTION

LOCATION

Sr. CONTROL
NO DISCRIPTION SP DI AI DO AO STATUS ALARM CONTROL /MONITORING
Monitor alarm
bell status of
1 lifts 2 * -
Monitor
Fireman' s
emergency
2 operation status 2 * -
Monitor
operation of
elevator in For
'Attendant monitoring Lift
3 mode' 2 * - through machine
DDC. room
Monitor lift
under Potential free
inspection/test contacts
4 drive 2 * - shall be
Monitor lift made
5 under fire drive 2 * - available by
Elevators
supplier.
6 Trip Alarm 2 * -

7 ON/OFF Status 2 *
FLOOR LEVEL
Status(each lift
3 levels= 2 nos
8 x 3 levels) 6 *

Total 20

SEAL & SIGNATURE OF BIDDER 189


SUB-SECTION N

SITE ACCEPTANCE TESTS

The following shall be verified/conducted during SAT

1) Checking of all system for completeness of supplies for both software & hardware.

2) Checking whether guaranteed performance of individual equipment/item is achieved as per


specification.

3) Checking if installation of the complete system is as per approved drawing.

4) Checking out of the equipment installations per the owner approved installation drawings
for each equipment/item and system as a whole.

5) Checking of interconnection, hardware and software configuration, system interfaces and


overall system function. Checking self diagnostic feature on individual equipment.

6) Loop checking: Field cable termination and inter cabinet cabling and termination.

7) Field tests.

8) Commissioning and on-line debugging of the system

9) Performance of integrated system including communication to remote location.

10) Test Run

11) Test Report

B) TRIAL RUN

Vendor shall conduct trial run of his system for a minimum period of 5 days after the mechanical
completion of job. The interface among the various equipments supplied by the BMS vendor and
other vendors shall be established during these trial runs. These trial runs are conducted to verify
the satisfactory performance of the system in its entirety. In case of major failure in the system, the
trial run shall be repeated for a period of another 15 continuous days.

After trial run site acceptance test (SAT) will be conducted and system shall be handed over. The
project is deemed to be complete after the compliance of pending points of SAT.

Acceptance Testing:

A. A written acceptance test procedure (ATP) for testing the system components and

SEAL & SIGNATURE OF BIDDER 190


installation will be prepared by the contractor. The contractor shall be responsible for the performance of
the ATP, demonstrating the function of the system and verifying the correct operation of all system
components, circuits, and programming.

Documentation:
System documentation shall be supplied to the owner and shall include but not be limited to the following:

1. System record drawings and wiring details including one set of reproducible drawings, and a CD
ROM with copies of the record drawings in DXF format for use in a CAD drafting program.
2. System Operating, Installation and Maintenance Manuals.
3. System matrix showing input signals to output commands.
4. Provide a copy of the system program on a CD.

STABILIZATION PERIOD

After successful commissioning of the entire system, the system shall be observed for faultless
working for a period of 15 days. If the following subsystems remain down for more than 2 hours in
a day, the same shall be rectified by the vendor at his cost including the replacement of any
equipment/components if required and the system shall be observed for a further period of 10 days
for stabilization. These subsystems are :

1. BAS System
2. Access Control System
3. HT & LT Electrical System and UPS System
4. CCTV
5. Fire Alarm System & Aspiration Smoke Detection System
6. Gas Supression System
7. PA & EVC system
8. Water Managemnt System
9. Water Leak Detection System
10. Ultrasonic Pest Repeller System

However, during the stabilization period, incase of fault in any individual equipment which does
not result in complete break down of any of the above subsystems or any other subsystems, the
same shall be rectified within 24 hours of breakdown and restored back to operation and such fault
will not be considered as major fault. At the end of stabilization period, vendor shall handover the
entire system in fully working condition.

SEAL & SIGNATURE OF BIDDER 191


SUB-SECTION- O
COMPREHENSIVE ANNUAL MAINTENANCE CONTRACT

The equipment supplied and installed will be maintained by contractor as follows:

1.1 REGULAR SERVICE:

All equipment will be checked and serviced 12 times a year. Each such preventive
maintenance service shall mainly consist of:

Checking general functioning of all the equipment and components of Building Managemnt
system
Break down call will be attended to as and when call upon by the owner.

The following will be included in Preventive Maintenance Contract:

Free replacement of defective/worn out parts with new or serviceable parts.


Free over hauling/repairing of equipment at site/service station as and when necessary.
Reporting healthiness of the system and suggesting improvements if any
Repairs to or replacement of electrical installation like lungs, switch boards isolators,
panels, fuses, strip heaters with ammeters/voltmeters.
Any other consumable that is not exclusively mentioned above but not in the exclusion list.

1.2 RESPONSE TIME:

Any break-down call form the Owner must be attended as follows:

If the call is made before 12.00noon, the breakdown must be attended to on the same day
before 6.00 PM.
If the call is made after 12.00noon, the breakdown must be attended by the next day before
11.00 AM.

The nature of breakdown must be informed immediately to the Owner. The response time
clause must be strictly adhered to failing to which HPCL reserves to get the defects
rectified at contractors risk & cost.

1.3 PURCHASE ORDER:

A separate purchase order shall be released for comprehensive Annual Maintenance after
completion of Defect liability Period on the rates quoted by the contractor and accepted by
HPCL along with the terms and conditions mentioned herewith. For evaluation purpose
AMC rates/amount shall be considered for arriving at the lowest offer. The contractor shall
have to agree to the above.

SEAL & SIGNATURE OF BIDDER 192


SUB-SECTION- P

TECHNICAL SPECIFICATION FOR CONTROL / SIGNAL CABLES

1.0 SCOPE

This specification covers the design, manufacture, testing at works, inspection and delivery
at site of LT- Copper conductor, XLPE insulated, extruded PVC inner sheathed, armoured,
extruded FRLS outer sheathed Control and Signal cables.
2.0 CONTROL CABLES

1100 V grade multicore, 1.5sq.mm stranded Multistrand conductor, PVC insulated and
extruded PVC inner sheathed and extruded FRLS PVC outer sheathed.

3.0 CONDUCTOR

The conductor shall be stranded Annealed Tinned stranded Copper as specified in the
Schedule of Quantities. It shall be smooth, uniform in quality and free from scale and other
defects. The stranded conductor shall be clean and reasonably uniform in size and shape.
The conductor shall be either circular or shaped.

4.0 CONDUCTOR SHIELD

Conductor shield shall be extruded in the same operation as the insulation. The semi-
conductor polymer shall be cross linked.

5.0 INSULATION

Insulation shall be Cross linked polyethylene (XLPE) / PVC for Control cable as specified
in the Schedule of quantities.

6.0 OUTER SHEATH:

All cables specified in the Schedule of Quantities shall have Outer sheath with Fire
retardant low smoke (FRLS) PVC compound to reduce the Fire hazard. The FRLS outer
sheath material shall meet the following requirements:

a. Oxygen Index - 29 when tested at 27 + 2C as per

SEAL & SIGNATURE OF BIDDER 193


ASTM D 2863 -77

b. Temperature Index - Minimum 250C at Oxygen Index 21 as


Per NES 715.

c. Flammability - As per IEC 332 1. It shall also


Pass Flammability Test as per Class F3 of Swedish
Standard SS 424 - 1475.

d. Smoke Density -Smoke density rating shall not be


More than 60%. When tested as per ASTM D
2843 77 (1988).

e. Acid gas generation - Less than 20% by weight as per IEC


754 1.

The sheath shall be resistant to water, UV radiation, fungus, termite and rodent attacks. The
colour of the outer sheath shall be black.

7.0 INSULATION SHIELD

This shall preferably be of the strippable, triple-extruded thermo set type.

8.0 ARMOUR

The Armour may be of galvanized steel wires or galvanized steel strips as per IS.
9.0 SERVING

The cable serving shall protect the cable sheath and armour from electrolysis caused by
stray currents, and from galvanic action. It shall also protect the cable from mechanical

10.0 GENERAL

The cable shall withstand all mechanical and thermal stresses under steady state and
transient operating conditions.
damage and corrosion

11.0 TESTS

11.1 Routine Tests (To be performed on each drum length)


All tests as per relevant IS shall be conducted and shall be witnessed by PMC/AEC.

11.2 Type Tests

The Bidder shall furnish two (2) copies of type test certificates conducted on similar cables
along with the Bid.

SEAL & SIGNATURE OF BIDDER 194


a. Partial discharge test
b. Bending test followed by partial discharge test
c. Dielectric power factor as function of voltage
d. Dielectric power factor as function of temperature
e. Heating cycle test followed by dielectric power factor as a function of voltage and
partial discharge tests.
f. Impulse withstand test
g. High voltage test.

12.0 Installation

Cables shall be laid in the routes marked in the drawings. Where the route is not marked, the
contractor shall mark it out on the drawings and also on the site and obtain the approval of the
Architect / Client before laying the cable. Procurement of cables shall be on the basis of
actual site measurements and the quantities shown on the schedule of work shall be regarded
as a guide.

All cables shall be new without any kinds or visible damage. The manufacturers name,
insulating material, conductor size and voltage class shall be marked on the surface of the
cable at every 600mm centres.

Cables rising indoors shall be laid on walls, ceiling, inside shafts, or trenches. Single cables
laid shall be fixed directly to walls or ceiling. All supports shall be at not more than 500 mm.
Where numbers of cables are run, necessary cable trays shall be provided wherever shown.
Cables laid in built-up trenches shall be on steel supports. Aluminium identification tags
shall be provided at every 20 m.

Cables shall be bent to a radius not less than 12 times the overall diameter of the cable, or in
accordance with the manufacturer'
s recommendations whichever is higher.

In case of direct buried cables, the cable route shall be parallel or perpendicular to roadways,
walls, etc., Cables shall be laid in an excavated, graded trench, over a sand cushion to provide
protection against abrasion. Width of excavated trenches shall be as per drawings. Backfill
over the cables shall be sifted earth 90% compacted cables shall be buried with a minimum
earth cover of 600 mm. The cables shall be provided with cable markers at every 20 metres.

SEAL & SIGNATURE OF BIDDER 195


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

SEAL & SIGNATURE OF BIDDER 196


J. APPROVED MAKES

SEAL & SIGNATURE OF BIDDER 197


LIST OF APPROVED MAKE

Description Make

Fire Alarm Detectors/ Control Notiifier/Simplex/Johnson/siemens


Modules/ Monitor Modules/
Fault Isolator

Fire Control Panel Notiifier/Simplex/Johnson/siemens


Access Controllers Honeywell/Cardkey/Casi
Rusco/simens
Copper Conductor Thermopads/ ECC/ Control
Cablematez/ Beldon/ Teleflex/

Communication Cables RR Kable, Finolex, Teleflex, Polycab

Computer for CMSs HP/IBM /DELL


Printer HP/Canon/Epson
Public Address System Philips/ Ahuja/ Bose Eslectronics/
Bosch
CCTV Equipments Honeywell/Affiance/I-watch/Panasonic/
Samsung/simens
GUI Software Johnson / Honeywell / siemens/TAC /
Distech
DDC Controllers Johnson / Honeywell / siemens/TAC /
Distech
Interfaces / Router / Gateways Johnson / Honeywell / TAC / Distech
/ Network Controllers :

Immersion Temp Sensors Simens/Johnson / Honeywell / TAC /


Sontay
Room Temp Sensors Johnson / Honeywell / TAC / Sontay
Outside Air Temp Sensors Johnson / Honeywell / TAC / Sontay
Water Diff. Pressure Switch Johnson / Honeywell / TAC / Sontay
Water Diff. Pressure Sensor Johnson / Honeywell / TAC / Sontay
Spring Return Fire Damper Johnson / Honeywell / TAC / Sontay
Actuator
Air Differential pressure sensor Johnson / Honeywell / TAC / Sontay

Air Differential Pressure Johnson / Honeywell / TAC / Sontay


Switches
Flow Meter Johnson / Honeywell / TAC / Sontay/
Data Industrial / Forbes Marshall

Duct Smoke Detectors Notifier/Honeywell /


Johnson/simens/system sensor
Carbon mono-oxide sensor Johnson / Honeywell / TAC / Distech /
Sontay
Level Switches Johnson / Honeywell / TAC / Distech /
Sontay

SEAL & SIGNATURE OF BIDDER 198


Description Make

Copper Conductor control Finolex / Heatflex / Finecore /Sothwest


cable / Communication cable / Wire & Cable
Signal cable.

APPROVED MAKES FOR


INTRUSION / WATER LEAK
Control Panel Texecom /JE /Sontay
Multi I/O Module Verifier / JE / Sontay
Cable Sensors Sontay or equivalent
Water leak detection sensors Sontay or Equivalent
Condensation Detectors Sontay or equivalent
Sounder System sensor/LBS/Sontay
Glass break sensor Visonic / Glass tech
LIST OF MAKES FOR FM-
200.
Cylinders with Valve Assembly Worthington / Norris / heiser

Electric Control Head Cerberus / Kidde Duegra / Hygood


Chemetron.
Pressure Operated Control Cerberus / Kidde Duegra / Hygood
Head Chemetron.
Discharge Nozzle Cerberus / Kidde Duegra / Hygood
Chemetron.
Master Cylinder Adopter Kit Cerberus / Kidde Duegra / Hygood
Chemetron.
Flexible Discharge Hose Cerberus / Kidde Duegra / Hygood
Chemetron.
Manifold Check Valve Cerberus / Kidde Duegra / Hygood
Chemetron.
Actuation Hose Cerberus / Kidde Duegra / Hygood
Chemetron.
FM 200 Gas/HfC 227 Great Lakes Chemical
Corporation/approved equivalant
Seamless Pipe Maharastra Seamless/ BHEL/ Eqvt.
Gas Release Panel pcd / Notifier / Safezone
Detector System Sensor / Apollo / Notifier
Cables Teleflex / Eqvt.

SEAL & SIGNATURE OF BIDDER 199


K. ENVIRONMENT,
HEALTH
AND
SAFETY
REQUIREMENTS
(EHS POLICY)

SEAL & SIGNATURE OF BIDDER 200


SAFETY , HEALTH & ENVIRONMENT POLICY

SPECIFICATION FOR SAFETY HEALTH AND ENVIRONMENT (SHE)


MANAGEMENT

CONTENTS

________________________________________________________________________

CLAUSE NO. TITLE


________________________________________________________________________

1.0 SCOPE

2.0 REFERENCES

3.0 REQUIREMENT OF SAFETY, HEALTH AND


ENVIRONMENT (SHE)

3.1 MANAGEMENT RESPONSIBILITY

3.2 HOUSE KEEPING

3.3 SAFETY, HEALTH & ENVIRONMENT

4.0 DETAILS OF SHE MANAGEMENT SYSTEM


BY CONTRACTOR

4.1 ON AWARD OF CONTRACT

4.2 DURING JOB EXECUTION

SEAL & SIGNATURE OF BIDDER 201


1.0 SCOPE

This specification establishes the Safety Health and Environment (SHE) management
requirement to be complied with by the Contractors during construction.

