kerala medical services corporation limitedkmscl.kerala.gov.in/media/tender fire alarm...
TRANSCRIPT
TENDER FOR FIRE ALARM AND FIRE FIGHTING SYSTEM WORKS FOR PHASE - I EXPANSION OF KSIHFW AT
THYCAUD, TRIVANDRUM Page 1
KERALA MEDICAL SERVICES CORPORATION LIMITED
(Dept. of Health & Family Welfare, Govt. of Kerala)
Thycaud P.O, Thiruvananthapuram,
Kerala - 695 014
TENDER DOCUMENT
for
FIRE ALARM AND FIRE FIGHTING SYSTEM WORKS FOR PHASE - I
EXPANSION OF KSIHFW AT THYCAUD, TRIVANDRUM (TENDER NO: KMSCL/Projects/T/2013/039)
Name of Tenderer :
Address :
Signature of Tenderer :
Last date and time for the receipt of Tender: 11:00 am; 13/03/2013 ; 13/09/2010
Date of opening of technical bid: 11:30 am; 13/03/2013 2.30 pm; 13/09/2010
NOT TRANSFERABLE
For details;
www.kmscl.kerala.gov.in
e-mail: [email protected]
TENDER FOR FIRE ALARM AND FIRE FIGHTING SYSTEM WORKS FOR PHASE - I EXPANSION OF KSIHFW AT
THYCAUD, TRIVANDRUM Page 2
INDEX
Sl. NO. DESCRIPTION PAGE NO.
1. SECTION – I INTRODUCTION 3
2. SECTION – II NOTICE INVITING TENDER 4
3. SECTION – III MINIMUM ELIGIBILITY CRITERIA OF TENDERS 6
4. SECTION – IV INSTRUCTIONS TO TENDERERS 7
5. SECTION – V
GENERAL CONDITIONS OF CONTRACT
18
6. SECTION – VI SPECIAL CONDITIONS OF CONTRACT 43
7. SECTION – VII TECHNICAL SPECIFICATION 57
8. ANNEXURE – I DECLARATION BY TENDERER 79
9. ANNEXURE – II AGREEMENT 80
10. ANNEXURE – III BANK GUARANTEE FORMAT 82
11. ANNEXURE – IV CHECK LIST 84
12. ANNEXURE – V
GENERAL INFORMATION ABOUT THE
TENDERER 85
13. ANNEXURE – VI
PROFORMA FOR PRE QUALIFICATION OF
CONTRACTOR 87
14. ANNEXURE – VII POWER OF ATTORNEY 88
15. ANNEXURE – VIIl DECLARATION 89
16. ANNEXURE-IX DRAWINGS 90
16. ANNEXURE – X SCHEDULE OF QUANTITY 96
TENDER FOR FIRE ALARM AND FIRE FIGHTING SYSTEM WORKS FOR PHASE - I EXPANSION OF KSIHFW AT
THYCAUD, TRIVANDRUM Page 3
SECTION I
INTRODUCTION
1.1. The Kerala Medical Services Corporation Limited - KMSCL (Tender Inviting
Authority) is a fully owned Government of Kerala company set up in 2007 for
providing services to the various health care institutions under the Department
of Family Welfare and Health. One of the key objectives of the KMSCL is to
act as the central procurement agency for all essential drugs and distribute to
health care institutions under the health department.
1.2. KMSCL is planning to provide Fire Alarm and fighting works for the Hostel
building of phase- 1 expansion of KSIHFW at Trivandrum.
1.3. Every paise spend by the corporation is public money and hence accountable.
Therefore, each and every contractor guarantee to all the works under this
tender and the performance of the works by the Corporation have to be given
paramount importance. Corporation will be dealing with defaulters in these
fronts with a firm hand, which may lead to black listing and recovery of
damages.
Looking forward for a long standing relation with you.
Best wishes,
Sd/-
Date: 28 /02/2013 Managing Director, KMSCL
& Tender Inviting Authority
TENDER FOR FIRE ALARM AND FIRE FIGHTING SYSTEM WORKS FOR PHASE - I EXPANSION OF KSIHFW AT
THYCAUD, TRIVANDRUM Page 4
SECTION II
NOTICE INVITING TENDER
Tender No: (KMSCL/Projects/T/2013/39)
Sealed item rate tenders in two bid system are invited from Eligible contractors for
the following work:-
Name of work - Fire Alarm and Fire Fighting Works
for phase-I expansion of KSIHFW
Thycaud TRIVANDRUM
Period of completion - 2 months
Earnest Money Deposit - Rs 31,600/-
Tender Fee - Rs1995/-
Date of Sale of Tender documents - From 10.00 AM on 01/03/2013
Last date of submission of Tender - up to 11.00 AM on 13 /03/2013
Date of opening of
Technical Bid - 11.30 AM on 13 /03/2013
Firm period of the Tender - 120 days
Consultants - KITCO Ltd,
P.B .No.4407, Femith’s,
Puthiya Road, NH By Pass,
Vennala, Kochi-28
TENDER FOR FIRE ALARM AND FIRE FIGHTING SYSTEM WORKS FOR PHASE - I EXPANSION OF KSIHFW AT
THYCAUD, TRIVANDRUM Page 5
Sale of Tender Documents
Sealed item rate tenders in two bid system are invited by KMSCL from Contractors
who meet the minimum eligibility criteria for undertaking the execution of the work.
A certified copy of the Contractor’s registration certificate shall be enclosed with the
tender. Partnership firms shall furnish full names of all partners in the tender. The
offer may, however, be signed by one of the partners or by a duly authorized
representative. In case of authorized person, the power of attorney to sign the
document shall be attached along with their offer. In the case of limited companies,
the authorized person as per the memorandum and articles of association or by a
duly authorized representative shall sign the offer. In case of authorized person, the
power of attorney to sign the document shall be attached along with their offer.
Tender documents can be had from the office of the under signed during office hours
on payment towards tender fee as cash or DD in favour of The Managing Director,
Kerala Medical Services Corporation Ltd. at any Nationalized/ Scheduled bank in
Thiruvananthapuram.
Tender Documents can also be down loaded from our website
www.kmscl.kerala.gov.inThose who download it shall remit the tender fee as cash or
DD and the cash receipt/DD shall be enclosed with the tender document.
Sd/-
Date: 28 /02/2013 Managing Director, KMSCL
& Tender Inviting Authority
TENDER FOR FIRE ALARM AND FIRE FIGHTING SYSTEM WORKS FOR PHASE - I EXPANSION OF KSIHFW AT
THYCAUD, TRIVANDRUM Page 6
SECTION - III
Minimum Eligibility Criteria of Tenders
.
Eligibility Criteria
1. The tenderer should be well established licensed agency in the field of Fire
Engineering/ Fire protection system with minimum 5 years standing in the
field.
2. The tenderer should have satisfactorily completed one similar works of
value not less than 8 Lakhs in a single Contract, during the last 3 years as
Prime Contractor (satisfactory completion certificate from the Client for the
work done should be submitted along with the application for issue of
tender document).
3. Average annual turnover should be more than 13 lakhs of the work for
three preceding years. (Audited Balance sheets showing turnover, Profit &
Loss account of the firm for the preceding 03 years (2009-10, 2010-11 &
2011-12) should be submitted along with the application for issue of
tender document.)
4. The tenderer should have a valid Service Tax Registration Certificate. (The
copy of the same shall be produced along with the application for issue of
tender document)
tr
TENDER FOR FIRE ALARM AND FIRE FIGHTING SYSTEM WORKS FOR PHASE - I EXPANSION OF KSIHFW AT
THYCAUD, TRIVANDRUM Page 7
SECTION IV
INSTRUCTIONS TO TENDERERS
1a. Tenderers are strongly advised to go through all the documents in connection
with this contract very carefully. The tender documents can be obtained from
the office of: Kerala Medical Services Corporation Ltd, Thycaud P.O,
Thiruvananthapuram-14 on cash payment of Rs1995/- including taxes (non-
refundable).
1b. Sealed item rate tenders (pre-qualification cum Techno-commercial bid and
priced bid) superscribed with the tender number and the opening date
should be deposited in the office of the Kerala Medical Services Corporation
Ltd, Thycaud P.O, Thiruvananthapuram-14 before 11.30 AM on 13/03/2013
Any tender received after the due time will be rejected.
Procedure for submission and opening of tenders.
Tenderer shall submit their offer in two separate sealed envelopes. Envelope
No.1 to be addressed and superscribed “Prequalification cum techno-
commercial bid”, and containing the pre-qualification documents with the
name of work and address of the tenderer in the prescribed form along with
supporting documents duly filled in and signed on all pages and the details
asked for pre-qualification and the Main Tender Document, which is the
techno-commercial bid.
The EMD has also to be kept in the same cover-1
Letter accompanying the tender with any technical details other than those
stipulated in the tender has also to be kept in this cover.
The contractor has to study the tender and any technical improvement they
feel to be incorporated may be specified by the contractor along with the
techno-commercial bid in cover-1. Financial implications of conditions if any
the contractor has included in the prequalification bid may be loaded with
the price quoted for comparison of bids. The decision of the KMSCL will be
final and binding on the contractor in this respect.
Bidders shall also enclose the following documents in cover-1:
i. Programme for Completion
ii. Contractor’s proposed site organization chart.
iii. The tender document duly signed on all pages including drawings, if
any.
TENDER FOR FIRE ALARM AND FIRE FIGHTING SYSTEM WORKS FOR PHASE - I EXPANSION OF KSIHFW AT
THYCAUD, TRIVANDRUM Page 8
Envelope No.2 to be addressed and superscribed “PRICE BID” containing
the Schedule of items and rates and price bid duly filled in the manner
specified in tender schedule duly signed on all pages.
Envelope-2 SHALL NOT contain any other documents including requests for
any change in technical/commercial conditions.
Envelope No.1 and 2 shall be put together in envelope No.3 duly sealed and
indicating Tender number, the name and address of the tenderer and to be
addressed and super scribed “Offer for the tender for Fire Alarm and Fighting
System works for the Hostel Building at Trivandrum. The tenders should be
prepared and submitted as per the tender formats only prescribed in the
tender document and should be addressed to:
The Managing Director
Kerala Medical Services Corporation Ltd
Thycaud.P.O.
Thiruvananthapuram -695 014
Kerala State
Phone Fax: 0471-2335374/73
Email: [email protected]
1c. Prequalification cum techno-commercial bids will be opened in the presence
of contractors or their authorised representatives who are present at the office
of KMSCL at 11.30 AM on 13/03/2013. The bids of those contractors
who have submitted EMD will be considered for further evaluation. These
contractors shall have to submit if requested by KMSCL/Consultant, additional
details/clarifications on technical/ commercial matters, in order to bring all bids
to the same technically and commercially acceptable level. The priced bids of
those contractors who meet the minimum pre-qualification criteria shall be
opened at the office of the Managing Director, KMSCL, Thycaud P O,
Trivandrum on a date to be notified later to the eligible tenderers.
1d. After the public opening of the tenders, the information relating to the
examination, clarification, evaluation and comparison of tenders and
recommendations concerning the award of contract shall not be disclosed to
the tenderers and other persons not officially concerned with such process.
1e. There will not be any individual communication in respect of general notices,
amendments, etc. The prospective offers are advised to check for updates in
our website www.kmscl.kerala.gov.in on a day to day basis. Individual
communications will only be issued in exceptional cases, at the discretion of
the Tender Inviting Authority. All notices/information will also be disseminated
through the Tender Inviting Authority’s website and it will be binding on the
TENDER FOR FIRE ALARM AND FIRE FIGHTING SYSTEM WORKS FOR PHASE - I EXPANSION OF KSIHFW AT
THYCAUD, TRIVANDRUM Page 9
tenderers. The prospective tenderers are advised to browse the website of the
Tender Inviting Authority on a day-today basis till the tender is concluded.
1f. Prior to the expiry of the period of validity of the tender the KMSCL will notify
the successful tenderer in writing by registered letter that his tender has been
accepted. This letter (herein after referred as letter of acceptance) shall name
the sum which KMSCL will pay to the contractor in consideration of the
execution, completion, operation, maintenance and guarantee of the works
by the contractor as specified by the contract (herein after called the contract
price). This letter of acceptance will constitute the formation of a contract.
2. Tenders not properly filled, mutilated with incorrect calculations or generally
not complying with the conditions may be rejected.
3. For percentage rate contract only a single rate as an overall percentage above
or below or at the rate given in the schedule by a single entry at the bottom of
the schedule under the head quoted rate, shall be made. The overall
percentage rate accepted and specified in the agreement shall not be varied
on any account whatever.
4. If the tender is made by an individual it shall be signed with his full name and
his complete address shall be given. If it is made by partnership firm it shall be
signed with the co-partnership name by a member of the firm who shall sign
his own name and give the name and address of each partner of the firm and
attach a copy of 'Power of Attorney' with the tender authorising him to sign
on behalf of the other partners. A certified copy of the ‘Registered Partnership
Deed’ shall also be submitted along with the tender. In case the tender is
made by or on behalf of a company incorporated under the Companies Act,
1956, it shall be signed by the Managing Director or by one of the Directors
duly authorised on this behalf and shall include a copy of the 'Power of
Attorney' with the tender. A certified copy of the registered deed shall also be
submitted along with the tender. The tender should be in a sealed cover.
5. EMD/SECURITY DEPOSIT/RETENTION MONEY
A. EMD
Earnest Money Deposit is 2.5% of Estimated value, subject to a maximum of
Rs.31,587 /- in the form of crossed demand draft in favour The Managing
Director, Kerala Medical Services Corporation Ltd. at any Nationalized bank in
Thiruvananthapuram.
EMD of the unsuccessful tenders will be refunded without any interest on
finalization of contract with the successful tenderer or on the expiry of the
validity period whichever is earlier.
EMD may be forfeited.
TENDER FOR FIRE ALARM AND FIRE FIGHTING SYSTEM WORKS FOR PHASE - I EXPANSION OF KSIHFW AT
THYCAUD, TRIVANDRUM Page 10
i. If a bidder withdraws his bid during the period of validity specified.
ii. If the successful bidder fails within the time limit to sign the contract document
or fails to furnish the required security deposit.
B. SECURITY DEPOSIT:
The successful tenderer will deposit an amount equal to 5% of the awarded
contract value in the form of Bank guarantee from nationalised Bank and
valid for the entire period of construction plus defect liability period of 12
months within Ten days of the award of the work.
EMD will be refunded to the contractor after remittance of the security and
execution of the agreement. The SECURITY DEPOSIT will be refunded to the
contractor after the Defect Liability Period.
C. Retention money
i) Retention money of 10% will be deducted from each running bill up to a maximum
of 10% of contract value.
ii) 5% of retention money will be released at the completion of work at the time of
final settlement.
iii) Balance 5% will be released at the completion defect liability period of 12 months
from the date of handing over the project.
iv) Incase, the contractor submit a bank guarantee for 5%retention amount, the same
amount will be released..
All the deposits of EMD, SECURITY DEPOSIT AND RETENTION MONEY
will not bear any interest whatsoever.
D. Income-tax and Surcharge on Income Tax at the rate prevailing at the time of
payment will be deducted from each running bill and final bill.
E. All statutory payments in connection with the employment of the Workmen &
Employees State Insurance for this work will be borne by the Contractor at the
prevailing rates.
Recovery towards Kerala State construction Worker’s welfare fund will be
made from each running bill and final bill at prevailing rate (currently 1% of
bill amount) and will be remitted by the KMSCL to the concerned department.
The contractor is the employer of all the workers engaged for this work and
should therefore take all required registrations and pay premiums correctly to
labour welfare funds/Employees State Insurance, PF, Cess Act 1996 etc.
TENDER FOR FIRE ALARM AND FIRE FIGHTING SYSTEM WORKS FOR PHASE - I EXPANSION OF KSIHFW AT
THYCAUD, TRIVANDRUM Page 11
The contractor will be responsible for the payment of minimum wages and
compliance under the various enactments regarding the workers deployed by
him.
F. Sales Tax on work (work contract tax) shall be deducted at the prevailing rates
on the gross payment, for contractors having K.G.S.T registration. For those
contractors without K.G.S.T registration the deduction for work contract tax
shall be as per K.G.S.T rules.
The deduction towards statutory deductions shall be changed if the
government revises the rate. Any tax omitted, to be deducted in any part bill
shall be deducted in the subsequent bills/final bill.
6. PERIOD OF VALIDITY
The tender shall remain valid for acceptance for a period of 120 days from the
date of submission of the tenders. If any tenderer withdraws his tender before
the said period or makes any modifications in terms and conditions of the
tender, then the “KMSCL” has the liberty to forfeit the said Earnest Money
Deposit.
7. INSPECTION OF SITE
Every tenderer is expected to inspect the site of the proposed work and
acquaint himself with the site conditions approaches, availability of raw
materials, geological and weather conditions etc. before quoting his rates.
He must go through all the drawings, specifications and other tender
documents. Any further clarifications in the drawings and documents can be
had from the Consultants at the above mentioned address.
8. QUANTUM OF WORK
A schedule of approximate quantities for various items accompanies this
tender. It shall be definitely understood that the Consultant/ "KMSCL” do not
accept any responsibility for the correctness or completeness of this schedule
in respect of items and quantities and this schedule is liable to alteration by
deletions, deductions, or additions at the discretion of the Consultant
/"KMSCL" without affecting the terms of the contract.
The “KMSCL” reserves the right to increase or decrease the quantum of work
at site without assigning any reason.
9. ALL INCLUSIVE RATES
The contractor's rate must be firm and include the cost of transportation of
material to the site, all taxes such as Sales Tax, Excise and Octroi etc. and
the fixing or placing in position for which the item of work is intended to
be operated. The rates quoted by the Contractor shall be firm throughout
TENDER FOR FIRE ALARM AND FIRE FIGHTING SYSTEM WORKS FOR PHASE - I EXPANSION OF KSIHFW AT
THYCAUD, TRIVANDRUM Page 12
the contract period and there shall be no upward revision of the rates quoted
by the contractor for any reason whatsoever. In addition to the statutory
deductions towards Income Tax, work contract tax shall be deducted on the
state government at the current rates. However the rate of deduction towards
work contract tax shall be changed if the government revises the rates. And
also deductions shall be made towards any other tax imposed by the
government prior to the last date for submission of Tender. It should be
clearly understood that any claims for Sales Tax, Excise duty, Construction
tax or any other tax existing as on the last date for submission of Tender,
shall not be entertained in any case what so ever once the tenders are opened.
Also, any claim on account of variation in the rates of taxes prevailing as on
the last date for submission of Tender, will not be considered.
10. INTERPRETING SPECIFICATIONS
In interpreting the specifications, the following order shall be followed:
a) Specification mentioned in Schedule of quantities
b) Special Conditions of Contract
c) Drawings
d) Instructions to Tenderers & General Conditions of Contract
Matters not covered by the specifications given in the contract as a whole shall
be covered by the relevant Indian Standard Codes. If such codes on a
particular subject have not been framed, the decision of the
Consultant/KMSCL shall be final.
11. No alterations shall be made by the tenderer in the Notice Inviting Tenders,
Instructions to the contractors, Contract form, Conditions of the Contract,
Drawings and Specifications and if any such alterations are made or any
special conditions attached, the tender is liable to be rejected.
12. The acceptance of a tender shall rest with the Authorized Representative of the
“KMSCL”, who does not bind himself to accept the lowest tender and reserves
to himself the authority to reject any or all the tenders received without
assigning any reason(s) whatsoever.
13. The authorized representative of the “KMSCL” reserves the right of
accepting the whole or any part of the tenders received and the tenderer
shall be bound to perform the same at the rate quoted.
14. The work shall be carried out under the direction and supervision of the
Consultant/KMSCL or their representative at site. On acceptance of the
tender, the contractor shall intimate the name of his accredited
TENDER FOR FIRE ALARM AND FIRE FIGHTING SYSTEM WORKS FOR PHASE - I EXPANSION OF KSIHFW AT
THYCAUD, TRIVANDRUM Page 13
representative who would be supervising the construction and would be
responsible for taking instructions for carrying out the work.
15. The Consultant's/ KMSCL's decision with regard to the quality of the material
and workmanship will be final and binding, any material rejected by the
Consultant/ KMSCL shall be immediately removed by the contractor.