Requirements stipulated in this specification shall supplement the requirements of


SHE Management given in relevant Act (s) / legislations. General Conditions of
Contract (GCC), Special Conditions of Contract (SCC) and Job Specifications.
Where different documents stipulate different requirements, the most stringent shall
be adopted.

2.0 REFERENCES

This document should be read in conjunction with following:

- General Conditions of Contract (GCC)


- Special Conditions of Contract (SCC)
- Job Specifications

3.0 REQUIREMENTS OF SAFETY HEALTH & ENVIRONMENT (SHE)


MANAGEMENT SYSTEM TO BE COMPLIED BY BIDDERS

3.1 MANAGEMENT RESPONSIBILITY

3.1.1 The Contractor should have a documented SHE policy to cover commitment of their
organization to ensure health, safety and environment aspects in their line of operations.

3.1.2 The SHE management system of the Contractor shall cover the SHE requirements
including but not limited to what is specified under Para 1.0 and para 2.0 above.

3.1.3 Contractor shall be fully responsible for planning and implementing SHE
requirements. Contractor as a minimum requirement shall designate / deploy the
following to co-ordinate the above :
No. of workers deployed

Up to 250 - Designate one safety supervisor

Above 250 & up to 500 - Deploy one qualified and experienced safety
Engineer / officer

SEAL & SIGNATURE OF BIDDER 202


Above 500 - One additional safety (for every 500 or less)
engineer/officer as above.

Contractor shall indemnify & hold harmless Owner / HPCL & either representatives
free from any and all liabilities arising out of non fulfilments of SHE
requirements.

3.1.4 The Contractor shall ensure that the Safety, Health and Environment (SHE)
requirements are clearly understood & faithfully implemented at all levels at site.

3.1.5 The Contractor shall promote and develop consciousness for Safety , Health and
Environment among all personnel working for the Contractor. Regular awareness,
programme site meetings shall be arranged on SHE activities to cover hazards
involved in various operations during construction.

3.1.6 Arrange suitable first aid measures such as First Aid Box, trained personnel to give
First Aid, Stand by Ambulance or Vehicle and install fire protection measures such
as : adequate number of steel buckets with sand and adequate fire extinguishers to
the satisfaction of HPCL/Owner.

3.1.7 The Contractor shall evolve a comprehensive planned and documented system for
implementation and monitoring of the SHE requirements. This shall be submitted to
HPCL/Owner for approval. The monitoring for implementation shall be done by
regular inspections and compliance to the observations thereof. The Contractor shall
get similar SHE requirements implemented at his sub-contractor(s) work site/office.
However, compliance of SHE requirements shall be the sole responsibility of the
Contractor. Any review / approval by HPCL/Owner shall not absolve contractor of his
responsibility / liability in relation to all HSE requirements.

3.1.8 Non-Conformance on SHE by Contractor (including his Sub-contractors) as brought out


during review/audit by HPCL/Owner representatives shall be resolved forthwith by
Contractor. Compliance report shall be provided to HPCL/Owner.

3.1.9 The Contractor shall ensure participation of his Resident Engineer / Site-in-Charge in the
Safety Committee / SHE Committees meetings arranged by HPCL/Owner. The compliance
of any observations shall be arranged urgently. He shall assist HPCL/Owner to achieve the
targets set by them on SHE during the project implementation.

3.1.10 The Contractor shall adhere consistently to all provisions of SHE requirements. In case
of non-compliance or continuous failure in implementation of any of SHE provisions;
HPCL/Owner may impose stoppage of work without any Cost & Time implication to
Owner and/or impose a suitable penalty for non-compliance with a notice of suitable

SEAL & SIGNATURE OF BIDDER 203


period, up to a cumulative limit of 1.0% (one percent) of Contract Value with a
maximum limit of Rs. 10 lakhs. This penalty shall be in addition to all other penalties
specified else where in the contract. The decision of imposing stoppage work, its extent
& monitory penalty shall rest with HPCL/Owner & binding on the Contractor.

3.1.11 All fatal accidents and other personnel accidents shall be investigated by a team of
Contractors senior personnel for root cause & recommend corrective and preventive
actions. Findings shall be documented and suitable actions taken to avoid recurrences
shall be communicated to HPCL/Owner. Owner / HPCL shall have the liberty to
independently investigate such occurrences and Contractor shall extend all necessary
help and co-operation in this regard.

3.2 HOUSE KEEPING


3.2.1 Contractor shall ensure that a high degree of house keeping is maintained and shall
ensure inter alia the followings wherever applicable:

a. All surplus earth and debris are removed/disposed off from the
working areas to identified location(s).

b. Unused/Surplus Cables, Steel items and steel scrap lying scattered at


different places within the working areas are removed to identified
location(s).

c. All wooden scrap, empty wooden cable drums and other combustible
packing materials, shall be removed from work place to identified
location(s).

d. Roads shall be kept clear and materials like: pipes, steel, sand
boulders, concrete, chips and bricks etc. shall not be allowed on the
roads to obstruct free movement of men & machineries.

e. Fabricated steel structural, pipes & piping materials shall be stacked


properly for erection.

f. Water logging on roads shall not be allowed.

g. No parking of trucks / trolleys, cranes and trailers etc. shall be allowed


on roads which may obstruct the traffic movement.

h. Utmost care shall be taken to ensure over all cleanliness and proper
upkeep of the working areas.

SEAL & SIGNATURE OF BIDDER 204


i. Trucks carrying sand, earth and pulverised materials etc. shall be covered
while moving within the premises.

j Only properly designed steel scaffolding materials to be used for working at


heights more than 3.0M . Double scaffolding using wooden ballis may be
allowed for working at height less than 3.0M

3.3 SAFETY, HEALTH AND ENVIRONMENT

3.3.1 The Contractor shall provide safe means of access to any working place
including provisions of suitable and sufficient scaffolding at various stages
during all operations of the work for the safety of his workmen, and,
HPCL/Owner. Contractor shall ensure deployment of appropriate equipment
and appliances for adequate safety and health of the workmen and protection
of surrounding areas.

3.3.2 The Contractor shall ensure that all their staff and workers including their
sub-contractor(s) shall wear Safety Helmet and Safety shoes. Contractor shall
also ensure use of safety belt, protective goggles, gloves etc. by the personnel
as per job requirements. All these gadgets shall conform to relevant IS
specifications or equivalent.

3.3.3 Contractor shall ensure that a proper Safety Net System shall be used at
appropriate locations. The safety net shall be located not more than 30 feet
(9.0 metres) below the working surface at site to arrest or to reduce the
consequences of a possible fall of persons working at different heights.
3.3.4 Contractor shall ensure that flash back arrester shall be used while using Gas
Cylinders at site. Cylinders shall be mounted on trolleys.

3.3.5 The Contractor shall assign to his workmen, tasks commensurate with their
qualification, experience and state of health for driving of vehicles, handling
and erection of materials and equipments. All lifting equipments shall be
tested certified for its capacity before use. Adequate and suitable lighting at
every work place and approach there to, shall be provided by the Contractor
before starting the actual operations at night.

3.3.6 Hazardous and/or toxic materials such as solvent coating, or thinners shall be
stored in appropriate containers.

3.3.7 All hazardous materials shall be labelled with the name of the materials, the
hazards associated with its use and necessary precautions to be taken.

SEAL & SIGNATURE OF BIDDER 205


3.3.8 Contractor shall ensure that during the performance of the work, all hazards
to be health of personnel, have been identified, assessed and eliminated.

3.3.9 Chemical spills shall be contained & cleaned up immediately to prevent


further contamination.

3.3.10 All personnel exposed to physical agents such as ionizing radiation,


ultraviolet rays or similar other physical agents shall be provided with
adequate shielding or protection commensurate with the type of exposure
involved.

3.3.11 Where contact or exposure of hazardous materials could exceed limits or


could otherwise have harmful affects, appropriate personal protective
equipments such as gloves, goggles, aprons, chemical resistant clothing and
respirator shall be used.

- A Crche where 10 or more female workers are having children


below the age of 6 years.

- Reasonable Canteen facilities are made available at appropriate location


depending upon site conditions.

3.3.13 Suitable facilities for toilet, drinking water, proper lighting shall be provided
at site and labour camps, commensurate with applicable Laws / Legislation.

3.3.14 Contractor shall ensure storage and utilization methodology of materials that
are not detrimental to the environment. Where required Contractor shall
ensure that only the environment friendly materials are selected.

3.3.15 All persons deployed at site shall be knowledgeable of and comply with the
environmental laws, rules & regulations relating to the hazardous materials
substances and wastes. Contractor shall not dump, release or otherwise
discharge or dispose off any such materials without the express authorization
of HPCL/Owner.

4.0 DETAILS OF SHE MANAGEMENT SYSTEM BY CONTRACTOR

4.1 On Award of Contract

SEAL & SIGNATURE OF BIDDER 206


The Contractor shall prior to start of work submit his Safety Health and
Environment Manual or procedure and SHE Plans for approval by HPCL/Owner.
The Contractor shall participate in the pre-start meeting with HPCL/Owner to
finalise SHE Plans including the following :

- Job procedure to be followed by Contractor for activities covering. Handling


of equipment, Scaffolding, Electric Installation, describing the risks involved,
actions to be taken and methodology for monitoring each activity.
- HPCL/Owner review / audit requirement.
- Organization structure along with responsibility and authority records / reports etc.
on SHE activities.

4.2 During job execution

4.2.1 Implement approved Safety Health, and Environment management procedure including
but not limited to as brought out under para 3.0. Contractor shall also ensure to:

- arrange workmen compensation insurance, registration under ESI Act,


third party liability insurance etc., as applicable.

- arrange all HSE permits before start of activities (as applicable) like hot
work, confined space, work at heights, storage of chemical / explosive materials and its
use and implement all precautions mentioned therein.

- submit timely the completed checklist on SHE activities, Monthly SHE


report, accident reports, investigation reports etc. as per HPCL/Owner
requirements. Compliance of instructions on SHE shall be done by
Contractor and informed urgently to HPCL/Owner.

- ensure that Resident Engineer / Site-in-Charge of the Contractor shall


attend all the Safety Committee / SHE meetings arranged by
HPCL/Owner. Only in case of his absence from site that a second
senior most person shall be nominated by him in advance and
communicated to HPCL/Owner.

- display at site office and work locations caution boards, list of hospitals,
emergency services available.

- provide posters, banners for safe working to promote safety consciousness.

SEAL & SIGNATURE OF BIDDER 207


- carryout audits / inspection at sub contractor works as per approved SHE
document and submit the reports for HPCL/Owner review.

- assist in SHE audits by HPCL/Owner, and submit compliance report.

- generate & submit HSE records / report as per SHE Plan.

- appraise HPCL/Owner on SHE activities at site.

SEAL & SIGNATURE OF BIDDER 208


L. EMD FORMAT

SEAL & SIGNATURE OF BIDDER 209


SEAL & SIGNATURE OF BIDDER 210
SEAL & SIGNATURE OF BIDDER 211
SEAL & SIGNATURE OF BIDDER 212
M. GENERAL TERMS
AND CONDITIONS
OF
CONTRACT
(GTC)

SEAL & SIGNATURE OF BIDDER 213


GENERAL TERMS & CONDITIONS OF WORKS CONTRACT

1 PRELIMINARY

1.1 This is a Contract for execution of __________________ work at


_______________________. (please fill up the blanks)

1.2 The tenderer for the abovementioned item of work is


____________________________. (please give the name and address of the
tenderer)

1.3 The terms and conditions mentioned hereunder are the terms and conditions of
the Contract for the execution of the work mentioned under item 1.1 above.

1.4 It is the clear understanding between Hindustan Petroleum Corporation


Limited and the tenderer ______________________________________ that
(name and address of the tenderer) in case the tender of
______________________________________________________________ is
(name and address of the tenderer) accepted by Hindustan Petroleum Corporation
Limited and an intimation to that effect is so issued and also a Purchase
Order is placed with
________________________________________________________
(name and address of the tenderer) this document will be termed as a Contract
between the parties and terms and conditions hereunder would govern the
parties interest.

1.5 Interpretation of Contract Documents: All documents forming part of the


Contract are to be taken mutually explanatory. Should there be any
discrepancy, inconsistency, error or omission in the contract, the decision of the
Owner/Engineer-in-Charge/Site-in-Charge shall be the final and the contractor

SEAL & SIGNATURE OF BIDDER 214


shall abide by the decision. The decision shall not be arbitrable. Works shown upon
the drawings but not mentioned in the specification or described in the specifications
without being shown on the drawings shall nevertheless be deemed to be included in the
same manner as if they are shown in the drawings and described in the
specifications.

1.6 Special conditions of Contract : The special conditions of contract, if any provided
and whenever and wherever referred to shall be read in conjunction with General
Terms and Conditions of contract, specifications, drawings, and any other
documents forming part of this contract wherever the context so requires.
Notwithstanding the subdivision of the documents into separate sections, parts
volumes, every section, part or volume shall be deemed to be supplementary or
complementary to each other and shall be read in whole. In case of any
misunderstanding arising the same shall be referred to decision of the Owner/ Engineer-
in-Charge/Site-in-Charge and their decision shall be final and binding and the
decision shall not be arbitrable.

It is the clear understanding that wherever it is mentioned that the Contractor shall
do/perform a work and/or provide facilities for the performance of the work, the doing
or the performance or the providing of the facilities is at the cost and expenses of the
work not liable to be paid or reimbursed by the Owner.

2. DEFINITIONS

In this contract unless otherwise specifically provided or defined and unless a contrary
intention appears from the contract the following words and expressions are used in the
following meanings;

2.1 The term "Agreement" wherever appearing in this document shall be read as
"Contract".

2.2 The "Authority" for the purpose of this Contract shall be the Chairman and Managing
Director or any other person so appointed or authorised.

2.3 The "Chairman and Managing Director" shall mean the Chairman and Managing
Director of HINDUSTAN PETROLEUM CORPORATION LIMITED or any person
so appointed, nominated or designated and holding the office of Chairman &
Managing Director.

SEAL & SIGNATURE OF BIDDER 215


2.4 The "Change Order" means an order given in writing by the Engineer-in-Charge or by
Owner to effect additions to or deletion from or alterations into the Work.

2.5 The "Construction Equipment" means all appliances and equipment of whatsoever
nature for the use in or for the execution, completion, operation or maintenance of the
work except those intended to form part of the Permanent Work.

2.6 The "Contract" between the Owner and the Contractor shall mean and include all
documents like enquiry, tender submitted by the contractor and the purchase order
issued by the owner and other documents connected with the issue of the purchase
order and orders, instruction, drawings, change orders, directions issued by the
Owner/Engineer-in-Charge/Site-in-Charge for the execution, completion and
commissioning of the works and the period of contract mentioned in the Contract
including such periods of time extensions as may be granted by the owner at the request
of the contractor and such period of time for which the work is continued by the
contractor for purposes of completion of the work.