16. SUB-LETTING:
No part of the contract shall be sublet without the written permission of the
Consultant and the KMSCL nor shall transfers be made by 'Power of Attorney'
authorizing others to carryout the work or receive payment on behalf of
the tenderer.
17. DEFECTS LIABILITY PERIOD:
Any defect developed within 'Defect Liability Period' of 12 months will have
to be rectified by the contractor at their own cost and in case the defects
are not rectified by the contractor in time, The Consultant/”KMSCL” or their
representative shall get the work done at the risk and cost of the contractor.
18. DELAYS IN COMMENCEMENT:
The contractor shall not be entitled to any compensation for any loss suffered
by him on account of delays in commencing or executing the work,
whatever the cause for such delays may be including delays in procuring
Government Controlled or other materials.
19. OCCUPATION IN PART:
If the KMSCL wants to occupy areas in part, the contractor shall complete
the work of these areas in conjunction with the KMSCL and hand over the
same to the KMSCL without affecting any of the clause of contract
agreement.
20. The contractor should inspect the source of material, their quality, quantity
and availability. The material must strictly comply with the relevant I.S.
specifications.
21. The contractor must co-operate and co-ordinate with other contractors
involved in other works on the site. The contractor should also note that they
shall have to clear the site of vegetation, debris etc. before the commencement
of the work and that no extra payment is permissible on this account.
22. PERIOD OF CONSTRUCTION:
TENDER FOR FIRE ALARM AND FIRE FIGHTING SYSTEM WORKS FOR PHASE - I EXPANSION OF KSIHFW AT
THYCAUD, TRIVANDRUM Page 14
Time is the essence of the contract. The total work has to be completed within
the time stipulated in the Notice Inviting Tender. Commencement of the work
shall be considered from the 7th
day on receipt of work order or the date of
handing over the site to Contractor whichever is later. The contractor shall
draw a detailed schedule of programme in the form of a Gantt chart an
approved format within one weeks of date of issue of work order and submit
to the Consultants for their approval.
23 PENALTY FOR DELAY
The building work has to be completed and handed over within the stipulated
time as per tender conditions. If the contractor fails to complete and hand over
the building within the specified period, the penalty shall be charged at 0.5%
of the contract amount per week of delay till it is handed over or till the
penalty reaches 5% of the contract amount, after which the KMSCL shall have
the right to terminate the contract and the balance work will be arranged at
the risk and cost of the contractor unless and until the period of completion is
suitably extended by the KMSCL due to valid reasons.
24. CONTRACTOR'S STORE AND SITE OFFICE:
Suitable area near the site of work to the extent available, shall be allotted to
the contractor free of cost for storing his tools and plants, materials and for his
site office and cement go-down. However, the structure will be provided by
him at his own expense and he will be solely responsible for guarding his
property and shall cover his property with requisite insurance against theft, fire
etc. The contractor however will have to dismantle the sheds and vacate the
land of all debris etc. at his own expense after completion of work.
25. PROCEDURE FOR PREPARATION AND SUBMISSION OF CONTRACT
CERTIFICATES AND OTHER BILLS FOR PAYMENT
(A) Contract Certificate: When the Contractor has carried out works to such extent
to justify calling for an interim contract certificate referred as ‘RA Bills’ as per
the provisions of the contract, he shall proceed to prepare and submit for
payment papers the following manner.
All papers should carry the name of work the date of the measurement
recording, the contract no., chronological serial no. of the contract, page
numbers should be serially marked.
(B) Measurements
1. The measurements shall be recorded by the Consultant’s Engineer jointly with
Contractors authorized representative and record them directly in the
Measurement Books and shall be signed at the end of each session of
measurement or the day’s work as the case may be, by both the parties
TENDER FOR FIRE ALARM AND FIRE FIGHTING SYSTEM WORKS FOR PHASE - I EXPANSION OF KSIHFW AT
THYCAUD, TRIVANDRUM Page 15
(Consultant’s Engineer and the Contractor). Initials of the Engineer with date
should be put on every page. The measurements are to be check measured
by another senior level Engineer of the Consultant’s.
2. The M.book shall be in the custody of the Engineer of the Consultant and
should be handed over to KMSCL after the completion of the work .
3. Extra or deviated items as claimed by the Contractor shall not be recorded in
the M.book until they are approved by the competent authority.
4. The Contractor shall then prepare his detailed bill, in quadruplicate in the
name of the KMSCL(Original, duplicate & quadruplicate) based on the
certified measurements, and the accepted rates applicable for each item.
There shall be an abstract of the value of works measured for each. The
quantities given herein shall be the total upto date quantities. The deduction
to be made such as Retention money, Income tax, Sales tax, Labour Welfare
Fund, advances already made on earlier bills, cost of materials if any issued
etc. will be made and the net amount will be arrived at. These together with
Photostat copy of accepted ‘Measurements’ sheets along with the M.book shall
be submitted to the Consultant with a covering letter addressed the KMSCL.
He will retain the quadruplicate for his reference. A copy of the covering letter
should be sent to the KMSCL.
5. The Consultant shall then process the bill making correction, if any, required
and forward the original and one copy to the KMSCL for payment.
6. The KMSCL shall verify the bills and the M.Book, incorporate necessary
corrections, wherever deemed necessary, get it audited and arrange for the
payment. Payment shall through RTGS/NEFT in which the Contractor shall
open the account RTGS/NEFT facility.
7. Extra items, which are not ordered in writing by the KMSCL, should not be
included in the measurements.
(C) Certificate of Payments:
(i) The contractors shall be paid payment by the KMSCL from time to time by
installments under Interim Certificates to be issued by the Consultant, to the
contractor on account of the works executed. Retention as per Cl.III-5C of the
Instruction to the tenderer will be recovered.
(ii) 60% of the contract price shall be paid on pro-rata on receipt of materials at
site in good conditions. The minimum bill value (Eligible payment) shall be
Rs.4 lakhs.
(iii) 20% of contract price shall be paid on pro-rata on completion of erection of
the materials at site. The minimum bill value (Eligible payment) shall be Rs.2
lakhs.
TENDER FOR FIRE ALARM AND FIRE FIGHTING SYSTEM WORKS FOR PHASE - I EXPANSION OF KSIHFW AT
THYCAUD, TRIVANDRUM Page 16
(iv) 10% of the contract price shall be paid on obtaining statutory approvals
including NOC’s from fire and rescue department and electrical inspectorate.
(v) 10% of the contract price shall be paid on commissioning of the system after
effecting deductions towards penalty for delay in the execution of work.
(vi) All statutory deductions are as applicable shall be effected from each bills.
(vii) The Consultant/ KMSCL shall have power to withhold any Certificate if the
works or any parts thereof are not being carried out to his satisfaction.
(v) The Consultant shall have power to withhold any Certificate for making any
correction in any previous Certificate which shall have been issued by him.
(vi) No payment shall be made to the Contractor if the Contractor fails to insure
the works and keep them insured till the issue of the Virtual Completion
Certificate.
(D) Right of Technical Scrutiny:
The KMSCL shall have a right to cause a technical examination of the works
by any of the persons or organizations as appointed by the KMSCL and all bill
of the contractor including all supporting vouchers, abstracts etc of all bills. If
as a results of this examination or otherwise any sum is found to have been
over paid or over certified it shall be lawful for the KMSCL to recover the sum
from any payment due to the contractor this works or any other work or works
being carried out by the contractors elsewhere under the KMSCL.
(E) Abandonment of works:
If at any time after the acceptance of the tender, the KMSCL shall, for any
reasons whatsoever not require the whole or works any part of the works to be
carried out, the Consultant shall give notice in writing to the contractor who
shall have no claim to any payment of compensation or otherwise whatsoever
on account of any profit or advantage which he might have derived from the
execution of the whole works.
(F) Return of Surplus materials :
Notwithstanding anything to the contrary surplus contained in any or all the
clause of this materials contract, where any material for the execution of the
contract is procured with the assistance of the KMSCL by purchases made
under orders or permits or licenses issued by Government, the Contractor
shall hold the said materials economically and solely for the purpose of the
contract and not dispose of them without the prior written permission of the
KMSCL and return it to the KMSCL, if required by the KMSCL, at the price to
be determined by the having due regard to the condition of the materials, the
price to be determined not to exceed the purchase price thereof inclusive of
sales-tax, octroi, and other such levies paid by the contractor in respect
thereof. In the event of breach of the aforesaid condition, the contract shall, in
addition to being liable to action for contravention of the terms of licenses or
permit and criminal breach of trust, be liable to honour for all moneys,
TENDER FOR FIRE ALARM AND FIRE FIGHTING SYSTEM WORKS FOR PHASE - I EXPANSION OF KSIHFW AT
THYCAUD, TRIVANDRUM Page 17
advantages or profits resulting or which in the usual course would have
resulted to him by reason of such breach.
(G) Right of KMSCL to terminate Contract in the event of death of contractor if
individual
Without prejudice to any of the rights or remedies under this contract, if the
contractor, being an individual, dies the KMSCL shall have the option of
terminating the contract without incurring any liability for such termination.
26. WATER AND ELECTRICITY:
The contractor shall make his own arrangement for water and electricity
required for the works. The KMSCL takes no responsibility for the supply of
either electricity or water.
27. INSURANCE:
The successful contractor shall take necessary All risk insurance policy, jointly
in the name of the KMSCL and the contractor, and the original policy shall be
deposited with the KMSCL. The format for the B/G shall be got approved by
the KMSCL.
This document will form part of the tender document and the agreement
executed by the successful tenderer.
Sd/-
Date: 28 /02/2013 Managing Director, KMSCL
& Tender Inviting Authority
I/We hereby declare that I/We have read and understood the above
instructions and the terms and conditions mentioned above are binding on
me/us.
SIGNATURE OF THE TENDERER
TENDER FOR FIRE ALARM AND FIRE FIGHTING SYSTEM WORKS FOR PHASE - I EXPANSION OF KSIHFW AT
THYCAUD, TRIVANDRUM Page 18
SECTION V
GENERAL CONDITIONS OF CONTRACT
1. DEFINITIONS
The following terms shall have the meaning hereby assigned to them except
where the context otherwise requires:
a) KMSCL
Means Kerala Medical Services Corporation Ltd.
b) CONSULTANTS,
shall be M/s. KITCO Ltd, for the time being or from time to time duly
appointed by the “KMSCL” to act as `CONSULTANT' for the purpose
of the contract. In some part of the document, the word `Consultant' and
consulting Engineer shall also mean the said `CONSULTANT' or
consultant representing him.
c) Engineer shall be the person representing “KMSCL”/Consultant supervising
the work.
d) CONTRACTOR,
shall mean the successful tenderer to whom the contract has been
awarded.
e) SUB-CONTRACTOR,
shall mean the person named in the contract for any part of the work or
any person to whom any part of the contract has been sublet with the
consent in writing by the Consultant and the legal representatives,
successors and assignees of such person.
f) CONTRACT,
shall mean and include the following:-
Notice inviting tender, Tender form, General Conditions of Contract,
General Specifications, special conditions, Article of Agreement, Technical
Specifications, Unit Specifications), (Detailed Specifications), Schedule of
TENDER FOR FIRE ALARM AND FIRE FIGHTING SYSTEM WORKS FOR PHASE - I EXPANSION OF KSIHFW AT
THYCAUD, TRIVANDRUM Page 19
Quantities, Drawings, Work Order and/or any other correspondences of
negotiations.
g) SITE,
shall mean the actual place in, over or under which work is to be done,
allotted by the KMSCL for Contractor's use.
h) WORK,
of the Contractor shall mean and include materials or labour or both.
i) CONTRACT PRICE,
shall mean the sums referred to in the formal agreement, if any or the
work order.
j) SCHEDULE OF QUANTITIES,
is the schedule of approximate quantities of various items of work with
specification for unit rate.
k) SCHEDULE OF RATES,
is the schedule showing unit rates, against specification of various item
of works.
2. ASSIGNMENT AND SUB-CONTRACTING
2.1 ASSIGNMENT:
The Contractor shall not assign the contract or any part thereof or any benefit
or interest therein or thereunder without the written permission of the
Consultants.
2.2 SUB-CONTRACTING:
The Contractor shall not sub-contract the whole of the contract. The
Contractor shall not sub-contract any part of the works without the written
consent of the Consultants/KMSCL and such consent, if given, shall not
relieve the Contractor from any liability or obligation under the contract and
the Contractor shall be responsible for the acts, defaults and neglects of the
sub-Contractor, his agents, employees or workmen as fully as if they were
the acts, defaults or neglects of the Contractor or his agents, servants, or
workmen.
3. DRAWINGS
TENDER FOR FIRE ALARM AND FIRE FIGHTING SYSTEM WORKS FOR PHASE - I EXPANSION OF KSIHFW AT
THYCAUD, TRIVANDRUM Page 20
3.1 ISSUE OF DRAWINGS:
Drawings approved for construction will be issued to the Contractor
progressively during the contract period and the Contractor shall arrange for
the execution of the works and the procurement of materials accordingly. The
Contractor shall give adequate notice in writing to the Consultants or his
representative of any further drawings or specifications that may be required
for the execution of the works or otherwise under the contract.
3.2 COPIES OF DRAWINGS TO BE KEPT AT SITE:
One copy of the drawings furnished to the Contractor as aforesaid shall be
kept at the site and the same shall at all reasonable times be available for
inspection and use by the “KMSCL” or his representative and by any other
person authorized by the “CONSULTANT” in writing.
3.3 ISSUE OF FURTHER DRAWINGS AND INSTRUCTIONS:
The KMSCL shall have full power and authority to supply to the Contractor
from time to time through his representative, during the progress of the
works such further drawings and instructions as shall be necessary for the
purpose of proper and adequate execution and maintenance of the works
and the Contractor shall carry out and be bound by the same.
3.4 OWNERSHIP OF DRAWINGS:
All drawings supplied to the Contractor are deemed to be the property of the
Consultant / KMSCL. The Contractor agrees not to divulge or use, except for
the purpose of this contract, any information contained in the drawings.
3.5 EXECUTION AS PER DRAWINGS:
The Contractor must not vary or deviate from the drawings in any respect
while executing the work or executing any extra work of any kind
whatsoever duly consulting the Consultant/KMSCL.
3.6 PLANS AND DRAWINGS TO BE SUBMITTED BY THE CONTRACTOR:
The Contractor shall submit the following information in triplicate to
Consultant for approval within the time stipulated; each item below:-
a) A general tentative layout plan of construction plant and equipments for the
execution of work within 7days from the date of receipt of work order.
b) Drawings or prints showing the location of major plants and other facilities
TENDER FOR FIRE ALARM AND FIRE FIGHTING SYSTEM WORKS FOR PHASE - I EXPANSION OF KSIHFW AT
THYCAUD, TRIVANDRUM Page 21
which he proposes to put up at the site, including any changes in the
general layout, at least 7 days prior to the commencement of the
respective work.
c) Layout and details of temporary works that the Contractor wants to carry
out to fulfill his obligation under the contract Within 15 days the Consultants
will give their approval/comments sufficient to proceed with the work or
objections/instructions to the Contractor based on which the drawings shall be
revised and submitted again for approval by the Contractor.
All these plans and drawings submitted by the Contractor and approved by
the Consultants shall become part of the contract.
3.7 ROYALTIES AND PATENT RIGHTS
All royalties or other sums payable in respect of the supply and use in
carrying out the work as desired by or referred to in the schedule of quantities
of any patented articles, process or inventions shall be deemed to have
been included in the contract sum and the Contractor shall indemnify the
“KMSCL” from and against all claims, proceedings, damages, costs and
expenses which may be brought or made against the “KMSCL” or to
which he may be put by reason of the Contractor infringing or being held
to have infringed any patent rights in relation to any such articles, process
and inventions.
4. GENERAL OBLIGATIONS
4.1 INSPECTION OF SITE ETC. BEFORE SUBMISSION OF TENDER:
The Contractor shall inspect and examine the site and its surroundings, and
shall satisfy himself before submitting his tender, as to the nature of the
ground, form and nature of the site, the quantities and nature of work and
materials required for the completion of the works, the means of access to
the site, the local labour conditions, the facilities available at site, the
accommodation he may require and in general shall obtain all necessary
information as to the risks, contingencies and other circumstances which may
influence or affect his tender.
4.2 SUFFICIENCY OF TENDER:
The Contractor shall be deemed to have satisfied himself before
tendering as to the correctness and sufficiency of his tender for the works and
of the rates and prices stated in the priced bill of quantities and the schedule
of rates and prices, if any, with tender rates and prices shall cover all his
obligations under the contract and all matters and things necessary for the
proper completion and maintenance of the work.
TENDER FOR FIRE ALARM AND FIRE FIGHTING SYSTEM WORKS FOR PHASE - I EXPANSION OF KSIHFW AT
THYCAUD, TRIVANDRUM Page 22
4.3 CLARIFICATION BEFORE SUBMITTING TENDERS:
Should the Contractor notice any discrepancy or error in the statement made,
or quantities or units shown against items, he shall immediately bring to the
notice of the “KMSCL”/Consultants and obtain the clarification before
submitting the tender. The tender shall be based on such clarifications
received and shall be recorded as such in the covering letter to the tender,
failing which the “KMSCL” shall have the right to ask the Contractor to
execute the work according to the statement made or quantities or units
shown in the tender, without any compensation.
4.3a. It is specifically understood that the moment the tender is submitted the
contractor shall be deemed to have complied with the conditions in clause
4.1 and 4.3 and has also satisfied himself about the requirement therein.
4.4 AMENDMENT OF TENDER DOCUMENTS :
4.4.1 At any time prior to the dead line for submission of Tender, the Tender
Inviting Authority may, for any reason, modify the tender document by
amendment.
4.4.2 The amendment shall be notified by fax/email to all prospective tenderers
who have purchased the tender document, for which the email, fax no of
the purchaser of the tender document shall be submitted to the tender
inviting authority and such amendments shall be binding on them
thereafter.
4.4.3 The Tender Inviting Authority shall not be responsible for failure to inform
the prospective tenderers because of technical issues, wrong fax number or
email ID etc. Purchasers of tender documents are requested to browse the
website of the Tender Inviting Authority for information/general
notices/amendments to tender document etc on a day to day basis till the
tender is concluded.
4.6 RATES QUOTED FOR FINISHED WORK:
The rates quoted in the tender by the Contractor must be for the finished work
as per the drawings and specifications. The rate shall remain firm throughout
the period of contract, including extended period if any, granted by the
KMSCL/Consultant.
4.7 LOCATION OF WORK:
Unless specifically mentioned in the item, the work described there-in may be
at any location or elevation.
4.8 TENDERS VALIDITY:
TENDER FOR FIRE ALARM AND FIRE FIGHTING SYSTEM WORKS FOR PHASE - I EXPANSION OF KSIHFW AT
THYCAUD, TRIVANDRUM Page 23
The tender shall remain open for acceptance for a period of 120 days
from the date of submission of the tender.
4.9 COMMENCEMENT OF WORK:
The Contractor shall commence the work at site, within 7 days of issue of
formal work order or date of handing over of the site whichever is later or
being advised by the KMSCL unless otherwise specified, and shall proceed
with the same with due expedition.
4.10 PROGRAMME OF WORK:
Soon after the award of contract, the Contractor shall submit to the
Consultant for his approval a programme to match with the planned
completion of the whole job showing the order of procedure and method in
which he proposes to carry out the works and shall whenever required by
the Consultant or Consultant's representative, furnish further detailed
programme in an approved format and particulars in writing of the
Contractor's arrangements for carrying out the works and of the
constructional plant and temporary works, which the Contractor intends to
supply, use or construct as the case may be. The submission to and
approval, if any, by the Consultant or his representative of such programmes
or particulars shall not relieve the Contractor of any of his duties or
responsibilities under the contract.
4.11 CONTRACTOR'S EMPLOYEES:
The Contractor shall provide and employ at site in connection with the
execution and maintenance works.
a) Only such technical assistants as are skilled and experienced in their
respective fields and such sub-agents, foreman and leading hands as
are competent to give proper supervision to the work they are required to
supervise and,
b) Such Skilled, semi-skilled and unskilled labour as is necessary for the proper
and timely execution and maintenance of works.