2.7 "The Contractor" means the person or the persons, firm or Company whose tender has
been accepted by the Owner and includes the Contractor'
s legal heirs,
representative, successor(s) and permitted assignees.

2.8 The "Drawings" shall include maps, plans and tracings or prints thereof with any
modifications approved in writing by the Engineer-in-Charge and such other
drawings as may, from time to time, be furnished or approved in writing by the
Engineer-in-Charge.

2.9 The "Engineer-in-Charge or Site-in-Charge" shall mean the person appointed or


designated as such by the Owner and shall include those who are expressly authorised by
the owner to act for and on its behalf.

2.10 "The Owner" means the HINDUSTAN PETROLEUM CORPORATION LIMITED


incorporated in India having its Registered office at PETROLEUM HOUSE, 17,
JAMSHEDJI TATA ROAD, BOMBAY - 400020 and Marketing office at
____________________________________________ or their successors or assignees.

2.11 The "Permanent Work" means and includes works which form a part of the work to
be handed over to the Owner by the Contractor on completion of the contract.

SEAL & SIGNATURE OF BIDDER 216


2.12 The "Project Manager" shall mean the Project Manager of HINDUSTAN PETROLEUM
CORPORATION LIMITED, or any person so appointed, nominated or designated.

2.13 The "Site" means the land on which the work is to be executed or carried out and such
other place(s) for purpose of performing the Contract.

2.14 The "Specifications" shall mean the various technical and other specifications attached
and referred to in the tender documents. It shall also include the latest editions, including
all addenda/corrigenda or relevant Indian Standard Specifications and Bureau Of Indian
Standards.

2.15 The "Sub-Contractor" means any person or firm or Company (other than the
Contractor) to whom any part of the work has been entrusted by the Contractor with the
prior written consent of the Owner/Engineer-in-Charge/Site-in- Charge and their
legal heirs, representatives, successors and permitted assignees of such person, firm or
Company.

2.16 The "Temporary Work" means and includes all such works which are a part of the
contract for execution of the permanent work but does not form part of the permanent
work confirming to practices, procedures applicable rules and regulations relevant in
that behalf.

2.17 The "Tender" means the document submitted by a person or authority for carrying out the
work and the Tenderer means a person or authority who submits the tender offering
to carry out the work as per the terms and conditions.

2.18 The "Work" shall mean the works to be executed in accordance with the Contract or
part thereof as the case may be and shall include extra, additional, altered or
substituted works as maybe required for the purposes of completion of the work
contemplated under the Contract.

3. SUBMISSION OF TENDER

3.1 Before submitting the Tender, the Tenderer shall at their own cost and expenses visit
the site, examine and satisfy as to the nature of the existing roads, means of
communications, the character of the soil, state of land and of the excavations, the
correct dimensions of the work facilities for procuring various construction and
other material and their availability, and shall obtain information on all

SEAL & SIGNATURE OF BIDDER 217


matters and conditions as they may feel necessary for the execution of the works as
intended by the Owners and shall also satisfy of the availability of suitable water for
construction of civil works and for drinking purpose and power required for fabrication
work etc. Tenderer, whose tender may be accepted and with whom the Contract is
entered into shall not be eligible and be able to make any claim on any of the said counts
in what so ever manner for what so ever reasons at any point of time and such a claim
shall not be raised as a dispute and shall not be arbitrable.

3.2 The Tenderer shall be deemed to have satisfied fully before tendering as to the correctness
and sufficiency of his tender for the works and of the rates and prices quoted in the
schedule of quantities which rates and prices shall except as otherwise provided cover all
his obligations under the contract.

3.3 It must be clearly understood that the whole of the conditions and specifications are
intended to be strictly enforced and that no work will be considered as extra work and
allowed and paid for unless they are clearly outside the scope, spirit, meaning of the
Contract and intent of the Owner and have been so ordered in writing by Owner
and/or Engineer-in-Charge/Site-in-Charge, whose decision shall be final and binding.

3.4 Before filling the Tender the Contractor will check and satisfy all drawings and materials
to be procured and the schedule of quantities by obtaining clarification from the Owner
on all the items as may be desired by the Tenderer. No claim for any alleged loss or
compensation will be entertained on this account, after submission of Tender by the
Tenderer/Contractor and such a claim shall not be arbitrable.

3.5 No escalation in the Tender rates will be permitted throughout the period of contract or
the period of completion of the job whichever is later on account of any variation in
prices of materials or cost of labour or due to any other reasons. Claims on account of
escalation shall not be arbitrable.

3.6 The quantities indicated in the Tender are approximate. The approved schedule of rates of
the contract will be applicable for variations up to plus or minus 25% of the contract
value. No revision of schedule of rates will be permitted for such variations in the contract
value, including variations of individual quantities, addition of new items, alterations,
additions/deletions or substitutions of items, as mentioned above. Quantities etc.
mentioned and accepted in the joint measurement sheets shall alone be final and binding
on the parties.

SEAL & SIGNATURE OF BIDDER 218


3.7 Owner reserve their right to award the contract to any tenderer and their decision in this
regard shall be final. They also reserve their right to reject any or all tenders received.
No disputes could be raised by any tenderer(s) whose tender has been rejected.

3.8 The Rates quoted by the Tenderer shall include Costs and expenses on all counts viz.
cost of materials, transportation of machine(s), tools, equipments, labour, power,
Administration charges, price escalations, profits, etc. etc. except to the extent of the
cost of material(s), if any, agreed to be supplied by Owner and mentioned specifically in
that regard in condition of Contract, in which case, the cost of such material if taken for
preparation of the Contractor' s Bill(s) shall be deducted before making payment of the
Bill(s) of the Contractor. The description given in the schedule of quantities shall
unless otherwise stated be held to include wastage on materials, carriage and
cartage, carrying in and return of empties, hoisting, setting, fitting and fixing in
position and all other expenses necessary in and for the full and complete execution and
completion of works and in accordance with good practice and recognised principles in
that regard.

3.9 Employees of the State and Central Govt. and employees of the Public Sector
Undertakings, including retired employees are covered under their respective service
conditions/rules in regard to their submitting the tender. All such persons should ensure
compliance to the respective/applicable conditions, rules etc. etc. Any person not
complying with those rules etc. but submitting the tender in violation of such rules,
after being so noticed shall be liable for the forfeiture of the Earnest Money Deposit
made with the tender, termination of Contract and sufferance on account of forfeiture
of Security Deposit and sufferance of damages arising as a result of termination of
Contract.

3.10 Tender submitted by Tenderer shall remain valid for a period of 6 months from the date
of opening of the tender. The Tenderer shall not be entitled during the said period of 6
months, to revoke or cancel the tender without the consent in writing from the Owner.

In case the tenderer revokes or cancels the tender or varies any of terms of the tender
without the Consent of the Owner, in writing, the Tenderer forfeits the right to the
refund of the Earnest Money paid along with the tender.

3.11 The prices quoted by the tenderer shall be firm during the validity period of 6 months and
also during the period of Contract including period(s) of extensions of time, if any, as
stated earlier. Escalation in prices will not be permitted during the said period. The
tenderer shall particularly take note of this factor before submitting their tender(s).

SEAL & SIGNATURE OF BIDDER 219


3.12 The works shall be carried out strictly as per approved specifications. Deviations, if any,
shall have to be authorised by the Engineer-in-Charge/Site-in-Charge in writing prior
to implementing deviations. The price benefit, if any, arising out of the accepted
deviation shall be passed on to the Owner. The decision of Engineer-in-Charge shall
be final in this matter.

3.13 The contractor shall make all arrangements at his own cost to transport the required
materials outside and inside the working places and leaving the premises in a neat and
tidy condition after completion of the job to the satisfaction of Owner. All materials
except those agreed to be supplied by the Owner shall be supplied by the contractor at his
own cost and the rates quoted by the Contractor should be inclusive of all royalties,
rents, taxes, duties, octroi, statutory levies, if any, etc. etc.

3.14 The Contractor shall not carry on any work other than the work under this Contract within
the Owners premises without prior permission in writing from the Engineer-in-
Charge/Site-in-charge.

3.15 The Contractor shall be bound to follow and ensure compliance to all the safety and
security regulations and other statutory rules applicable to the area. In the event of any
damage or loss or sufference caused due to non-observance of such rules and
regulations, the contractor shall be solely responsible for the same and shall keep the
Owner indemnified against all such losses and claims arising from the same.

3.16 At any time after acceptance of tender, the Owner reserves the right to add, amend or
delete any work item, the bill of quantities at a later date or reduce the scope of work in
the overall interest of the work by prior discussion and intimation to the Contractor. The
decision of Owner, with reasons recorded therefor, shall be final and binding on both the
Owner and the Contractor. The Contractor shall not have right to claim compensation
or damage etc. in that regard. The Owner reserves the right to split the work under this
contract between two or more contractors without assigning any reasons.

3.17 Contractor shall not be entitled to sublet, sub contract or assign, the work under
this Contract without the prior consent of the Owner obtained in writing.

3.18 All signatures in tender document shall be dated as well as all the pages of all sections
of the tender documents shall be initialled at the lower position and signed, wherever
required in the tender papers by the Tenderer or by a person holding Power of Attorney
authorising him to sign on behalf of the tenderer before submission of tender.

SEAL & SIGNATURE OF BIDDER 220


3.19 The tender should be quoted in English, both in figures as well as in words. The rates and
amounts tendered by the Tenderer in the Schedule of rates for each item and in such a
way that insertion is not possible. The total tendered amount should also be indicated
both in figures and words with the signature of tenderer.

3.20 All corrections and alterations in the entries of tender paper will be signed in full by
the tenderer with date. No erasures or over writings are permissible.

3.21 Transfer of tender document by one intending tenderer to the another one is not
permissible. The tenderer on whose name the tender has been sent only can quote.

3.22 The Tender submitted by a tenderer if found to be incomplete in any or all manner is
liable to be rejected. The decision of the Owner in this regard is final and binding. In
case of any error/discrepancy in the amount written in words and figures, the lower
amount between the two shall prevail.

4. DEPOSITS

a) EARNEST MONEY DEPOSIT (EMD)

The tenderer will be required to pay a sum as specified in the covering letter, as earnest
money deposit alongwith the tender either thru a crossed demand draft or a non-
revokable Bank Guarantee in favour of Hindustan Petroleum Corporation Limited, from
any Scheduled Bank (other than a Co-Operative Bank) payable at Mumbai in favour of
Hindustan Petroleum Corporation Limited, Mumbai in the proforma enclosed. The
earnest money deposit will be refunded after finalisation of the contract.

Note: Public sector enterprises and small scale units registered with National Small Scale
Industries are exempted from payment of Earnest Money Deposit. Small scale
units registered with National Small Scale Industries should enclose a photocopy
of their registration certificate with their quotation to make their quotation eligible
for consideration. The Registration Certificate should remain valid during the
period of the contract that may be entered into with such successful bidder.
Such tenderers should ensure validity of the Registration Certificate for the
purpose.

b) SECURITY DEPOSIT

The tenderer, with whom the contract is decided to be entered into and intimation is so
given will have to make a security deposit of one percent (1%) of the total

SEAL & SIGNATURE OF BIDDER 221


contract value in the form of account payee crossed demand draft drawn in favour of
the Owner payable at Bombay, within 15 days from the date of intimation of
acceptance of their tender, failing which the Owner reserves the right to cancel the Contract
and forfeit the EMD.

5. EXECUTION OF WORK

All the works shall be executed in strict conformity with the provisions of the contract
documents and with such explanatory details, drawings, specifications and instructions as
may be furnished from time to time to the Contractor by the Engineer-in-Charge/ Site-
in-Charge, whether mentioned in the Contract or not. The Contractor shall be responsible
for ensuring that works throughout are executed in the most proper and workman- like
manner with the quality of material and workmanship in strict accordance with the
specifications and to the entire satisfaction of the Engineer-in- Charge/Site-in-Charge.

The completion of work may entail working in monsoon also. The contractor must
maintain the necessary work force as may be required during monsoon and plan to
execute the job in such a way the entire project is completed within the contracted time
schedule. No extra charges shall be payable for such work during monsoon. It shall
be the responsibility of the contractor to keep the construction work site free from water
during and off the monsoon period at his own cost and expenses.

For working on Sundays/Holidays, the contractor shall obtain the necessary permission
from Engineer Incharge/Site Incharge in advance. The contractor shall be permitted
to work beyond the normal hours with prior approval of Engineer-In-Charge/Site-In-Charge
and the contractors quoted rate is inclusive of all such extended hours of working and no
extra amount shall be payable by the owner on this account.

5.a. SETTING OUT OF WORKS AND SITE INSTRUCTIONS

5.a.1. The Engineer-in-Charge/Site-in-Charge shall furnish the Contractor with only the four
corners of the work site and a level bench mark and the Contractor shall set out the
works and shall provide an efficient staff for the purpose and shall be solely
responsible for the accuracy of such setting out.

5.a.2. The Contractor shall provide, fix and be responsible for the maintenance of all necessary
stakes, templates, level marks, profiles and other similar things and shall take all
necessary precautions to prevent their removal or disturbance and shall be responsible
for consequences of such removal or disturbance should the same

SEAL & SIGNATURE OF BIDDER 222


take place and for their efficient and timely reinstatement. The Contractor shall
also be responsible for the maintenance of all existing survey marks, either existing or
supplied and fixed by the Contractor. The work shall be set out to the satisfaction
of the Engineer-in-Charge/Site-in-Charge. The approval thereof or joining in setting out
the work shall not relieve the Contractor of his responsibility.

5.a.3. Before beginning the works, the Contractor shall, at his own cost, provide all necessary
reference and level posts, pegs, bamboos, flags ranging rods, strings and other materials
for proper layout of the work in accordance with the scheme, for bearing marks
acceptable to the Engineer-in-Charge/Site-in-Charge. The Centre longitudinal or face
lines and cross lines shall be marked by means of small masonary pillars. Each pillar
shall have distinct marks at the centre to enable theodolite to be set over it. No work
shall be started until all these points are checked and approved by the Engineer-
in-Charge/Site-in-Charge in writing. But such approval shall not relieve the
contractor of any of his responsibilities. The Contractor shall also provide all labour,
materials and other facilities, as necessary, for the proper checking of layout and
inspection of the points during construction.

5.a.4. Pillars bearing geodetic marks located at the sites of units of works under construction
should be protected and fenced by the Contractor.

5.a.5. On completion of works, the contractor shall submit the geodetic documents according
to which the work was carried out.

5.a.6. The Engineer-in-Charge/Site-in-Charge shall communicate or confirm his instructions to


the contractor in respect of the executions of work in a "work site order book"
maintained in the office having duplicate sheet and the authorised representative of the
contractor shall confirm receipt of such instructions by signing the relevant entries in
the book.