4.12 REMOVAL OF WORKMEN:
The Consultant/ KMSCL shall be at liberty to object to and require the
Contractor to remove forthwith from the works any person employed by the
Contractor in or about the execution or maintenance of the works who in the
opinion of the Consultant mis-conducts himself or is incompetent or negligent
in the proper performance of his duties or whose employment is otherwise
TENDER FOR FIRE ALARM AND FIRE FIGHTING SYSTEM WORKS FOR PHASE - I EXPANSION OF KSIHFW AT
THYCAUD, TRIVANDRUM Page 24
considered by the Consultant to be undesirable and such person shall be
replaced by the Contractor without delay by a competent substitute
approved by the KMSCL.
4.13 COMMUNICATIONS TO BE IN WRITING:
All references, communications, correspondences made by the KMSCL, the
Consultants, the Consultant's representative or the Contractor concerning the
works shall be in writing and no reference, communication, or complaint
which is not in writing, shall be recognized.
4.14 OCCUPATION AND USE OF LAND:
No land, building belonging to or in the possession of the KMSCL shall be
occupied by the Contractor. The Contractor shall not use, or allow to be
used, the site for any purpose other than that for executing the works. Under
no circumstances, the roads within KMSCL campus shall be used for
dumping/collection of materials by the contractor.
4.15 CONSTRUCTION OF SITE-SHED:
Any site-shed, proposed to be temporarily constructed by the Contractor
for his office work, storage of materials etc, shall conform to the standard
sketch, or to the plan approved by the Consultant. Permission for the
construction of such sheds shall be obtained in writing.
4.16 MATERIALS, TOOLS AND PLANT:
All materials required for the execution of the works other than those
mentioned in the Notice Inviting Tender if any, shall be supplied by the
Contractor. Materials so supplied shall have the approval of the Consultant
before using on the works. All the rejected materials shall be removed at once
from the site of work at the Contractor's own cost.
4.17 TOLLAGES ETC. :
The Contractor shall pay all tollages and other royalties, rent and other
payments or compensations, if any for getting stone, gravel, sand, clay and all
other materials required for the works.
4.18 SETTING OUT :
The Contractor shall be responsible for the true and proper setting out of
the works and for the correctness of the position, levels, dimensions and
alignment of all parts of the works and for the provision of all necessary
TENDER FOR FIRE ALARM AND FIRE FIGHTING SYSTEM WORKS FOR PHASE - I EXPANSION OF KSIHFW AT
THYCAUD, TRIVANDRUM Page 25
instruments, appliances and labour in connection therewith. If at any
time during the progress of the works any error shall appear or arise in
the position, level, dimensions or alignment of any part of the works, the
Contractor on being required to do so by the Consultants or Consultant's
representative, shall at his own cost rectify such error to the satisfaction
of the Consultant or his representative. The checking of any setting out or
of any line or level by the Consultant or his representative shall not in any
way relieve the Contractor of his responsibility for the correctness thereof.
The Contractor shall provide all necessary instruments, appliances and
labour required by the Consultant or his representative for checking, if
any, of the setting out. The Contractor shall carefully protect and observe
all bench marks, site levels, pegs and other things used in setting out the
works. The rates quoted for the work shall also include the cost of
reference and level pillars and their dismantling, when no longer required.
The contractor shall verify all dimension and elevations mentioned in the
drawings prior to the commencement of work.
4.19 DAMAGE TO PERSONS AND PROPERTY :
The Contractor shall indemnify and keep indemnified the KMSCL against all
losses and claims for injuries or damages to any person or property
whatsoever which may arise out of or in consequence of the construction
and maintenance of works and against all claims, demands, proceedings,
damages, costs, charges, expenses, whatsoever in respect thereof in
relation thereto.
4.20 CO-OPERATION WITH OTHER AGENCIES:
The Contractor shall co-operate with the work of other agencies or
Contractors that may be employed or engaged by the KMSCLand as far as it
relates to the Contractors' work. The sequence of work shall be so arranged
that the work of other agencies are also in progress simultaneously.
4.21 BARRICADING AROUND EXCAVATED TRENCHES ETC :
The Contractor shall at his own cost provide around excavation, temporary
barricading with bellies and bamboos with warning signals during day and
night and shall maintain it so long as the trenches are not filled up.
Similar barricades shall also be provided at all dismantling work, erection of
structurals, sheeting work etc. No extra claim shall be entertained for
providing, maintaining and removing such barricades.
4.22 FABRICATION DRAWINGS :
Contractor shall prepare at his own cost all layout and
drawings of all works and submit them to the Consultants for their
TENDER FOR FIRE ALARM AND FIRE FIGHTING SYSTEM WORKS FOR PHASE - I EXPANSION OF KSIHFW AT
THYCAUD, TRIVANDRUM Page 26
approval at least before 15 days of commencing the works. All the details
like sizes, bends, capacities, dimensions, arrangement of fabrication etc.
should be clearly indicated on these drawings. The KMSCL will intimate their
approval or comments on the drawing. If there are more comments making it
necessary to submit revised drawings, the contractor shall submit revised
drawings incorporating the comments. Approval will be given by KMSCL, if
acceptable. The contractor shall submit 4 copies of the drawing for approval.
On obtaining approval, the contractor shall submit 3 more copies of the
drawings for issue at site for execution.
4.23 PROTECTION OF UNDERGROUND SERVICES :
The Contractor must take precautionary measures to protect the
underground and other services lines viz. cables, water and sewer lines, etc.
and observe any specific instructions which may be given in this regard by
the Consultant.
4.24 DEWATERING TRENCHES AND PITS :
The tendered rates shall always be deemed to have taken into account the
cost of removal of silt and materials that may slip in the trenches and pits
and de-watering the trenches or pits of water accumulated or collected
through seepage or subsoil water or rain water. The Contractor shall in no
case be entitled to claim any extra amount for the above work. The
Contractor shall remain prepared with necessary pumps and equipment for
de-watering the trenches or pits so as to avoid unnecessary delay and
possible damage to the property etc. The duration of dewatering shall be in
accordance with environmental resolution and prior approval form consultant
is required.
4.25 WORK IN OR AROUND OPERATING PLANT OR OFFICES ETC:
Where the work is being carried out in or around an operating plant
where the plant must run uninterrupted, the Contractor shall work
only at specified places and times as mutually arranged between the
Contractor and the Consultant/ KMSCL Similar arrangement must be
made while executing works inside the offices, buildings etc. without causing
disturbance to the office work. For this the work may be required to be
done during off-hours and Sundays. No extra will be allowed beyond the
rates quoted for doing work in the manner described above.
4.26 WORK IN SHIFTS AND ON OFF-DAYS:
The Contractor shall work in one or more shifts as also on Sundays
and off days to complete the work on time, if so required by the Consultants
TENDER FOR FIRE ALARM AND FIRE FIGHTING SYSTEM WORKS FOR PHASE - I EXPANSION OF KSIHFW AT
THYCAUD, TRIVANDRUM Page 27
for which the KMSCL shall not be liable to pay any extra. If instructed by
the Consultants, the Contractor should carry out the work in the night also.
4.27 SITE ORDER BOOK (Site register/Log book):
A site order book must be maintained and always be available at site to
record the instructions by the Consultants or his representative. The
Contractor must see that the instructions noted therein are properly carried
out. The Contractor shall also submit a ‘Daily Report’ to KMSCL through the
Consultant in a format approved by the Consultant / KMSCL.
4.28 DELAY IN OBTAINING MATERIALS SUPPLIED BY THE KMSCL:
If KMSCL has undertaken to supply any material specified in the special
conditions at rates and conditions cited therein, the Contractor shall keep
himself in touch with day-to day position regarding the supply of materials
from the Consultant/ KMSCL and so adjust the progress of the works that
labour may not remain idle nor there by any other claim due to or arising
from delay in obtaining the materials.
4.29 RECORD OF MATERIALS SUPPLIED BY THE KMSCL:
The Contractor shall maintain an account of different materials obtained from
the KMSCL for executing the works under the contract. The Consultant shall
have the right to check the position of materials at all times.
4.30 SAFE STORAGE OF MATERIALS:
The Contractor shall be responsible for the safe storage of materials
supplied by the KMSCL for execution of the works. Surplus materials or
materials lost or damaged or unaccounted for or made unserviceable by
the Contractor shall be charged as specified in the special conditions.
4.31 TRANSPORT OF MATERIALS:
Unless otherwise specified, all the materials supplied by the “KMSCL” shall be
transported by the Contractor from the "KMSCL’s” store/ yard, to the site
of work at no extra cost.
4.32 SITE TO BE KEPT CLEAN:
The surplus spoil and dismantled debris shall be removed to a place as
directed by the Consultant and stacked, leveled and dressed as directed.
4.33 CONFLICT IN MEANING BETWEEN SCHEDULE OF RATES AND
SPECIFICATIONS:
TENDER FOR FIRE ALARM AND FIRE FIGHTING SYSTEM WORKS FOR PHASE - I EXPANSION OF KSIHFW AT
THYCAUD, TRIVANDRUM Page 28
The schedule of rates shall be read in conjunction with the specifications, and
in the event of conflict in meaning between the two, the corresponding item
in the unit rate specification shall always have precedence over the
specifications.
5. LABOUR
5.1 LABOUR RULES:
In respect of all labour directly or indirectly employed on the works by
the Contractor, the Contractor shall comply with the provisions of the contract
labour (Regulation and Abolition) Act 1970, Minimum Wages Act 1948,
Payment of Wages Act 1936 and any amendments thereof and all
legislation and rules of the State and/or Central Government or other local
authorities, framed from time to time, governing the protection of health,
sanitary arrangements, wages, welfare and safety for labour employed on
building and construction works and for bonus, retirement benefits,
retrenchment/lay off, compensation and all other matters liabilities of
KMSCLs to employees. The rule and the other statutory obligations with
regard to fair wages, welfare and safety measures, maintenance of register
etc. will be deemed to be part of the Contract.
5.2 REPORTING ACCIDENT OF LABOUR:
The Contractor shall be responsible for the safety of all employees and/or
workers employed or engaged by him on and in connection with the works
and shall forthwith report all cases of accidents to any of them, however
caused and whenever occurring, to the /Consultant or his representative
and shall make every arrangement to render all possible assistance and
aid to the victims of the accident.