5.a.7. All instructions issued by the Engineer-in-Charge/Site-in-Charge shall be in writing. The


Contractor shall be liable to carry out the instructions without fail.

5.a.8. If the Contractor after receipt of written instruction from the Engineer-in-Charge/ Site-
in-Charge requiring compliance within seven days fails to comply with such drawings
or 'instructions'or both as the Engineer-in-Charge/Site-in-Charge may issue, owner may
employ and pay other persons to execute any such work whatsoever that may be
necessary to give effect to such drawings or `instructions'and all cost and expenses
incurred in connection therewith as certified by the Engineer-in-Charge/ Site-in-Charge
shall be borne by the contractor or may be deducted from amounts due

SEAL & SIGNATURE OF BIDDER 223


or that may become due to the contractor under the contract or may be recovered as a
debt.

5.a.9. The Contractor shall be entirely and exclusively responsible for the horizontal and
vertical alignment, the levels and correctness of every part of the work and shall
rectify effectually any errors or imperfections therein. Such rectifications shall be
carried out by the Contractor, at his own cost.

5.a.10. In case any doubts arise in the mind of the Contractor in regard to any expressions,
interpretations, statements, calculations of quantities, supply of material rates, etc.
etc., the contractor shall refer the same to the Site-in-Charge/ Engineer-in-Charge for
his clarification, instructions, guidance or clearing of doubts. The decision of the
Engineer-in-Charge/Site-in-Charge shall be final and the contractor shall be bound by
such a decision.

5.a.11. "The Contractor shall take adequate precautions, to ensure that his operations do not
create nuisance or misuse of the work space that shall cause unnecessary disturbance
or inconvenience to others at the work site".

5.a.12. "All fossils, coins articles of value of antiquity and structure or other remains of
geological or archaeological discovered on the site of works shall be declared to be the
property of the Owner and Contractor shall take reasonable precautions to prevent
his workmen or any other persons from removing or damaging any such articles or thing
and shall immediately inform the Owner/ Engineer-in-Charge/Site-in-Charge."

5.a.13. "Contractor will be entirely and exclusively responsible to provide and maintain at
his expenses all lights, guards, fencing, etc. when and where even necessary or/as
required by the Engineer-in-Charge/Site-in-Charge for the protection of works or
safety and convenience to all the members employed at the site or general public."

5.b. COMMENCEMENT OF WORK

The contractor shall after paying the requisite security deposit, commence work
within 15 days from the date of receipt of the intimation of intent from the Owner
informing that the contract is being awarded. The date of intimation shall be the
date/day for counting the starting day/date and the ending day/date will be accordingly
calculated. Penalty, if any, for the delay in execution shall be calculated accordingly.

SEAL & SIGNATURE OF BIDDER 224


Contractor should prepare detailed fortnightly construction programme for approval
by the Engineer-in-Charge within one month of receipt of Letter Of Intent. The work
shall be executed strictly as per such time schedule. The period of Contract includes
the time required for testing, rectifications, if any, re-testing and completion of work
in all respects to the entire satisfaction of the Engineer-in-Charge.

# A Letter of Intent is an acceptance of offer by the Owner and it need not be accepted by
the contractor. But the contractor should acknowledge a receipt of the purchase order
within 15 days of mailing of Purchase Order and any delay in acknowledging the receipt
will be a breach of contract and compensation for the loss caused by such breach will be
recovered by the Owner by forfeiting earnest money deposit/bid bond.

5.c. SUBLETTING OF WORK

5.c.1. No part of the contract nor any share or interest thereof shall in any manner or
degree be transferred, assigned or sublet, by the Contractor, directly or indirectly to
any firm or corporation whatsoever, without the prior consent in writing of the Owner.

5.c.2. At the commencement of every month the Contractor shall furnish to the Engineer-in-
charge/Site-in-Charge list of all sub-contractors or other persons or firms engaged
by the Contractor.

# 5.c.3 The contract agreement will specify major items of supply or services for which the
Contractor proposes to engage sub-Contractor/sub-Vendor. The contractor may from
time to time propose any addition or deletion from any such list and will submit the
proposals in this regard to the Engineer-in-charge/Designated officer-in-charge for
approval well in advance so as not to impede the progress of work. Such approval of
the Engineer-in-charge/Designated officer-in-charge will not relieve the contractor from
any of his obligations, duties and responsibilities under the contract.

5.c.4. Notwithstanding any sub-letting with such approval as resaid and notwithstanding that
the Engineer-in-Charge shall have received copies of any sub-contract, the Contractor
shall be and shall remain solely to be responsible for the quality and proper and
expeditious execution of the works and the performance of all the conditions of the
contract in all respects as if such subletting or sub-contracting had not taken place and
as if such work had been done directly by the Contractor.

SEAL & SIGNATURE OF BIDDER 225


#5.c.5 Prior approval in writing of the Owner shall be obtained before any change is made in
the constitution of the contractor/Contracting agency otherwise contract shall be deemed
to have been allotted in contravention of clause entitled sub-letting of works and the
same action may be taken and the same consequence shall ensue as provided in the
clause of sub- letting of works.

5.d EXTENSION OF TIME

If the contractor does not complete the work within the contractual period he may apply
in writing to the owner before two months of the period of expiry of the contract
stating therein in detail, the reasons on which he desires to have extension and the
period of extension, the contractor so desires. The owner on his part shall consider
the request of the contractor for such extension of time and shall take a decision after
discussion with the contractor and communicate the same to the contractor before 30
days of expiry of the contract. The decision of the owner in this regard shall be
final and binding.

If the owner extends the time for completion of work as mentioned above, it shall be the
understanding between the owner and the contractor that the contractor shall be liable
to pay damages, costs and expenses to the owner at the rate of 1% per month of the
value of the remaining portion of work to be determined on the last date of the
original period of contract, such value being determined by the owner and accepted
by the contractor. In case of any dispute arising in the determination of the
amount; the owner shall be at liberty to terminate the contract, upon which event,
consequences would follow according to the term and condition provided under the
Clause for termination of the contract.

5.e. SUSPENSION OF WORKS

5.e.1. Subject to the provisions of this contract, the contractor shall if ordered in writing
by the Engineer- in-Charge/Site-in-Charge for reasons recorded suspend the works or
any part thereof for such period and such time so ordered and shall not, after
receiving such, proceed with the work therein ordered to uspended until he shall have
received a written order to re-start. The Contractor shall be entitled to claim
extension of time for that period of time the work was ordered to be suspended. Neither
the Owner nor the Contractor shall be entitled to claim compensation or damages on
account of such an extension of time.

5.e.2. In case of suspension of entire work, ordered in writing by Engineer-in-Charge/Site-in-


Charge, for a period of 30 days, the Owner shall have

SEAL & SIGNATURE OF BIDDER 226


the option to terminate the Contract as provided under the clause for termination. The
Contractor shall not be at liberty to remove from the site of the works any plant
or materials belonging to him and the Employer shall have lien upon all such plant
and materials.

5.e.3. The contract shall, in case of suspension have the right to raise a dispute and have the
same arbitrated but however, shall not have the right to have the work stopped from
further progress and completion either by the owner or through other contractor
appointed by the owner.

5.f. OWNER MAY DO PART OF WORK

Not withstanding anything contained elsewhere in this contract, the owner upon failure
of the Contractor to comply with any instructions given in accordance with the
provisions of this contract, may instead of Contract and undertaking charge of
entire work, place additional labour force, tools, equipment and materials on such
parts of the work, as the Owner may decide or engage another Contractor to carryout
the balance of work. In such cases, the Owner shall have the right to deduct from the
amounts payable to the Contractor the difference in cost of such work and materials
with ten percent overhead added to cover all departmental charges. Should the total
amount thereof exceed the amount due to the contractor, the Contractor shall pay the
difference to the Owner within 15 days of making demand for payment failing which the
Contractor shall be liable to pay interest at 24% p.a. on such amounts till the date of
payment.

5.g. INSPECTION OF WORKS

5.g.1. The Engineer-in-Charge/Site-in-Charge and Officers from Central or State Government


will have full power and authority to inspect the works at any time wherever in
progress, either on the site or at the Contractor'
s premises/workshops of any person,
firm or corporation where work in connection with the contract may be in hand or
where the materials are being or are to be supplied, and the Contractor shall afford or
procure for the Engineer-in-Charge/Site-in-Charge every facility and assistance to
carryout such inspection. The Contractor shall, at all times during the usual working
hours and at all other times at which reasonable notice of the intention of the
Engineer-in-Charge/Site-in-Charge or his representative to visit the works shall have
been given to the Contractor, either himself be present to receive orders and
instructions, or have a responsible agent, duly accredited in writing, present for the
purpose. Orders given to the Contractor' s agent shall be considered to have the same
force as if they had been

SEAL & SIGNATURE OF BIDDER 227


given to the Contractor himself. The Contractor shall give not less than seven days
notice in writing to the Engineer-in-Charge/Site-in-Charge before covering up or
otherwise placing beyond reach of inspection and measurement any work in order
that the same may be inspected and measured. In the event of breach of above, the
same shall be uncovered at Contractor' s expense for carrying out such measurement
and/or inspection.

5.g.2. No material shall be removed and despatched by the Contractor from the site without
the prior approval in writing of the Engineer-in-charge. The contractor is to provide at
all times during the progress of the work and the maintenance period proper means of
access with ladders, gangways, etc. and the necessary attendance to move and adapt
as directed for inspection or measurements of the works by the Engineer-in-
Charge/Site-in-Charge.

5.h. SAMPLES

5.h.1. The contractor shall furnish to the Engineer-in-charge/Site-in-Charge for approval


when requested or required adequate samples of all materials and finishes to be used in
the work.

5.h.2. Samples shall be furnished by the Contractor sufficiently in advance and before
commencenent of the work so as the Owner can carry out tests and examinations
thereof and approve or reject the samples for use in the works. All material samples
furnished and finally used/applied in actual work shall fully be of the same quality of the
approved samples.

5.i. TESTS FOR QUALITY OF WORK

5.i.1. All workmanship shall be of the respective kinds described in the contract documents
and in accordance with the instructions of the Engineer-in-Charge / Site-in- Charge and
shall be subjected from time to time to such tests at Contractor'
s cost as the Engineer-
in-Charge/Site-in-Charge may direct at the place of manufacture or fabrication or on
the site or at all or any such places. The Contractor shall provide assistance,
instruments, labour and materials as are normally required for examining, measuring
and testing any workmanship as may be selected and required by the Engineer-in-
Charge/Site-in-Charge.

5.i.2. All the tests that will be necessary in connection with the execution of the work as
decided by the Engineer-in- charge/Site-in-Charge shall be carried out at the
contractors cost and expenses.

SEAL & SIGNATURE OF BIDDER 228


5.i.3. If any tests are required to be carried out in connection with the work or materials
or workmanship to be supplied by the owner, such tests shall be carried out by the
Contractor as per instructions of Engineer-in-Charge/Site-in-Charge and expenses for
such tests, if any, incurred by the contractor shall be reimbursed by the Owner. The
contractor should file his claim with the owner within 15 (fifteen) days of
inspection/test and any claim made beyond that period shall lapse and be not payable.

5.j. ALTERATIONS AND ADDITIONS TO SPECIFICATIONS, DESIGNS


AND WORKS

5.j.1. The Engineer-in-Charge/Site-in-Charge shall have powers to make any alterations,


additions and/or substitutions to the schedule of quantities, the original
specifications, drawings, designs and instructions that may become necessary or
advisable or during the progress of the work and the Contractor shall be bound to
carryout such altered/extra/new items of work in accordance with instructions which
may be given to him in writing signed by the Engineer-in-Charge/Site- in-Charge.
Such alterations, omissions, additions or substitutions shall not invalidate the contract.
The altered, additional or substituted work which the Contractor may be directed to
carryon in the manner as part of the work shall be carried out by the Contractor on the
same conditions in all respects on which he has agreed to do the work. The time for
completion of such altered added and/or substituted work may be extended for that
part of the particular job. The rates for such additional altered or substituted work
under this Clause shall, be worked out in accordance with the following provisions:

5.j.2. If the rates for the additional, altered or substituted work are specified in the contract for
similar class of work, the Contractor is bound to carryout the additional, altered or
substituted work at the same rates as are specified in the contract.

5.j.3. If the rates for the additional, altered or substituted work are not specifically provided in
the contract for the work, the rates will be derived from the rates for similar class of
work as are specified in the contract for the work. In the opinion of the Engineer-in-
Charge/Site-in-Charge as to whether or not the rates can be reasonably so derived from
the items in this contract, will be final and binding on the Contractor.

SEAL & SIGNATURE OF BIDDER 229


5.j.4. If the rates for the altered, additional or substituted work cannot be determined in the
manner specified above, then the Contractor shall, within seven days of the date of
receipt of order to carry out the work, inform the Engineer-in-Charge/ Site-in-Charge
of the rate at which he intends to charge for such class of work, supported by
analysis of the rate or rates claimed and the Engineer-In-Charge/ Site-in-Charge shall
determine the rates on the basis of the prevailing market rates for both material and
labour plus 10% to cover overhead and profit of labour rates and pay the Contractor
accordingly. The opinion of the Engineer-in- Charge/Site-in-Charge as to current
market rates of materials and the quantum of labour involved per unit of measurement
will be final and binding on the contractor.

5.j.5. The quantities indicated in the Tender are approximate. The approved schedule of rates
of the contract will be applicable for variations of upto +25% of the estimated contract
value. No revision of schedule of rates will be permitted for such variations in the
contract value, even for variations of individual quantities, addition of new items,
alterations, additions/deletions or substitutions of items, as mentioned above.

5.j.6. In case of any item of work for which there is no specification supplied by the Owner
and is mentioned in the tender documents, such work shall be carried out in accordance
with Indian Standard Specifications and if the Indian Standard Specifications do not
cover the same, the work should be carried out as per standard Engineering Practice
subject to the approval of the Engineer-in-Charge/ Site-in-Charge.

5.k. PROVISIONAL ACCEPTANCE

Acceptance of sections of the works for purposes of equipment erection, piping,


electrical work and similar usages by the Owner and payment for such work or parts of
work shall not constitute a waiver of any portion of this contract and shall not be
construed so as to prevent the Engineer from requiring replacement of defective
work that may become apparent after the said acceptance and also shall not absolve the
Contractor of the obligations under this contract. It is made clear that such an
acceptance does not indicate or denote or establish to the fact of execution of that work
or the Contract until the work is completed in full in accordance with the
provisions of this Contract.

5.l. COMPLETION OF WORK AND COMPLETION CERTIFICATE

As soon as the work is completed in all respects, the contractor shall give notice of
such completion to the site in charge or the Owner and within thirty days of receipt

SEAL & SIGNATURE OF BIDDER 230


of such notice the site in charge shall inspect the work and shall furnish the contractor
with a certificate of completion indicating:

a) defects, if any, to be rectified by the contractor

b) items, if any, for which payment shall be made in reduced rates

c) the date of completion.