5.3 PROVISION OF WORKMEN'S COMPENSATION ACT:
The Contractor shall at all times indemnify and keep indemnified the
KMSCL against all claims for compensation under the provisions of the
Workmen's Compensation Act 1923 or any other law for the time being in
force by or in respect of any workmen employed by the Contractor in
carrying out the contract and against all cost and expenses or penalties
incurred by the KMSCL in connection therewith. In any case in which, by
virtue of the provision of the said Act, the KMSCL is obliged to pay
compensation to a workman employed by the Contractor in executing the
works, the KMSCL shall recover from the Contractor the amount of the
compensation so paid and without prejudice to the rights of the KMSCL under
the said Act. The KMSCL shall be at liberty to recover such amount or any
part thereof by deducting it from the security deposit or from any amount due
TENDER FOR FIRE ALARM AND FIRE FIGHTING SYSTEM WORKS FOR PHASE - I EXPANSION OF KSIHFW AT
THYCAUD, TRIVANDRUM Page 29
by the KMSCL to the Contractor, whether under this contract or otherwise
without prejudice to any other remedy that may be available to the
KMSCL in law. The KMSCL shall not be bound to contest any claim made
against it under the said Act, except on the written request of the Contractor
and upon his giving to the KMSCL full security for all cost for which the
KMSCL might become liable in consequence of contesting such claim.
5.4 ACCIDENT OR INJURY TO WORKMEN:
The Consultant/KMSCL shall not be liable for, in respect, of any
damages or compensation payable as per regulations or in consequence of
any accident or injury to any workmen or other person in the employment of
the Contractor or his sub-Contractors, and the Contractor shall indemnify and
keep indemnified the Consultant/KMSCL against all such damages and
compensation and against all claims, demands, proceedings costs, charges
and expenses whatsoever in respect thereof or in relation thereto.
5.5 PRESERVATION OF PEACE:
The Contractor shall take requisite precautions to prevent any riotous or
unlawful behavior by or amongst his workmen and/or others employed on
the works by him, for the preservation of peace and protection of the
inhabitants and security of property in the neighborhood of the works.
5.6 AGE LIMIT OF LABOUR:
The age limit for employment of labour shall be in strict accordance with
the existing labour legislation.
5.7 RETURN OF LABOUR EMPLOYED:
The Contractor, if required by the Consultant, shall submit return in detail
in such form and at such interval as the Consultants may prescribe showing
number of different classes of labour employed on the works from time to
time by the Contractor.
5.8 OBSERVANCE BY SUB-CONTRACTOR:
The Contractor shall be responsible for the observance of the provisions of
aforesaid clauses by the sub-Contractors employed by him in the execution
of the contact.
6. MATERIAL TESTS AND WORKMANSHIP
6.1 QUALITY OF MATERIALS, WORKMANSHIP AND TESTS:
TENDER FOR FIRE ALARM AND FIRE FIGHTING SYSTEM WORKS FOR PHASE - I EXPANSION OF KSIHFW AT
THYCAUD, TRIVANDRUM Page 30
All materials and workmanship shall be of the respective kinds
described in the contract and in accordance with the Consultant/
KMSCL or their representative's instructions and shall be subjected, from
time to time, to such tests as the Consultant or his representative may direct
at the place of manufacture or fabrication or on the site or at all or any of
such places. The Contractor shall provide such assistance instruments,
machines, labour and materials, as are normally required for examining,
measuring and testing any work and the quality, weight or quantity of any
material used and shall supply samples of materials before incorporation in
the works for approval as may be required by the Consultant / KMSCL.
6.2 CONSTRUCTION OF PROTOTYPES OR SAMPLES OF WORK:
The Contractor shall construct prototypes or samples of work as laid down in
the contract or as instructed by the Consultant. Such prototypes or samples
of work, after approval by the Consultant/ KMSCL, shall serve as the
standards to be achieved in the final construction.
6.3 COST OF SAMPLES:
All samples shall be supplied by the Contractor at his own cost.
6.4 COST OF TESTS:
The cost of making any test as per specifications shall be borne by the
Contractor, and the Contractor should arrange for all facilities like testing
equipments, meters, instruments as required for carrying out such tests.
6.5 INSPECTION OF OPERATION :
The Consultant/ KMSCL or their representative shall at all times have access
to the works and to the site and to all workshops and places where
materials, manufactured articles or machinery are being obtained for the
works and the Contractor shall afford every facility for every assistance in
obtaining the right to such access.
6.6 EXAMINATION OF WORK BEFORE COVERING UP :
No work shall be covered up or put out of view without the approval of the
Consultant or the Consultant's representative and the Contractor shall
afford full opportunity to the Consultant or the Consultant's
representative to examine and measure any work which is about to be
covered up or put out of view and to examine foundations before
permanent work is placed thereon. The Contractor shall give due notice to
the Consultant'/ KMSCL’ s representative wherever any such work or
foundations is or are ready or about to be ready for examination and the
TENDER FOR FIRE ALARM AND FIRE FIGHTING SYSTEM WORKS FOR PHASE - I EXPANSION OF KSIHFW AT
THYCAUD, TRIVANDRUM Page 31
Consultant'/ KMSCL’s representative shall without unreasonable delay,
unless he considers it unnecessary and advises the Contractor
accordingly, attend for the purpose of examining and measuring such work
or of examining such foundations.
6.7 UNCOVERING AND MAKING OPENINGS :
The Contractor shall uncover any part or parts of the works or make
openings in or through the same as the Consultant may, from time to time,
direct and shall reinstate and make good such part or parts to the
satisfaction of the Consultant/ KMSCL. If any such part or parts have
been covered up or put out of view after compliance with the requirements
of clause 6.6 hereof and found to be executed in accordance with the
contract, the expenses of uncovering, making in or through, reinstating and
making good the same shall be borne by the KMSCL, but in any other
case all such expenses shall be borne by the Contractor and shall be
recoverable from him by the KMSCL and deducted by the KMSCL from any
money due, which may become due to the Contractor, without prejudice to
any other remedy that may be available to the KMSCL, by law.
6.8 REMOVAL OF IMPROPER WORK AND MATERIALS :
The Consultant or his representative shall during the progress of the works
have power to order in writing from time to time :
a) The removal from the site within such time or times as may be
specified in the order of any materials which in the opinion of the
Consultant or his representative are not in accordance with the
contract.
b) The substitution of proper and suitable materials.
c) The removal and proper re-execution notwithstanding a previous test
thereof or interim payment thereof of a work which in respect of
materials or workmanship is not in the opinion of the Consultant or
his representative in accordance with contract.
6.9 SUSPENSION OF WORK :
The Contractor shall, on the written order by the KMSCL suspend the
progress of the works or any part thereof for such time or times and in such
manner as the Consultant may consider necessary and shall during such
suspension, properly protect and secure the work, so far as is necessary in the
opinion of the Consultant.
7. TIME OF COMPLETION AND TAKING OVER :
TENDER FOR FIRE ALARM AND FIRE FIGHTING SYSTEM WORKS FOR PHASE - I EXPANSION OF KSIHFW AT
THYCAUD, TRIVANDRUM Page 32
7.1 POSSESSION OF SITE :
Save in so far the contract may prescribe, the extent of portions of the site of
which the Consultant/KMSCL is to give possession from time to time and the
order in which such portions will be available to him and subject to any
requirement in the contract as to the order in which the work shall be
executed, the Consultant/ KMSCL shall give to the Contractor possession of so
much of the site as may be required to enable the Contractor to
commence and proceed with the construction of the works in accordance
with such reasonable proposals of the Contractor as he will make in
writing to the Consultant and shall, from time to time as the work
proceeds give the Contractor possession of such further portions of the site as
may be required to enable the Contractor to proceed with the construction of
the works in accordance with the said programme or proposal.
7.2 TIME OF COMPLETION :
Time is deemed to be the essence of this contract and the whole of the
works shall be completed within the time stipulated or within such extended
time as has been allowed under clause 7.3.
7.3 EXTENSION OF TIME OF COMPLETION :
Should the amount of extra or additional work of any kind or changes in
scope of work or other special circumstances of any kind whatsoever which
may occur, be such as fairly to justify the Contractor's request for extension
of time for the completion of the works the Consultant shall determine the
amount of such extension and with the approval of the KMSCL shall
intimate the Contractor in writing provided that the Consultant is not bound
to take into account any extra or additional work or other special
circumstances unless the Contractor has within 28 days after such work has
been commenced or such circumstances have arisen, submitted to the
Consultant full and detailed particulars of any request to the extension of
time to which he may consider to be justified.
7.4 FORCE MAJEURE
Neither party shall be liable for any failure or delay in performance under this
agreement if the failure/delay is caused by natural calamity, general strike,
curfew, riot, war, or any act of god which prevents normal activities or reasons
beyond the control of the party. In such cases, the party affected by this clause
shall give written notice to the other party with full details, within a week of the
occurrence of the cause. If the force majeure condition affects the completion
schedule, the time of completion shall be revised to the extent of loss of time
caused by force majeure.
TENDER FOR FIRE ALARM AND FIRE FIGHTING SYSTEM WORKS FOR PHASE - I EXPANSION OF KSIHFW AT
THYCAUD, TRIVANDRUM Page 33
7.5 WORK TREATED AS COMPLETE :
The works shall not be treated as complete until :
i) The site is clear from all materials, site shed, etc. and the Consultant is
satisfied with the job done by the Contractor
ii) The Contractor has submitted the reconciliation statement
regarding the stores if any, received from the KMSCL,
and all the surplus and salvaged materials are returned to the stores.
iii) All equipment, tools, plant taken from the KMSCL have been
returned by the Contractor.
iv) Any other material, taken on loan/transfer from other agency have
been returned by the Contractor.
v) All power and water supply connections taken for the execution of the
works have been disconnected by the Contractor.
vi) Rectifications of any damage done by the Contractor to the work
executed have been satisfactorily done by the Contractor.
vii) The works shall not be considered as completed until the Consultant
has certified in writing that they have been completed and the Defects
Liability Period shall commence from the date of such certificate.
7.6 TAKING OVER :
After completion of works or any substantial part of the works before the
completion of the whole of the works, the Contractor shall notify the
Consultants in writing, who within 15 days of receipt of the said notice
shall give such certificate with respect to any substantial part of the works
which has been both completed to the satisfaction of the Consultant and
occupied or used by the KMSCL or refuse to issue the same stating the
reasons thereof in writing. When any such certificate is given in respect of a
part of the works, such part shall be considered as completed for the purpose
of taking over and computation of the period of maintenance of such part,
that is, such period shall commence from the date of completion of such
part of the works as certified . The works in whole or part shall not,
however, be treated as completed for the purpose of other relevant clauses
hereof unless and until the provisions of clause 7.5. here of are fully complied
with.
7.7 MAINTENANCE :
TENDER FOR FIRE ALARM AND FIRE FIGHTING SYSTEM WORKS FOR PHASE - I EXPANSION OF KSIHFW AT
THYCAUD, TRIVANDRUM Page 34
For a period of 12 months commencing immediately after taking over of
the work by the KMSCL, the Contractors liability shall be to replace the
defective parts, rectify/reconstruct the defective work that may develop of his
own construction or those of his sub Contractors approved by the KMSCL
(under clause 2.1 and 2.2) arising solely from faulty materials or
workmanship.
If it is necessary for the Contractor to rectify/ reconstruct any defective
portions of the work under the contract, the provision of this condition
shall apply to the portions of work so replaced or renewed until the
expiration of three months from the date of such replacement or renewal or
until the end of the above mentioned period of twenty four months,
whichever may be later. If any defects be not remedied within a
reasonable time the KMSCL may proceed to do the work at Contractor's risk
and expense, but without prejudice to any other rights which the KMSCL
may have against the Contractor in respect of such defects.
The Contractor shall bear the cost of such repairs/rectifications carried out on
his behalf at site. Immediately upon satisfactory completion of the
maintenance period the Company shall issue a final certificate indicating that
the Contractor has completed his obligation under the contract.
8. TERMINATION AND BACK CHARGING OF CONTRACT :
8.1 TERMINATION OF CONTRACT:
If the Contractor has abandoned the contract or has failed to proceed
with the work due to negligence or the progress on any particular item or
items is slow or has failed to execute the work in accordance with the terms
and conditions of the contract, is persistently or frequently neglecting to
carryout his obligation under the contract, then it shall be lawful for the
KMSCL to terminate the contract forthwith under written notice and to
proceed with the balance of the work through any other agencies. During
the course of execution of the job, in case the Contractor has done any
substandard work, he shall be asked in writing to dismantle and redo the
same at his own expenses. If the Contractor fails to comply with the above
instructions immediately, then the KMSCL shall proceed with the above
rectification work, through another agency or agencies. Similarly, if the
Contractor goes slow on any particular item or items of work, the KMSCL
shall have the right to execute this item or items through another agency or
agencies, including its own department.
8.2 BACK CHARGING THE CONTRACTOR :
Extra cost and expenses incurred for completing the work or balance work
TENDER FOR FIRE ALARM AND FIRE FIGHTING SYSTEM WORKS FOR PHASE - I EXPANSION OF KSIHFW AT
THYCAUD, TRIVANDRUM Page 35
or carrying out the rectification of any work as mentioned above through
another agency or agencies including its own department, shall be debited
to Contractor's account and shall be recovered from any money due or that
may become due to the Contractor without prejudice to any other remedy
that may be available to the KMSCL in law. If there is any savings in cost due
to re-arrangement or supplementing through other agencies the original
contractor will not have any claim on this.
9. ALTERATIONS, ADDITIONS AND OMISSIONS :
9.1 VARIATION :
The Consultant with the approval of the KMSCL shall be entitled to make any
variation of the quality or quantity of the works or any part thereof that may
in his opinion, be necessary and for that purpose, or if for any other reason it
shall, in his opinion be desirable, he shall have power to order the Contractor
to do and the Contractor shall do any of the following:
a) Increase or decrease the quantity of any work included in the contract.
b) Omit any portion of work.
c) Change the character or quality or kind of any such work.
d) Change the levels, lines, position and dimensions of any part of works
and,
e) Execute additional work of any kind necessary for the completion of the
works, and no such variation shall in any way initiate or invalidate
the contract but the value, if any, of all such variations shall be
taken into account in ascertaining the amount of the contract price.
9.2 ORDERS FOR VARIATIONS TO BE IN WRITING :
No variation shall be made by the Contractor without an order in writing of
the Consultant/KMSCL. Provided that no order in writing shall be required for
increase or decrease in the quantity of any item of work where such
increase or decrease is the result of the actual quantities exceeding or being
less than those stated in the bill of quantities which are estimates. In such
cases, the Contractor shall be paid only for the actual quantity of work done
as certified by the Consultant at the accepted unit item rates and no
compensation shall be allowed. Provided also that if for any reason the
Consultant shall consider it desirable to give any such order verbally, the
Contractor shall comply with such order but it must be followed by
confirmation in writing of such verbal order given by the Consultant, which
TENDER FOR FIRE ALARM AND FIRE FIGHTING SYSTEM WORKS FOR PHASE - I EXPANSION OF KSIHFW AT
THYCAUD, TRIVANDRUM Page 36
shall be deemed to be an order in writing within the meaning of this clause.
9.3 EXTRA ITEMS :
Extra items will be classified as additional, substituted or altered items,
depending on their relation or otherwise to the original item or items of work
and all extra items are to be approved by KMSCL.
Rates for authorised extra items, additional, altered or substituted work as
may be ordered shall be determined by the Consultant/ KMSCL as follows:
a. In the case of all extra items whether additional, altered or substituted, if
accepted rates for identical items provided for in the contract, such rates shall
be applicable.
b. In the case of extra items whether altered or substituted, for which similar
items exists in the contract, the rates shall be derived from the original item by
appropriate adjustment of cost of affected components. The percentage excess
or deduction of the contract rate for the original item with reference to the
estimated rate shall be applied in deriving the rates for such items.
c. In the case of extra items, whether altered or substituted, for which similar
items do not exist in the contract, the rates shall be arrived at on the basis of
provisions of Standard Data Book and Schedule of Rates 2011 of Public
Works Department of Kerala by adding profit of 15% and applying the
contractors’ quoted percentage above or below.
d. In the case of extra items, whether additional, altered or substituted, for
which the rates cannot be derived from similar items in the contract, and
only partly from similar items in the contract, and only partly from the public
work departmental rates, the rates for such part or parts of items as are not
covered in the schedule of rates shall be determined by the Consultant/
KMSCL on the basis of the prevailing market rates giving due consideration to
the analysis of the rate furnished by the contractor with supporting documents,
including Contractor's profit. This shall be added on to the PWD
Departmental Rate 2011 (including contractor's profit) for the other part or the
items for which the rates can be derived from the schedule of rates of PWD
adjusting the percentage quoted for this part alone.
e. In the case of extra item whether additional, altered, substituted, for which the
rates cannot be derived either from similar item of work in the contract or from
the departmental schedule of rates, the Contractor shall within 14 days of the
receipt of order to carry out the said extra item of work, communicate to the
Engineer the rate which he proposes to claim for the item, supported by
analysis of the rate claimed and the KMSCL/Consultant shall within one
TENDER FOR FIRE ALARM AND FIRE FIGHTING SYSTEM WORKS FOR PHASE - I EXPANSION OF KSIHFW AT
THYCAUD, TRIVANDRUM Page 37
month thereafter, determine the rate on the basis of the market rate giving due
consideration to the rate claimed by the Contractor.
9.4 REBATE/EXTRA OVER ORIGINAL ITEM :
If there is a deviation in the specification of particular item of the tender,
rebate/extra over the quoted rate shall be generally derived as follows:
For items not covered in the schedule, rebate/extra shall be derived based on
observation/analysis of labour and materials involved in such items with the
prior approval of the Consultant/KMSCL.
9.5 ITEMS OF AD-HOC NATURE:
The Contractor shall procure necessary materials and carry out
miscellaneous work of ad-hoc nature specifically provided with necessary
tools and tackles as may arise during execution of the contract. The actual
quantum of work shall be certified and settled by the Consultant and
payment for the same shall be fixed on the basis of actual cost plus
overheads, profits and establishments taken at 15% of the cost.
9.6 CLAIMS :
The Contractor shall send to the Consultant's representative an account,
giving full and detailed particulars with proper analysis of all claims for any
additional expense to which the Contractor may consider himself entitled
and of all extra items of work ordered by Consultant, which he has executed,
within one month of execution of such work, and no claim for payment for
any such work will be considered which has not been included in such
particulars. Provided always that the Consultants shall be entitled to authorise
payment to be made for any such work not withstanding the
Contractor's failure to comply with this condition, if the Contractor has at
the earliest practicable opportunity notified the Consultant/Consultant in
writing, that he intends to make a claim for such work.
9.7 VARIATION IN CONTRACT VALUE
The rate quoted shall remain form for any variation upto ± 25% of the total
contract price.
10. MEASUREMENTS
10.1 QUANTITIES:
The quantities set out in the bill of quantities are the estimated quantities of
the work. They are not to be taken as the actual and correct quantities of the
works, to be executed by the Contractor in fulfillment of his obligations under
TENDER FOR FIRE ALARM AND FIRE FIGHTING SYSTEM WORKS FOR PHASE - I EXPANSION OF KSIHFW AT
THYCAUD, TRIVANDRUM Page 38
the contract.
10.2 WORKS TO BE MEASURED:
The Consultants shall, except as otherwise stated, ascertain and
determine by measurement the value in terms of the contract. He shall
when he requires any part or parts of the works to be measured, give notice
to the Contractor's authorised agent or representative, who shall forthwith
attend or send a qualified agent to assist the Consultant/KMSCL or their
representative in making such measurement, and shall furnish all
particulars required by either of them. Should the Contractor not attend or
neglect or omit to send such agents, then the measurement made by the
Consultant or approved by him, shall be taken to be the correct measurement
of the work. For the purpose of measuring such permanent work as is to be
measured by record and drawings, the Consultant's representative shall
prepare records and drawings month by month and the Contractor, as and
when called upon to do so in writing, shall within fourteen days, attend to
examine and agree such records and drawings with the Consultant's
representative and shall sign the same when so agreed. If the Contractor
does not so attend to examine and agree such records and drawings they shall
be taken to be correct. If, after examination of such records and
drawings, the Contractor does not agree to the same or does not sign the
same as agreed, they shall nevertheless be taken to be correct, unless the
Contractor shall, within fourteen days of such examination, lodge with the
Consultant's representative for decision by the Consultant, notice in writing
of the respects in which such records and drawings are claimed by him
to be incorrect.