5.m. USE OF MATERIALS AND RETURN OF SURPLUS MATERIALS

5.m.1. Notwithstanding anything contained to the contrary in any or all of the clauses of this
contract, where any materials for the execution of the contract are procured with
the assistance of Government either by issue from Government stocks or purchase
made under orders or permits or licences issued by Government, the contractor shall
use the said materials economically and solely for the purpose of the contract and shall
not dispose them of without the permission of the Owner.

5.m.2. All surplus(serviceable) or unserviceable materials that may be left over after the
completion of the contract or at its termination for any reason whatsoever, the
Contractor shall deliver the said product to the Owner without any demur. The price to
be paid to the Contractor, if not already paid either in full or in part, however, shall
not exceed the amount mentioned in the Schedule of Rates for such material and in
cases where such rates are not so mentioned, shall not exceed the CPWD scheduled
rates. In the event of breach of the aforesaid condition the contractor shall become
liable for contravention of the terms of the Contract.

5.m.3. The surplus (serviceable) and unserviceable products shall be determined by joint
measurement. In case where joint measurement has failed to take place, the Owner
may measure the same and determine the quantity.

5.m.4. It is made clear that the Owner shall not be liable to take stock and keep possession and
pay for the surplus and unserviceable stocks and the Owner may direct the Contractor
to take back such material brought by the Contractor and becoming surplus and which
the Owner may decide to keep and not to pay for the same.

5.n. DEFECT LIABILITY PERIOD

The contractor shall guarantee the work executed for a period of 12 months from the date
of completion of the job. Any damage or defect that may arise or lie undiscovered at
the time of completion of the job shall be rectified or replaced by the

SEAL & SIGNATURE OF BIDDER 231


contractor at his own cost. The decision of the Engineer In-charge/Site-
Incharge/Owner shall be the final in deciding whether the defect has to be rectified or
replaced.

# Equipment or spare parts replaced under warranty/guarantees shall have further warranty
for a mutually agreed period from the date of acceptance.

The owner shall intimate the defects noticed in writing by a Registered A.D. letter or
otherwise and the contractor within 15 days of receipt of the intimation shall start the
rectification work and complete within the time specified by the owner failing which the
owner will get the defects rectified by themselves or by any other contractor and the
expenses incurred in getting the same done shall be paid by the Contractor under the
provision of the Contract.

Thus, defect liability is applicable only in case of job/works contract (civil, mechanical,
electrical, maintenance etc. ) where any damage of defect may arise in future (i.e.
within 12 months from the date of completion of job) or lie undiscovered at the time of
completion of job.

In other words, in case of service contracts (like car hire etc.) where there is no question
of damage or defect arising in future, the defect liability clause is not applicable.

5.o. DAMAGE TO PROPERTY

5.o.1. Contractor shall be responsible for making good to the satisfaction of the Owner any loss
of and any damage to all structures and properties belonging to the Owner or being
executed or procured by the Owner or of other agencies within the premises of the
work of the Owner, if such loss or damage is due to fault and/or the negligence
or willful acts or omission of the Contractor, his employees, agents, representatives
or sub-contractors.

5.o.2. The Contractors shall indemnify and keep the Owner harmless of all claims for damage
to Owner'
s property arising under or by reason of this contract.

6. DUTIES AND RESPONSIBILITIES OF CONTRACTOR

6.a. EMPLOYMENT LIABILITY TOWARDS WORKERS EMPLOYED BY THE


CONTRACTOR

SEAL & SIGNATURE OF BIDDER 232


6.a.1 The Contractor shall be solely and exclusively responsible for engaging or
employing persons for the execution of work. All persons engaged by the
contractor shall be on Contractor'
s payroll and paid by Contractor. All disputes or
differences between the Contractor and his/their employees shall be settled by
Contractor.

6.a.2. Owner has absolutely no liability whatsoever concerning the employees of the
Contractor. The Contractor shall indemnify Owner against any loss or damage or
liability arising out of or in the course of his/their employing persons or relation with
his/their employees. The Contractor shall make regular and full payment of wages and
on any complaint by any employee of the Contractor or his sub contractor regarding
non-payment of wages, salaries or other dues, Owner reserves the right to make
payments directly to such employees or sub- contractor of the Contractor and recover
the amount in full from the bills of the Contractor and the contractor shall not
claim any compensation or reimbursement thereof. The Contractor shall comply
with the Minimum Wages Act applicable to the area of work site with regard to
payment of wages to his employees and also to employees of his sub contractor.

6.a.3. The Contractor shall advise in writing or in such appropriate way to all of his
employees and employees of sub-contractors and any other person engaged by him
that their appointment/employment is not by the Owner but by the Contractor and
that their present appointment is only in connection with the construction contract
with Owner and that therefore, such an employment/appointment would not enable
or make them eligible for any employment/appointment with the Owner either
temporarily or/and permanent basis.

6.b. NOTICE TO LOCAL BODIES

The contractor shall comply with and give all notices required under any Government
authority, instruction, rule or order made under any act of parliament, state laws or
any regulations or by-laws of any local authority relating to the works.

6.c. FIRST AID AND INDUSTRIAL INJURIES

6.c.1 Contractor shall maintain first aid facility for his employees and those of his sub-
contractors.

SEAL & SIGNATURE OF BIDDER 233


6.c.2. Contractor shall make arrangements for ambulance service and for the treatment of all
types of injuries. Names and telephone numbers of those providing such services
shall be furnished to Owner prior to start of construction and their name board shall be
prominently displayed in Contractor' s field office.

6.c.3. All industrial injuries shall be reported promptly to owner and a copy of contractor'
s
report covering each personal injury requiring the attention of a physician shall be
furnished to the Owner.

6.d. SAFETY CODE

6.d.1. The Contractor shall at his own expenses arrange for the Safety provisions as may be
necessary for the execution of the work or as required by the Engineer-in-Charge
in respect of all labours directly or indirectly employed for performance of the works
and shall provide all facilities in connections therewith. In case the contractor fails
to make arrangements and provide necessary facilities as aforesaid, the Owner shall
be entitled to do so and recover the cost thereof from the Contractor.

6.d.2. From the commencement to the completion of the works, the contractor shall take full
responsibility for the care thereof and of all the temporary works (defined as meaning
all temporary works of every kind required in or for the execution, completion or
maintenance of the works). In case damage, loss or injury shall happen to the works
or to any part thereof or to temporary works or to any cause whatsoever repair at his
(Contractor's) own cost and make good the same so that at the time of completion, the
works shall be in good order and condition and in conformity in every respect with the
requirement of the contract and Engineer-in-Charge' s instructions.

6.d.3. In respect of all labour, directly or indirectly employed in the work for the
performance of the Contractor' s part of this agreement, the contractor shall at his own
expense arrange for all the safety provisions as per relevant Safety Codes of C.P.W.D
Bureau of Indian Standards, the Electricity Act/I.E. Rules. The Mines Act and such
other Acts as applicable.

6.d.4. The Contractor shall observe and abide by all fire and safety regulations of the Owner.
Before starting construction work, the Contractor shall consult with Owner' s Safety
Engineer or Engineer-in-Charge/Site-in-Charge and must make good to the satisfaction of
the Owner any loss or damage due to fire to any portion of the work done or to be done
under this agreement or to any of the Owner' s existing property.

SEAL & SIGNATURE OF BIDDER 234


6.d.5. The Contractor will be fully responsible for complying with all relevant provisions of the
Contract Labour Act and shall pay rates of Wages and observe hours of
work/conditions of employment according to the rules in force from time to time.

6.d.6. The Contractor will be fully responsible for complying with the provision including
documentation and submission of reports on the above to the concerned authorities
and shall indemnify the Corporation from any such lapse for which the Government will
be taking action against them.

6.d.7. Owner shall on a report having been made by an inspecting Office as defined in the
Contract Labour Regulations have the power to deduct from the money due to the
Contractor any sum required or estimated to be required for making good the loss
suffered by a worker(s) by reasons of non-fulfillment of conditions of contract for the
benefit of workers no-payment of wages or of deductions made from his or their wages
which are not justified by the terms of contract or non observance of the said contractor'
s
labour Regulation.

6.e. INSURANCE AND LABOUR

Contractor shall at his own expense obtain and maintain an insurance policy with a
Nationalised Insurance Company to the satisfaction of the Owner as provided
hereunder.

6.e.1. EMPLOYEES STATE INSURANCE ACT

i. The Contractor agrees to and does hereby accept full and exclusive liability for the
compliance with all obligations imposed by Employees State Insurance Act, 1948,
and the Contractor further agrees to defend indemnify and hold Owner harmless
from any liability or penalty which may be imposed by the Central, State or local
authority by reason of any asserted violation by Contractor, or sub-contractor of the
Employees' State Insurance Act, 1948 and also from all claims, suits or
proceedings that may be brought against the Owner arising under, growing out of
or by reason of the work provided for by this contract whether brought by
employees of the Contractor, by third parties or by Central or State Government
authority or any political sub-division thereof.

ii. The Contractor agrees to file with the Employees State Insurance Corporation, the
Declaration forms and all forms which may be required in respect of the
Contractor's or sub-contractor' s employee whose aggregate emuneration is
within the specified limit and who are employed in the work provided or those
covered by ESI Act under any amendment to the Act from time to time.

SEAL & SIGNATURE OF BIDDER 235


The Contractor shall deduct and secure the agreement of the sub-contractor to
deduct the employee's contribution as per the first schedule of the Employee' s State
Insurance Act from wages and affix the employee' s contribution cards at wages
payment intervals. The Contractor shall remit and secure the agreement of the sub
contractor to remit to the State Bank of India, Employee' s State Insurance
Corporation Account, the Employee' s contribution as required by the Act.

iii. The Contractor agrees to maintain all records as required under the Act in
respect of employees and payments and the Contractor shall secure the agreement
of the sub contractor to maintain such records. Any expenses incurred for the
contributions, making contribution or maintaining records shall be to the
Contractor's or sub-contractor'
s account.

iv. The Owner shall retain such sum as may be necessary from the total contract
value until the Contractor shall furnish satisfactory proof that all contributions as
required by the Employees State Insurance Act, 1948, have been paid.

v. WORKMAN'S COMPENSATION AND EMPLOYEE'S LIABILITY


INSURANCE

Provide Insurance for all the Contractor's employees engaged in the performance of
this contract. If any of the work is sublet, the Contractor shall ensure that the sub
contractor provides workmen' s compensation and Employer' s Liability Insurance
for the latter' s employees who are not covered under the Contractor' s insurance.

vi. AUTOMOBILE LIABILITY INSURANCE

Contractor shall take out an Insurance to cover all risks to Owner for each of his
vehicles plying on works of this contract and these insurances shall be valid for the
total contract period. No extra payment will be made for this insurance. Owner shall
not be liable for any damage or loss not made good by the Insurance Company,
should such damage or loss result from unauthorised use of the vehicle. The
provisions of the Motor Vehicle Act would apply.

SEAL & SIGNATURE OF BIDDER 236


vii. FIRE INSURANCE

Contractor shall within two weeks after award of contract insure the Works, Plant
and Equipment and keep them insured until the final completion of the Contract
against loss or damage by accident, fire or any other cause with an insurance
company to be approved by the Employer/Consultant in the joint names of the
Employer and the Contractor (name of the former being placed first in the
Policy). Such Policy shall cover the property of the Employer only.

6.e.2. ANY OTHER INSURANCE REQUIRED UNDER LAW OR REGULATION OR


BY OWNER

i. Contractor shall also provide and maintain any and all other insurance which may be
required under any law or regulations from time to time. He shall also carry and
maintain any other insurance which may be required by the Owner.

ii. The aforesaid insurance policy/policies shall provide that they shall not be
cancelled till the Engineer-in-Charge has agreed to their cancellation.

iii. The Contractor shall satisfy to the Engineer-in-Charge/Site-in-Charge from


time to time that he has taken out all insurance policies referred to above and has
paid the necessary premium for keeping the policies alive till the expiry of the
defects liability period.

iv. The contractor shall ensure that similar insurance policies are taken out by his
sub-contractor (if any) and shall be responsible for any claims or losses to the
Owner resulting from their failure to obtain adequate insurance protections in
connection thereof. The contractor shall produce or cause to be proceed by his
sub-contractor (if any) as the case may be, the relevant policy or policies and
premium receipts as and when required by the Engineer-in-Charge/Site-in-Charge.

6.e.3. LABOUR AND LABOUR LAWS

i. The contractor shall at his own cost employ persons during the period of contract
and the persons so appointed shall not be construed under any circumstances
to be in the employment of the Owner.

SEAL & SIGNATURE OF BIDDER 237


ii. All payments shall be made by the contractor to the labour employed by him in
accordance with the various rules and regulations stated above. The contractor
shall keep the Owner indemnified from any claims whatsoever inclusive of
damages/costs or otherwise arising from injuries or alleged injuries to or death
of a person employed by the contractor or damages or alleged damages to the
property.

iii. No labour below the age of eighteen years shall be employed on the work. The
Contractor shall not pay less than what is provided under the provisions of the
contract labour (Regulations and Abolition) Act, 1970 and the rules made
thereunder and as may be amended from time to time. He shall pay the required
deposit under the Act appropriate to the number of workman to be employed by
him or through sub contractor and get himself registered under the Act. He shall
produce the required Certificates to the Owner before commencement of the
work. The Owner recognises only the Contractor and not his sub contractor under
the provisions of the Act. The Contractor will have to submit daily a list of his
workforce. He will also keep the wage register at the work site or/and produce the
same to the Owner, whenever desired. A deposit may be taken by the Owner
from the Contractor to be refunded only after the Owner is satisfied that all
workmen employed by the Contractor have been fully paid for the period of
work in Owner' s premises at rates equal to or better than wages provided for
under the Minimum Wages Act. The contractor shall be responsible and liable
for any complaints that may arise in this regard and the consequences
thereto.

iv. The Contractor will comply with the provisions of the Employee'
s Provident Fund
Act and the Family Pension Act as may be applicable and as amended from time
to time.

v. The Contractor will comply with the provisions of the payment of Gratuity Act, 1972,
as may be applicable and as amended from time to time.

vi. IMPLEMENTATION OF APPRENTICES ACT, 1961

The Contractor shall comply with the provisions of the Apprentices Act, 1961 and
the Rules and Orders issued thereunder from time to time. If he fails to do so,
his failure will be a breach of the contract and the Engineer-in-Charge may, at his
discretion, cancel the contract. The Contractor shall also be liable for any
pecuniary liability arising on account of any violation by him of the provision
of the Act.

SEAL & SIGNATURE OF BIDDER 238


vii. MODEL RULES FOR LABOUR WELFARE

The Contractor shall at his own expenses comply with or cause be complied with
Model rules for Labour Welfare as appended to those conditions or rules framed by
the Government from time to time for the protection of health and for making
sanitary arrangements for worker employed directly or indirectly on the works. In
case the contractor fails to make arrangements as aforesaid the Engineer-in-
Charge/Site-in-Charge shall be entitled to do so and recover the cost thereof
from the contractor.

6.f. DOCUMENTS CONCERNING WORKS

6.f.1. All documents including drawings, blue prints, tracings, reproducible models,
plans, specifications and copies, thereof furnished by the Owner as well as all
drawings, tracings, reproducibles, plans, specifications design calculations etc.
prepared by the contractor for the purpose of execution of works covered in or
connected with this contract shall be the property of the Owner and shall not be used by
the contractor for any other work but are to be delivered to the Owner at the
completion or otherwise of the contract.

6.f.2. The Contractor shall keep and maintain secrecy of the documents, drawings etc. issued
to him for the execution of this contract and restrict access to such documents,
drawings etc. and further the Contractor shall execute a SECRECY agreement from
each or any person employed by the Contractor having access to such documents,
drawings etc. The Contractor shall not issue drawings and documents to any other
agency or individual without the written approval by the Engineer-in-Charge/Site-
in- Charge.

6.f.3. Contractor will not give any information or document etc. concerning details of the
work to the press or a news disseminating agency without prior written approval
from Engineer-in-charge/Site-in-Charge. Contractor shall not take any pictures on
site without written approval of Engineer-in-Charge/Site-in-Charge.

7. PAYMENT OF CONTRACTOR'S BILLS

7.1. Payments will be made against Running Accounts bills certified by the Owner' s
Engineer-in-Charge/Site-in-Charge within 15 days from the date of receipt of the
certified bill by the Disbursement Section of the Owner.

7.2. Running Account Bills and the final bill shall be submitted by the Contractor
together with the duly signed measurements sheet(s) to the Engineer-in-
Charge/Site-in-Charge of the Owner in quadruplicate for certification.

SEAL & SIGNATURE OF BIDDER 239


The Bills shall also be accompanied by quantity calculations in support of the
quantities contained in the bill along with cement consumption statement,
actual/theoretical, wherever applicable duly certified by the Engineer-in-Charge/ Site-in-
Charge of the Owner.

7.3. All running account payments shall be regarded as on account payment(s) to be finally
adjusted against the final bill payment. Payment of Running Account Bill(s) shall not
determine or affect in any way the rights of the Owner under this Contract to make
the final adjustments of the quantities of material, measurements of work and
adjustments of amounts etc.etc. in the final bill.

7.4. The final bill shall be submitted by the Contractor within one month of the date of
completion of the work fully and completely in all respects. If the Contractor fails to
submit the final bill accordingly Engineer-in-Charge/Site-in-Charge may make the
measurement and determine the total amount payable for the work carried out by the
Contractor and such a certification shall be final and binding on the Contractor.
The Owner/Engineer- in-Charge/Site-in-Charge may take the assistance of an outside
party for taking the measurement, the expenses of which shall be payable by the
Contractor.

7.5. Payment of final bill shall be made within 45 days from the date of receipt of the
certified bill by the Disbursement Section of the owner.

7.a. MEASUREMENT OF WORKS

7.a.1. All measurements shall be in metric system. All the works will be jointly measured by
the representative of the Engineer-in-Charge/Site-in-Charge and the Contractor or
their authorised agent progressively. Such measurement will be recorded in the
Measurement Book/Measurement Sheet by the Contractor or his authorised
representative and signed in token of acceptance by the Owner or their
authorised representative.

7.a.2. For the purpose of taking joint measurement, the Contractor/representative shall be
bound to be present whenever required by the Engineer-in-Charge/Site-in-Charge. If,
however, they are absent for any reasons whatsoever, the measurement will be taken
by the Engineer-in-Charge/Site-in-Charge or his representative and the same would be
deemed to be correct and binding on the Contractor.

7.a.3. In case of any dispute as to the mode of measurement for any item of work, the latest
Indian Standard Specifications shall be followed. In case of any further dispute on
the same the same shall be as per the certification of an outside

SEAL & SIGNATURE OF BIDDER 240


qualified Engineer/ Consultant. Such a measurement shall be final and binding on the
Owner and the Contractor.

7.b. BILLING OF WORKS EXECUTED

The Contractor will submit a bill in approved proforma in quadruplicate to the Engineer-
in-Charge/Site-in-Charge of the work giving abstract and detailed measurement for
the various items executed during a month, before the expiry of the first week of the
succeeding month. The Engineer-in-Charge/Site-in-Charge shall take or cause to be
taken the requisite measurements for the purpose of having the bill verified and/or
checked before forwarding the same to the disbursement office of the Owner for further
action in terms of the Contract and payment thereafter. The Engineer-in-Charge/Site-
in-Charge shall verify the bills within 7 days of submission of the Bill by the
Contractor.

7.c. RETENTION MONEY

10% of the total value of the Running Account and Final Bill will be deducted and
retained by the Owner as retention money on account of any damage/defect
liability that may arise for the period covered under the defect liability period clause of
the Contract free of interest. Any damage or defect that may arise or lie undiscovered at
the time of issue of completion certificate connected in any way with the equipment
or materials supplied by contractor or in workmanship shall be rectified or replaced
by the contractor at his own expense failing which the Owner shall be entitled to rectify
the said damage/defect from the retention money. Any excess of expenditure incurred by
the Owner on account of damage or defect shall be payable by the Contractor. The
decision of the Owner in this behalf shall not be liable to be questioned but shall be final
and binding on the Contractor.

Thus, deduction towards retention money is applicable only in case of job/works


contracts (civil, mechanical, electrical, maintenance etc. ) where any damage or defect
may arise in future (i.e. within 12 months from the date of completion of job) or lie
undiscovered at the time of issue of completion certificate.

7.d. TAXES, DUTIES, OCTROI ETC.

7.d.1 The Contractor accepts full and exclusive liability for the payment of any and all taxes,
duties, octroi, rates, cess, levies, and statutory payments payable under all or any of the
statutes etc. now or hereafter imposed, increased from time to time in respect of
works and materials and all contributions and taxes for unemployment compensation,
insurance and old age pensions or annuities now or hereafter

SEAL & SIGNATURE OF BIDDER 241


imposed by Central or State Governmental authorities which are imposed with
respect to or covered by the wages, salaries or other compensations paid to the
persons employed by the Contractor and the Contractor shall be responsible for the
compliance with all obligations and restrictions imposed by the Labour Law or any other
law affecting employer-employee relationship and the Contractor further agrees to
comply and to secure the compliance of all sub-contractors with all applicable Central,
State, Municipal and local laws, and regulations and requirements of any Central,
State or Local Government agency or authority.

Contractor further agrees to defend, indemnify and hold harmless from any liability or
penalty which may be imposed by the Central, State or Local authorities by reason of
any violation by Contractor or sub-contractor of such laws, regulations or requirements
and also from all claims, suits or proceedings that may be brought against the Owner
arising under, growing out of, or by reasons of the work provided for by this contract by
third parties, or by Central or State Government authority or any administrative sub-
division thereof. The Contractor further agrees that in case any such demand is
raised against the Owner, and Owner has no way but to pay and pays/makes payment of
the same, the Owner shall have the right to deduct the same from the amounts due and
payable to the Contractor. The Contractor shall not raise any demand or dispute in
respect of the same but may have recourse to recover/receive from the concerned
authorities on the basis of the Certificate of the Owner issued in that behalf.

7.d.2. The rates quoted should be inclusive of all rates, cess, taxes and sales tax on works
contracts wherever applicable. However, wherever the sales tax on works contract is
applicable and is to be deducted at source, the same will be deducted from the bills of
the Contractor and paid to the concerned authorities. The proof of such payments of
sales tax on works contract will be furnished to the contractor.

7.d.3. Income tax will be deducted at source as per rules at prevailing rates, unless certificate,
if any, for deduction at lesser rate or nil deduction is submitted by the Contractor from
appropriate authority.

7.e. MATERIALS TO BE SUPPLIED BY CONTRACTOR

7.e.1. The Contractor shall procure and provide the whole of the materials required for
construction including tools, tackles, construction plant and equipment for the
completion and maintenance of the works except the materials viz. steel and cement
which may be agreed to be supplied as provided elsewhere in the contract. The contractor
shall make arrangement for procuring such materials and for the transport thereof at
their own cost and expenses.

SEAL & SIGNATURE OF BIDDER 242


7.e.2. The Owner may give necessary recommendation to the respective authority if so
desired by the Contractor but assumes no responsibility of any nature. The
Contractor shall procure materials of ISI stamp/certification and supplied by
reputed suppliers borne on DGS&D list.

7.e.3. All materials procured should meet the specifications given in the tender document.
The Engineer-in-charge may, at his discretion, ask for samples and test certificates
for any batch of any materials procured. Before procuring, the Contractor should
get the approval of Engineer-in-Charge/Site-in-Charge for any materials to be used
for the works.

7.e.4. Manufacturer's certificate shall be submitted for all materials supplied by the Contractor.
If, however, in the opinion of the Engineer-in-Charge/Site-in-Charge any tests are
required to be conducted on the material supplied by the Contractor, these will be
arranged by the Contractor promptly at his own cost.

7.f. MATERIALS TO BE SUPPLIED BY THE OWNER

7.f.1. Steel and Cement maybe supplied by the Owner to the contractor against payment by
Contractor from either godown or from the site or within work premises itself and
the contractor shall arrange for all transport to actual work site at no extra cost.

7.f.2. The contractor shall bear all the costs including loading and unloading, carting from
issue points to work spot storage, unloading, custody and handling and stacking the
same and return the surplus steel and cement to the Owner's storage point after
completion of job.

7.f.3. The contractor will be fully accountable for the steel and cement received from the Owner
and contractor will give acknowledgement/receipt for quantity of steel and cement
received by him each time he uplifts cement from Owner' s custody.

7.f.4. For all computation purposes, the theoretical cement consumption shall be considered
as per CPWD standards.

7.f.5. Steel and Cement as received from the manufacturer/stockists will be


issued to the contractor. Theoretical weight of cement in a bag will be considered as
50 Kg. Bags weighing upto 4% less shall be accepted by the contractor and considered
as 50 Kg. per bag. Any shortage in the weight of any cement bag by more than 4%
will be to the Owner's account only when pointed out by the Contractor and verified
by Engineer-in-Charge/Site in Charge at the time of Contract or taking delivery.

SEAL & SIGNATURE OF BIDDER 243


7.f.6. The contractor will be required to maintain a stock register for receipt, issuance and
consumption of steel and cement at site. Cement will be stored in a warehouse at
site. Requirement of cement on any day will be taken out of the warehouse. Cement
issued shall be regulated on the basis of FIRST RECEIPT to go as FIRST ISSUE.

7.f.7. Empty cement bag shall be the property of the Contractor. Contractor shall be
penalised for any excess/under consumption of cement. The penal rate will be
twice the rate of issue of cement for this work.

7.f.8. All the running bills as well as the final bills will be accompanied by cement consumption
statements giving the detailed working of the cement used, cement received and
stock-on-hand.

7.f.9. The Contractor will be fully responsible for safe custody of cement once it is received
by him and during transport. Owner will not entertain any claims of the contractor for
theft, loss or damage to cement while in their custody.

7.f.10. The contractor shall not remove from the site any cement bags at any time.

7.f.11. The Contractor shall advise Engineer-in-charge/Site-in-charge in writing atleast 21 days


before exhausting the Cement stocks already held by Contractor to ensure that such
delays do not lead to interruptions in the progress of work.

7.f.12. Cement shall not be supplied by the Owner for manufacturing of mosaic tiles,
precast cement jali and any other bought out items which consume cement and for
temporary works.

7.f.13. Cement in bags and in good usable condition left over after the completion of work shall
be returned by the contractor to the Owner. The Owner shall make payment to the
Contractor at the supply rate for such stocks of cement they accept and receive. Any
refused stock of cement shall be removed by the Contractor from the site at his cost
and expenses within 15 days of completion of the work.

8. PAYMENT OF CLAIMS AND DAMAGES

8.1. Should the Owner have to pay money in respect of claims or demands as aforesaid the
amount so paid and the costs incurred by the Owner shall be charged to and paid by
the Contractor and the Contractor shall not be entitled to dispute or question the right of
the Owner to make such payments notwithstanding the same may have been without
his consent or authority or in law or otherwise to the contrary.

SEAL & SIGNATURE OF BIDDER 244


8.2. In every case in which by virtue of the provisions of Workmen' s Compensation Act,
1923, or other Acts, the Owner is obliged to pay Compensation to a Workman
employed by the Contractor in execution of the works, the Owner will recover from the
Contractor the amount of compensation so paid and without prejudice to the rights
of Owner under the said Act. Owner shall be at liberty to recover such amount or any
part thereof by deducting it from the security deposit or from any sum due to the
Contractor whether under this contract or otherwise. The Owner shall not be bound to
contest any claim made under Section 12 sub section (1) of the said Act, except on the
written request of the Contractor and upon his giving to the Owner full security for all
costs for which the owner might become liable in consequence of contesting such
claim.

8.a. ACTION AND COMPENSATION IN CASE OF BAD WORK

If it shall appear to the Engineer-in-Charge/Site-in-Charge that any work has been


executed with bad, imperfect or unskilled workmanship, or with materials, or that
any materials or articles provided by the Contractor for execution of the work are
not of standards specified/inferior quality to that contracted for, or otherwise not in
accordance with the contract, the CONTRACTOR shall on demand in writing from
the Engineer-in-Charge/Site-in-Charge or his authorised representative specifying
the work, materials or articles complained of, notwithstanding that the same may
have been inadvertently passed, certified and paid for, forthwith rectify or remove and
reconstruct the work so specified and at his own charge and cost and expenses and in
the event of failure to do so within a period of 15 days of such intimation/
information/knowledge, the Contractor shall be liable to pay compensation equivalent
to the cost of reconstruction by the Owner. On expiry of 15 days period mentioned
above, the Owner may by themselves or otherwise rectify or remove and re-execute the
work or remove and replace with others, the materials or articles complained of as
the case may be at the risk and expenses in all respects of the Contractor. The decision
of the Engineer-in- Charge/ Site-in-Charge as to any question arising under this clause
shall be final and conclusive and shall not be raised as a dispute or shall be arbitrable.

8.b. INSPECTION AND AUDIT OF CONTRACT AND WORKS

This project is subject to inspection by various Government agencies of


Government of India. The contractor shall extend full cooperation to all the
Government and other agencies in the inspection of the works, audit of the Contract
and the documents of Contract Bills, measurements sheets etc. etc. and examination
of the records of works and make enquiries interrogation as they may

SEAL & SIGNATURE OF BIDDER 245


deem fit, proper and necessary. Upon inspection etc. by such agencies if it is pointed
out that the contract work has not been carried out according to the prescribed terms
and conditions as laid down in the tender documents and if any recoveries are
recommended, the same shall be recovered from the contractors running bills/final
bill/from ordered/suggested Security Deposit/retention money. The Contractor shall not
rise any dispute on any such account and the same shall not be arbitrable.

9. CONTRACTOR TO INDEMNIFY THE OWNER

The Contractor shall indemnify the Owner and every member, officer and employee
of the Owner, also the Engineer-in-Charge/Site-in-Charge and his staff against all the
actions, proceedings, claims, demands, costs, expenses, whatsoever arising out of or in
connection with the works and all actions, proceedings, claims, demands, costs,
expenses which may be made against the Owner for or in respect of or arising out of
any failure by the Contractor in the performance of his obligations under the contract.
The Contractor shall be liable for or in respect of or in consequence of any accident or
injury to any workmen or other person in the employment of the Contractor or his sub
contractor and Contractor shall indemnify and keep indemnified the Owner against all
such damages, proceedings, costs, charges and expenses whatsoever in respect thereof or
in relation thereto.

10. LIQUIDATED DAMAGES

In case of delay in completing the work beyond the period of contract the contractor
shall be liable to pay liquidated damages at the rate of 0.5% of the total contract value
for every week or part thereof of the delay subject to a maximum of 5% of the total
contract value. The liquidated damages shall be recovered by the Owner out of the
amounts, payable to the Contractor or from the Guarantees or Deposits furnished by
the Contractor or the Retention Money retained from the Bills of the Contractor. Should
the amount of liquidated damages is not recoverable or recovered in any manner in
part or in full, the same shall be payable by the Contractor on demand by the Owner
with 24% p.a. interest till the date of payment.

11. DEFECTS AFTER TAKING OVER OR TERMINATION OF WORK


CONTRACT BY OWNER

The Contractor shall remain responsible and liable to make good all losses or damages
that may occur/appear to the work carried out under this Contract within a period of 12
months from date of issue of the Completion Certificate and/or the date of Owner
taking over the work, which ever is earlier. The Contractor shall issue a Bank

SEAL & SIGNATURE OF BIDDER 246


Guarantee to the Owner in the sum of 10% of the work entrusted in the Contract, from any
nationalised Bank acceptable to the Owner and if however, the Contractor fails to
furnish such a Bank Guarantee the Owner shall have right to retain the Security Deposit
and Retention Money to cover the 10% of the Guarantee amount under this clause and to
return/refund the same after the expiry of the period of 12 months without any interest
thereon.

12. TERMINATION OF CONTRACT

12.1 The owner may terminate the contract at any stage of the construction for reasons to be
recorded in the letter of termination.

12.2 The Owner inter alia may terminate the Contract for any or all of the following reasons
that the contractor

a) has abandoned the work/Contract.

b) has failed to commence the works, or has without any lawful excuse under these
conditions suspended the work for 15 consecutive days.

c) has failed to remove materials from the site or to pull down and replace the work
within 15 days after receiving from the Engineer written notice that the said
materials or work were condemned and/or rejected by the Engineer under specified
conditions.

d) has neglected or failed to observe and perform all or any of the terms acts, matters
or things under this Contract to be observed and performed by the
Contractor.

e) has to the detriment of good workmanship or in defiance of the Engineer'


s instructions
to the contrary sub-let any part of the Contract.

f) has acted in any manner to the detrimental interest, reputation, dignity, name or
prestige of the Owner.

g) has stopped attending to work without any prior notice and prior permission for a
period of 15 days.

h) has become untraceable.

SEAL & SIGNATURE OF BIDDER 247


i) has without authority acted in violation of the terms and conditions of this contract
and has committed breach of terms of the contract in best judgement of the
owner.

j) has been declared insolvent/bankrupt.

k) in the event of sudden death of the Contractor.

12.3 The owner on termination of such contract shall have the right to appropriate the
Security Deposit, Retention Money and invoke the Bank Guarantee furnished by the
contractor and to appropriate the same towards the amounts due and payable by the
contractor as per the conditions of Contract and return to the contractor excess money,
if any, left over.

12.4 The owner shall have the right to carry out the unexecuted portion of work either
by themselves or by contractor through other agencies at the cost of the Contractor.

12.5 The contractor within or at the time fixed by the Owner shall depute his authorised
representative for taking joint final measurements of the works executed thus far and
submit the final bill for the work as per joint final measurement within 15 days of the
date of joint final measurement. If the contractor fails to depute their representative
for joint measurement, the owner shall take the measurement with their Engineer-in-
Charge/Site-in-Charge or any other outside representatives. Such a
measurement shall not be questioned by the Contractor and no dispute can be raised
by the Contractor for purpose of Arbitration.

12.6 The Owner may enter upon and take possession of the works and all plant, tools,
scaffoldings, sheds, machinery, power operated tools and steel, cement and other
materials of the Contract at the site or around the site and use or employ the same for
completion of the work or employ any other contractor or other person or persons to
complete the works. The Contractor shall not in any way object or interrupt or do any
act, matter or thing to prevent or hinder such actions, other Contractor or other
persons employed for completing and finishing or using the materials and plant for
the works. When the works shall be completed or as soon thereafter the Engineer shall
give a notice in writing to the Contractor to remove surplus materials and plant, if
any, and belonging to the Contractor except as provided elsewhere in the Contract and
should the Contractor fail to do so within a period of 15 days after receipt thereof the
Owner may sell the same by public auction and shall give credit to the contractor for
the amount realised. The Owner shall thereafter

SEAL & SIGNATURE OF BIDDER 248


ascertain and certify in writing under his hand what (if anything) shall be due or payable
to or by the Owner for the value of the plant and materials so taken possession and the
expense or loss which the Owner shall have been put to in procuring the works, to be so
completed, and the amount if any, owing to the Contractor and the amount which shall
be so certified shall thereupon be paid by the Owner to the Contractor or by the
Contractor to the Owner, as the case may, and the Certificate of the Owner shall be
final and conclusive between the parties.

12.7 When the contract is terminated by the Owner for all or any of the reasons mentioned
above the Contractor shall not have any right to claim compensation on account of such
termination.

13. FORCE MAJEURE

13.1. Any delay in or failure of the performance of either part hereto shall not constitute
default hereunder or give rise to any claims for damage, if any, to the extent such
delays or failure of performance is caused by occurrences such as Acts of God or an
enemy, expropriation or confiscation of facilities by Government authorities, acts
of war, rebellion, sabotage or fires, floods, explosions, riots, or strikes. The
Contractor shall keep records of the circumstances referred to above and bring these to
the notice of the Engineer-in-Charge/Site-in-Charge in writing immediately on such
occurrences. The amount of time, if any, lost on any of these counts shall not be counted
for the Contract period. One decision of the Owner arrived at after consultation
with the Contractor, shall be final and binding. Such a determined period of time
be extended by the Owner to enable the Contractor to complete the job within such
extended period of time.

13.2. If Contractor is prevented or delayed from the performing any of its obligations
under this Agreement by Force Majeure, then Contractor shall notify Owner he
circumstances constituting the Force Majeure and the obligations performance of which
is thereby delayed or prevented, within seven days of the occurrence of the events.

# 14. ARBITRATION

14.1 All disputes and differences of whatsoever nature, whether existing or which shall at any
time arise between the parties hereto touching or concerning the agreement, meaning,
operation or effect thereof or to the rights and liabilities of the parties or arising out of or
in relation thereto whether during or after completion of the contract or whether before
after determination, foreclosure, termination or breach of the agreement (other than those
in respect of which the decision of any person is, by the contract, expressed to be final and
binding) shall, after written notice by either party to the agreement to the

SEAL & SIGNATURE OF BIDDER 249


other of them and to the Appointing Authority hereinafter mentioned, be referred for
adjudication to the Sole Arbitrator to be appointed as hereinafter provided.
14.2 The appointing authority shall either himself act as Sole Arbitrator or nominate some officer of
Hindustan Petroleum Corporation Limited (referred to as owner or HPCL) to act as Sole
Arbitrator to adjudicate the disputes and differences between the parties. The
contractor/vendor shall not be entitled to raise any objection to the appointment of such officer
of the owner as the Sole Arbitrator on the ground that the said officer is an officer and/or
shareholder of the owner or that he/she has to deal or dealt with the matter to which the
contract relates or that in the course of his/her duties as an officer of the owner, he/she
has/had expressed views on all or any of the matters in dispute or difference.

14.3 In the event of the Arbitrator to whom the matter is referred to, does not accept the
appointment, or is unable or unwilling to act or resigns or vacates his office for any reasons
whatsoever, the Appointing Authority aforesaid, shall nominate another Officer of the Owner to
act as Arbitrator.

14.4 Such Officer nominated as Sole Arbitrator shall be entitled to proceed with the arbitration from
the stage at which it was left by his predecessor. It is expressly agreed between the parties that
no person other than the Appointing Authority or an Officer of the Owner nominated by the
Appointing Authority, shall act as an Arbitrator.

14.5 The Award of the Sole Arbitrator shall be final and binding on the parties to the Agreement.

14.6 The work under the Contract shall, however, continue during the Arbitration proceedings and
no payment due or payable to the concerned party shall be withheld (except to the extent
disputed) on account of initiation, commencement or pendency of such proceedings.

14.7 The Arbitrator may give a composite or separate Award(s) in respect of each dispute or
difference referred to him and may also make interim award(s) if necessary.

14.8 The fees of the Arbitrator and expenses of arbitration, if any, shall be borne equally by the
parties unless the Sole Arbitrator otherwise directs in his award with reasons. The Award of
the Sole Arbitrator shall be final and binding on both the parties.

14.9 Subject to the aforesaid, the provisions of the Arbitration and Conciliation Act, 1996 or any
statutory modification or re-enactment thereof and the rules made thereunder, shall apply to
the Arbitration proceedings under this Clause.

14.10 The Contract shall be governed by and constructed according to the laws in force in India. The
parties hereby submit to the exclusive jurisdiction of the Courts situated at Mumbai for all
purposes. The Arbitration shall be held at Mumbai and conducted in English language.

14.11 The Appointing Authority is the Functional Director of Hindustan Petroleum Corporation
Limited.

15. GENERAL

15.1. Materials required for the works whether brought by the or supplied by the Owner shall be
stored by the contractor only at places approved by Engineer-in-Charge/Site-in-Charge.
Storage and safe custody of the material shall be the responsibility of the Contractor.

SEAL & SIGNATURE OF BIDDER 250


15.2. Owner and/or Engineer-in-Charge/Site-in-Charge connected with the contract, shall be
entitled at any time to inspect and examine any materials intended to be used in or on the
works, either on the site or at factory or workshop or at other place(s) manufactured or at
any places where these are laying or from which these are being obtained and the contractor
shall give facilities as may be required for such inspection and examination.

15.3. In case of any class of work for which there is no such specification supplied by the owner as
is mentioned in the tender documents, such work shall be carried out in accordance with
Indian Standard Specifications and if the Indian Standard Specifications do not cover the
same the work should be carried out as per standard Engineering practice subject to the
approval of the Engineer-in-Charge/Site-in-Charge.

15.4. Should the work be suspended by reason of rain, strike, lock outs or other cause the contractor
shall take all precautions necessary for the protection of the work
and at his own expense shall make good any damages arising from any of these causes.

15.5 The contractor shall cover up and protect from injury from any cause all new work also for
supplying all temporary doors, protection to windows and any other requisite protection
for the whole of the works executed whether by himself or special tradesmen or sub-
contractors and any damage caused must be made good by the contractors at his own
expense.

# 15.6 If the contractor has quoted the items under the deemed exports, then it will be the
responsibility of the contractor to get all the benefits under deemed exports from the
Government. The Owners responsibility shall only be limited to the issuance of required
certificates. The quotation will be unconditional and phrases like subject to availability of
deemed exports benefit etc. will not find place in it.

SEAL & SIGNATURE OF BIDDER 251


N. PROPOSAL FORMS

SEAL & SIGNATURE OF BIDDER 252


CHECK LIST

Bidders are requested to duly fill in this check list. This check list gives only certain
important items to facilitate the bidder to make sure that the necessary data/informations as
called for in the bid document has been submitted by them along with their offer. This,
however, does not relieve the bidder of his responsibilities to make sure that his proposal is
otherwise complete in all respects:

Please ensure compliance and tick ( ) against following points:

1.0 Signing and stamping each sheet of

i) Offer ( )

ii) Original Bid document including Drawings ( )

iii) Addendum (if any) ( )

iv) Any other documents enclosures ( )

2.0 Confirm that all the details in the unpriced part have been submitted
in Original under separate file covers except
Bid document and drawings. ( )

3.0 Confirm that the following details have been submitted in the
unpriced part:

a) Covering Letter ( )

b) Bid Security/EMD as per FORMAT ( )

c) Original copy of Bidding document along with


drawing and Addendum (if any) ( )
d) List of construction tools, tackles, equipments, etc.
proposed to be deployed at site separately for each
PART indicating the year of manufacture, present
location and the numbers as per FORM PF-7 ( )

e) Site Organization Chart indicating the Line of


authority/responsibility/communication indicating
nos. personnel at each level and bio-data of key
personnel which shall be interfaced with the site
organization as per FORM PF-3/3A Separately for
each PART ( )

f) Financial details including Audited balance sheets and


profit and loss account statement for last 3 years. ( )

g) Exceptions & deviations as per


PF 4 ( )

SEAL & SIGNATURE OF BIDDER 253


h) List of sub-contractors as per PF-8 ( )

i) Construction Schedule ( )

j) Power of Attorney in the name of person signing the bid. ( )

k) Latest Sales tax Clearance certificate ( )

l) Unpriced bid ( )

m) All technical details as mentioned in the technical specification ( )

4.0 Confirm that the price bid has been submitted in duly
filled in for each item, signed and stamped on each
page, in a separate sealed envelope super scribing
PRICE PART DO NOT OPEN (Rates should be filled
up in figures as well as in words). ( )

5.0 Proper page Nos. have been given in sequential way


in all the documents submitted along with your offer
with Index. ( )

6.0 Confirm that any cutting/overwriting in the unpriced


Part has been initialled and stamped. ( )

7.0 Confirm that any cutting/overwriting in the PRICE-PART


Has been signed by you in full and stamped. ( )

SEAL & SIGNATURE OF BIDDER 254


F-1
NAME OF WORK :
NAME OF BIDDER :

INFORMATION ABOUT BIDDER

1. IN CASE OF INDIVIDUAL

1.1 Name
1.2 Whether Name is registered? If yes, any document of registration available?
1.3 Date of commencement of business
1.4 Whether he pays Income Tax over Rs. 10,000/- per year. If so furnish PAN No.

2.0 IN CASE OF PARTNERSHIP

2.1 Name of partners


2.2 Whether the partnership is registered.
2.3 Date of enlistment of firm.
2.4 If any of the partners of the firm pays income-tax over Rs. 10,000/- a year and if so which
of them pays the same? If so furnish PAN no.

3. IN CASE OF LIMITED LIABILITY COMPANY OR COMPANY LIMITED BY


GUARANTEES

3.1 Amount of paid up capital


3.2 Name of Directors
3.3 Date of Registration of Company
3.4 Copies of the Balance Sheet of the company for the last 3 years (2004-05, 05-06, 06-07)

____________________

SIGNATURE OF BIDDER
NAME AND ADDRESS OF THE BIDDER

SEAL & SIGNATURE OF BIDDER 255


PF 2

NAME OF WORK :

NAME OF BIDDER :

LIST OF ENCLOSURES

BIDDER is required to enclose the following documents as part of this tender:

1. Power of attorney of the signatory of the tender.

2. Sales Tax clearance certificate in the proforma prescribed by the Govt. of India.

3. Documents showing annual turnover of similar works for the past three years such as
annual report, profit and loss account or any other document mentioned annually.

4. Solvency Certificate from Scheduled Bank (other than Cooperative Bank).

5. Copies of Audited Balance Sheet and profit and Loss account for the last three years i.e., for
2004-05, 05-06, 06-07.

______________________
SIGNATURE OF BIDDER

SEAL & SIGNATURE OF BIDDER 256


PF - 3
PROJECT AND SITE ORGANISATION DESCRIPTION

The bidder must attach a description of the Head office and site of the organization
proposed to be committed for execution of the work. Organization chart must include
Details of key personnel, categories and numbers of personnel reporting at Head office and
Site Office, separately.

The description shall show lines of authority/responsibility/communication together with a


written description of the overall working of the organization with particular emphasis on
the Head office/site interface and monitoring and control of progress.

Bidder agrees to augment the above chart with additional number/ categories, if required
and as directed by Engineer in charge to complete the work within the completion time
schedule and quoted price.

SIGNATURE OF BIDDER: _________________________

NAME OF BIDDER: _________________________

COMPANY SEAL: _________________________

This form shall be part of contract documents.

SEAL & SIGNATURE OF BIDDER 257


PF-3A

SUMMARY OF KEY PERSONNEL

Bidder to provide a resume for each key person (indicated in the organization chart) to be
assigned by the Contractor, containing at least the following information on each person
(Additional pages are to be attached and properly designated, if necessary). Such key
personnel shall cover contractors own as well as sub-contractors employees.
_________________________________________________________
Position Details

a) Name:

b) Education Qualifications:

c) Present Position in Bidders Company:

d) Relevant Experience with Employment History:

Note: Resume is generally required for the Project Manager, Lead Site Engineers and Lead
Site Supervisors, all of whom would be assigned full time to the contract.

SEAL & SIGNATURE OF BIDDER 258


PF - 4

NAME OF WORK :

BIDDING DOCUMENT NO. :

EXCEPTION AND DEVIATIONS STATEMENT

Bidder shall list all the deviations in the following given format only. Bidder may stipulate
exceptions and deviations to Bidding Document, if considered unavoidable as per the following
format:

S.NO. PAGE NO. OF CLAUSE NO. SUBJECT DEVIATIONS


TENDER
DOCUMENT

Any exceptions/deviations brought out elsewhere in the Bid shall not be construed as valid.

SIGNATURE OF BIDDER : ___________________

NAME OF BIDDER : ___________________

SEAL & SIGNATURE OF BIDDER 259


PF 5

NAME OF WORK :

BIDDING DOCUMENT NO. :

COMPLIANCE TO BID REQUIREMENT

We confirm that our Bid complies with the total Techno-Commercial requirements of
Bidding Document.

SIGNATURE OF BIDDER : ___________________

NAME OF BIDDER : ___________________

SEAL & SIGNATURE OF BIDDER 260


PF-6

NAME OF WORK :
BIDDING DOCUMENT NO. :

DETAILS OF WORK DONE (As per clause 2.0 of NIT)

SR.N FULL DESCRIPTIO VALUE DATE SCHEDULED DATE OF REASON


O. POSTAL N OF THE OF OF COPLETION ACTUAL S FOR
ADDRRESS WORK CONTRA COMME TIME(MONTHS) COMPLETI TIME
OF OWNER CT NCEME ON OVER-
& NAME OF NT OF RUN, IF
OFFICER- WORK ANY
IN-
CHARGE

NOTE: Copy of Letter of award and completion certificate/Any other document indicating completion of the
Contract for at least two similar works shall be submitted along with the Bid.

SIGNATURE OF BIDDER : _____________________

NAME OF BIDDER : _____________________

SEAL & SIGNATURE OF BIDDER 261


PF-7

NAME OF WORK :

BIDDING DOCUMENT NO. :

DETAILS OF PROPOSED EQUIPMENT, TOOLS & TACKLES


The Bidder shall herein details of constructions equipment, tools, tackles proposed to be deployed for this work and
shall indicate in each case whether the same (A) already owned by Bidder and available for use of this Contract. (B)
Anticipated to be hired (C) anticipated to be purchased. In case of (A) present location shall be stated. In case of (B)
and (C) name and location of lending agency or supplier shall be stated.

ITEM TO BE DESCRIPTION NUMBER YEAR OF CATEGORY LOCATION REMARKS


DEPLOYED MAKE, MODEL S MANUFACT (A)OR (B) OR
AND CAPACITY URE (C) ABOVE

Bidder agrees to augment the above list with additional number/categories of equipment, tools and tackles, if required
and directed by the Engineer-in-Charge, to complete the work within the completion time schedule and quoted price.

SIGNATURE OF BIDDER : __________________

NAME OF BIDDER : __________________

SEAL & SIGNATURE OF BIDDER 262


SUB-CONTRACTORS LIST

NAME & ADDRESS DESCRIPTION OF EXPERIENCE DETAILS OF THE SUB-CONTRACTOR IN BRIEF IN


OF SUB- WORK TO BE SUB- TERMS OF DETAILS OF WORK DONE AND MAXIMUM SINGLE
ONTRACTOR CONTRACTED CONTRACT VALUE EXECUTED

NOTE : i) IF NO SUB-CONTRACTOR ARE ANTICIPATED, ENTER THE WORD NONE


ii) INCASE OF BACK-UP CONSULTANT MOU/CONSENT LETTER SHOULD BE
FURNISHED.

(SIGNATURE OF BIDDER)

SEAL & SIGNATURE OF BIDDER 263


COMMERCIAL QUESTIONNAIRRE

The Bidders reply /confirmation as furnished in the commercial questionnaire shall


supercede the stipulations mentioned elsewhere in their bid.

SL.NO HPCLS QUERY BIDDERS REPLY/


CONFIRMATION
1. Confirm that Bid Security/Earnest Money as per bid
stipulations have been furnished along with unpriced bid.
2. Confirm that all details, in unpriced part i.e. Part-I has been
submitted in original.

3. Confirm that prices have been submitted in a separate sealed


envelope super scribing PRICE PART-DO NOT OPEN
and in the Price Bid format.
4. Confirm your compliance to the qualification criteria of bid
document.
5. Confirm your compliance to scope of work/technical
specifications as specified in bid document.
6. Confirm that all materials shall be supplied as per standards
& specifications given in bid document.
7. Confirm that all materials except HPCLs Scope of supply
shall be supplied by the contractor at their cost without any
liability on the part of HPCL.
8. Confirm that the quoted Price includes the cost for carrying
out complete work as per drawings/specific
requirement/schedule of quantities/scope of work, Preamble
to SOQ, Unpriced bid, SOQ, SHE Policy, SCC & GTC of
the tender document whether expressly mentioned in the
item description of Priced Bid or not.
9. Confirm that the quoted price includes all taxes (service
taxes etc.), duties(customs, excise, etc.) and insurance cost
as specified in Special Conditions of contract.
10. Confirm that AMC rates have been quoted in the PRICE
BID format.
11. Confirm your compliance to HPCL payment terms in toto as
per Appendix I of Special Conditions of contract.
12. Confirm that there are No counter terms and conditions in
the Price-Part and in case any terms and conditions are
mentioned, the same shall be treated as null & void.
13. Confirm that all the proposal forms along with the Check
List are filled and submitted along with Part-1 of offer
strictly as per proforma given in bid document.

SEAL & SIGNATURE OF BIDDER 264


SL.NO HPCLS QUERY BIDDERS REPLY/
CONFIRMATION
14. Confirm that you have proposed adequate Project/Site
organization with supervisory personnel having good
experience and the chart is enclosed.
15. Confirm that the price shall be firm till completion of work
in all respects.
16. Confirm that the quoted Price is not subjected to any
escalation.
17. Confirm that all Technical Data for IBMS equipments
forming part of this tender document has been filled in.
18. The planning schedule, S-curves, manpower estimate,
construction equipment deployment schedule etc., submitted
by the bidder with his Bid, is well considered and adequate
and shall not be basis for extra compensation in case actual
needs are higher.

Detailed planning schedule developed by


Contractor after award may be subject to
fluctuations depending upon actual progress of the
project and available work front.
CO-ORDINATION and making available
Contractor of all staff, manpower, construction
equipment, tools, cranes, etc. and materials as
required for a timely completion of all WORK as
per HPCLs. Construction and priority schedule and
in accordance with the available work front are
included in the quoted rates.
Bio data of key personnel; such as Project Manager,
Construction Manager; Lead Engineer for all
relevant categories has been submitted in your Bid.
19 Please confirm that all the construction equipment, tools &
tackles as indicated in Proposal Form PF-7 shall be
deployed at site. You shall also deploy additional
equipments if deemed necessary to complete the works in
Schedule Time.
20 Confirm that the rates have been printed/ typed in figures
and words. Also the amount column has been printed/ typed.
21 Please confirm whether the vendor had gone through the
scope matrix between AC vendor and I/O Summary and has
considered the same while quoting.
22 Please confirm whether the vendor has considered scope of
design wherever it is mentioned in the Schedule Of
Quantities.

SEAL & SIGNATURE OF BIDDER 265


CHECK LIST

Bidders are requested to duly fill in this check list. This check list gives only certain
important items to facilitate the bidder to make sure that the necessary data/informations
as called for in the bid document has been submitted by them along with their offer. This,
however, does not relieve the bidder of his responsibilities to make sure that his proposal
is otherwise complete in all respects:

Please ensure compliance and tick ( ) against following points:

1.0 Signing and stamping each sheet of

i) Offer ( )

ii) Original Bid document including Drawings ( )

iii) Addendum (if any) ( )

iv) Any other documents enclosures ( )

2.0 Confirm that all the details in the unpriced part have been submitted
in Original including Bid document and drawings. ( )

3.0 Confirm that the following details have been submitted in the
unpriced part:

a) Covering Letter ( )

b) Bid Security/EMD as per FORMAT ( )

c) Original copy of Bidding document along with


drawing and Addendum (if any) ( )

d) List of construction tools, tackles, equipments, etc.


proposed to be deployed at site separately for each
PART indicating the year of manufacture, present
location and the numbers as per FORM PF-7 ( )

e) Site Organization Chart indicating the Line of


authority/responsibility/communication indicating
nos. personnel at each level and bio-data of key
personnel which shall be interfaced with the site
organization as per FORM PF-3/3A ( )

SEAL & SIGNATURE OF BIDDER 266


f) Financial details including Audited balance sheets and
profit and loss account statement for last 3 years. ( )

g) Exceptions & deviations as per


PF 4 ( )

h) List of sub-contractors as per PF-8 ( )

i) Construction Schedule ( )

j) Power of Attorney in the name of person signing the bid. ( )

k) Latest Sales tax Clearance certificate ( )

l) Priced bid in proper format as per relevant clause of ITB ( )

m) All technical details as mentioned in the technical specification ( )

4.0 Confirm that the price bid has been submitted in duly
filled in for each item, signed and stamped on each
page, in a separate sealed envelope super scribing
PRICE PART DO NOT OPEN (Rates should be filled
up in figures as well as in words). ( )

5.0 Proper page Nos. have been given in sequential way


in all the documents submitted along with your offer
with Index. ( )

6.0 Confirm that any cutting/overwriting in the unpriced


Part has been initialled and stamped. ( )

7.0 Confirm that any cutting/overwriting in the PRICE-PART


Has been signed by you in full and stamped. ( )

8.0 Confirm that the AMC rates have been quoted in the Price Bid ( )

9.0 Confirm that all the technical data of IBMS equipments


in the unpriced part of this tender document has been duly filled in ( )

SEAL & SIGNATURE OF BIDDER 267


O. DRAWINGS

SEAL & SIGNATURE OF BIDDER 268


LIST OF DRAWINGS FOR IBMS TENDER

SL.
NO DESCRIPTION DRAWING NO: REVISION
PROPOSED FIRST FLOOR DATA CENTER
1 GAS SUPPRESSION SYSTEM-2 HPCL-IBMS-GM-2007-59306 R0
PROPOSED FIRST FLOOR DATA CENTER
2 GAS SUPPRESSION SYSTEM-1 HPCL-IBMS-GM-2007-59309 R0
FIRE ALARM & PA SYSTEM - SECOND
3 FLOOR HPCL-IBMS-GM-2007-55844 R1
FIRE ALARM & PA SYSTEM - FIRST
4 FLOOR HPCL-IBMS-GM-2007-55845 R1
FIRE ALARM & PA SYSTEM- GROUND
5 FLOOR HPCL-IBMS-GM-2007-55846 R1
SCHEMATIC DIAGRAM FOR DDC PANEL-
6 AHU HPCL-IBMS-GM-2007-59302 R0
SCHEMATIC DIAGRAM FOR DDC PANEL -
7 CHILLER HPCL-IBMS-GM-2007-59303 R0
ACCESS CONTROL & CCTV GROUND
8 FLOOR HPCL-IBMS-GM-2006-46785 R2

9 ACCESS CONTROL & CCTV FIRST FLOOR HPCL-IBMS-GM-2006-46786 R2


ACCESS CONTROL & CCTV SECOND
10 FLOOR HPCL-IBMS-GM-2006-46787 R2

11 DDC LOCATION FOR GROUND FLOOR HPCL-IBMS-GM-2007-59314 R0

12 DDC LOCATION FOR FIRST FLOOR HPCL-IBMS-GM-2007-59313 R0

13 DDC LOCATION FOR SECOND FLOOR HPCL-IBMS-GM-2007-59315 R0

14 CCTV LAYOUT FOR SITE PLAN HPCL-IBMS-GM-2007-59379 R0

NOTE: ALL ATTACHED DRGS ALONG WITH THE TENDER ARE FOR TENDERING
PURPOSE ONLY AND FOR THE EXECUTION PURPOSE EXECUTION DRGS WILL BE
RELEASED BY HPCL/CONSULTANT.

SEAL & SIGNATURE OF BIDDER 269

Você também pode gostar