10.3 METHOD OF MEASUREMENT:
The works shall be measured in accordance to relevant IS codes
notwithstanding any general or local custom, except where otherwise
specifically described or prescribed in the contract.
10.4 PROVISIONAL SUMS:
"Provisional sum" means a sum included in the contract and so designated
in the bill of quantities for execution of works or the supply of goods,
materials or services or for contingencies, which sum may be used, in whole,
or in part, or not at all, at the direction or discretion of the Consultant. The
contract price shall include only such amounts in respect of the work, supply
or services to which provisional sums relate as the Consultant shall approve or
determine.
The Contractor shall when required by the Consultant, produce all
quotations, invoices, voucher, and accounts or receipts in connection with
expenditure respect of provisional sums.
TENDER FOR FIRE ALARM AND FIRE FIGHTING SYSTEM WORKS FOR PHASE - I EXPANSION OF KSIHFW AT
THYCAUD, TRIVANDRUM Page 39
11. SETTLEMENT OF DISPUTES:
11.1 MATTER TO BE SETTLED BY KMSCL:
All disputes and differences of any kind whatsoever arising out of or in
connection with the contract, whether during the progress of the works or
after their completion shall be referred by the Contractor to the KMSCL and
the KMSCL shall within a reasonable time after their presentation make and
notify decisions thereon in writing.
The decisions, directions, clarifications, measurements, drawings and
certificates with respect to any matter, the decision for which is specially
provided for by these or other special conditions to be given and made by
the KMSCL or by the Consultant on behalf of the KMSCL are matters which
are referred to hereinafter as accepted matters and shall be final and binding
upon the Contractor and shall not be set aside on account of non-observance
of any formality, any omission, delay or error in procedure in or about the
same, or on any other grounds or for any reason and shall be without
Appeal.
11.2 Disputes if any arising out of or in any way connected with this Agreement
shall be deemed to have arisen in Thiruvananthapuram and only the courts in
Thiruvananthapuram shall have jurisdiction to determine the same.
12. NOTICES
12.1 SERVICE OF NOTICE ON CONTRACTOR:
All certificates, notices or written orders to be given by the KMSCL or by the
Consultant to the Contractor under terms of the contract shall be served by
sending by post or delivering the same to the Contractor's place of business
or such other address as the Contractor shall nominate for this purpose.
12.2 SERVICE OF NOTICE ON KMSCL:
All notices to be given to the KMSCL under the terms of the contract shall be
served by sending by post or delivering the same to the KMSCL’s address.
13. The contractor shall strictly observe the safety codes and labour laws as
detailed under:
SAFETY CODE
1. First aid appliances including adequate supply of sterilized dressings and
cotton wool shall be kept in a readily accessible place.
2. An injured person shall be taken to a public hospital without loss of time, in
cases where the injury necessitates hospitalization.
TENDER FOR FIRE ALARM AND FIRE FIGHTING SYSTEM WORKS FOR PHASE - I EXPANSION OF KSIHFW AT
THYCAUD, TRIVANDRUM Page 40
3. Suitable and strong scaffolds should be provided for workmen for all works
that cannot safely be done from ground.
4. No portable single ladder shall be over 8 meters in length. The width between
the side rails shall not be less than 30cm.(clear) and the distance between two
adjacent rungs shall not be more than 3 cm. When a ladder is used an extra
mazdoor shall be engaged for holding the ladder.
5. The excavated material shall not be placed within 1.5 metres of the edge of
the trench of half of the depth of trench whichever is more. All trenches and
excavations shall be provided with necessary fencing and lighting.
6. Workers employed on mixing and handling material such as Rubble, cement
mortar or concrete etc shall be provided with protective footwear and rubber
hand-gloves.
7. Those engaged in welding works shall be provided with welder’s protective
eye-shields and gloves.
8. Hoisting machines and tackle used in the works, including their attachments,
anchorage and supports shall be in perfect condition.
9. The ropes used in hoisting or lowering material or as a means of suspension
shall be of durable quality and adequate strength and free from defects.
10. The contractor assured QHSE (Quality Health Safety and Environmental)
policy and procedure as per national and International standards.
ACCIDENTS HOARDING LIGHTING – OBSERVATIONS WATCHMAN
(a) When excavations have been made obstacles have been put in public through
faces or in places where there is any like hood of accidents, the contractor
shall comply with any requirements of law on the subject, and shall provide
suitable boarding lighting and watchman as necessary.
(b) It shall be the contractor’s sole responsibility to protect the public and his
employees against accident from any cause and shall indemnify Governments,
against any claims for damages for injury to person or property, resulting from
any such accidents and he shall where the provisions of the Workmen’s
Compensation Act - apply, take steps so properly insure against any claims
there under.
(c) On the occurrence of an accident which results in the death of any of the
workmen employed by the contractor which is so serious as to be likely to
result in the death of any such workmen the contractor shall within 24 hours
TENDER FOR FIRE ALARM AND FIRE FIGHTING SYSTEM WORKS FOR PHASE - I EXPANSION OF KSIHFW AT
THYCAUD, TRIVANDRUM Page 41
of the happening of such accident intimate in writing to the KMSCL, the fact
of such accident. The contractor shall indemnify KMSCL against all loss or
damage sustained by KMSCL resulting directly or indirectly from his failure to
give intimation in the manner aforesaid, including the penalties or fines if any
payable by KMSCL as a consequence of KMSCL’s failure to give notice under
the Workmen’s Compensation Act or otherwise conform to the said Act in the
regard to such accident.
(d) In the event of an accident in respect of which compensation may become
payable under the Workmen’s Compensation Act VIII of 1973 whether by the
contractor such sum or sums of money as may be, in the opinion of the
Consultant shall be final in regard to all matters arising under this clause.
FAIR WAGE CLAUSE
(a) The Contractor shall pay not less than fair wage to labourers engaged by him
on the work.
“Fair Wages” means wages whether for time or piece work notified at the time
of inviting for the work and where such wages have not been so notified the
wage prescribed by Kerala PWD for the District in which the work is done.
(b) The Contractor shall notwithstanding provisions of any contract to the
Contract cause to be paid fair wage to labourers indirectly engaged on the
work including any labour engaged by his sub-contractor in connection with
said work as if labourers had been immediately employed by him.
(c) In respect of all labour directly or indirectly employed in the work for
performance of the contractor’s part of the Agreement the Contractor shall
comply with or cause to be complied with provisions of the Contract Labour
(Regulations and Abolition) Act 1970, Minimum Wages Act 1948, Payment of
Wages Act 1936 and Any Amendments thereof and all Legislations and Rules
of this State and / or Central Govt. or other Local Authority framed by time to
time, Governing the protection of Health, Sanitary Arrangements wages,
Welfare, Safety Bonus, Retirement benefits, Retrenchment/Layoff
compensations to payment of wages not paid and deduction unauthorisly
made maintenance of wage register other terms of employment, inspection
and submission periodical returns and all wage cards, publications of scale of
wage and returns and all other matters of like nature and shall indemnify
KMSCLfrom all or any claims coming under the above Acts and Rules.
(d) The Consultant shall have the right to deduct from the money due to the
Contractor and any sum required or estimated to be required for making good
the loss suffered by a worker or workers by reason of nonfulfillment of the
Conditions of the Contract for the benefit of the works no payment of wages
TENDER FOR FIRE ALARM AND FIRE FIGHTING SYSTEM WORKS FOR PHASE - I EXPANSION OF KSIHFW AT
THYCAUD, TRIVANDRUM Page 42
or deductions made from his or their wages which are not justified by the
terms of the Contractor of non-observance of the regulations.
(e) The regulation aforesaid shall be deemed to be a part to this contract.
LABOUR LAWS
The Contractor shall comply with the provisions of all Labour Legislation including
the requirements of:
(a) Payment of Wages Act
(b) KMSCL’s Liability Act
(c) Workman’s Compensation Act
(d) Contract Labour (Regulation and Abolition) Act
1970 & Central Rules 1971
(e) Apprentice Act, 1961
(f) Any other act or enactment relating employment of labour and rules
framed there under from time to time.
The Contractor shall keep the KMSCL saved harmless and indemnified against
claims, if any, of his workmen and all costs and expenses as may be incurred by the
KMSCL in connection with any claim that may be made by any workmen.
The Contractor shall have to obtain license under the said Act and rules and comply
with all provisions and obligations. The Contractor shall furnish all information
required by the KMSCL and also indemnify the KMSCL against any penalties /
claims arising from any default on his part.
TENDER FOR FIRE ALARM AND FIRE FIGHTING SYSTEM WORKS FOR PHASE - I EXPANSION OF KSIHFW AT
THYCAUD, TRIVANDRUM Page 43
SECTION VI
SPECIAL CONDITIONS OF CONTRACT (SCC)
SUPPLY , INSTALLATION, TESTING AND COMMISSIONING OF FIRE ALARM
AND FIGHTING SYSTEM WORKS AT HOSTEL BUILDING, TRIVANDRUM
1 General
1.1 The following special conditions shall be read in conjunction with General
terms and conditions of Contract (GCC) and amendments/corrections thereto.
Where any portion of the GCC are repugnant to or at variance with any
provisions of the SCC, then, unless a different intention appears, the provision
of the SCC shall be deemed to override the provisions of the GCC only to the
extent that such repugnancy, or variations cannot be reconciled with the SCC
and shall be to the extent of such repugnancy, or variations, prevail.
Wherever it is stated anywhere in this contract that such and such work is to
be carried out, it shall be understood that same shall be effected/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. The work in
general shall be carried out as per the nomenclature of the individual items
and in the particular specifications. For item of works, not covered above, the
same shall be carried out as per instructions and specifications given by the
Consultant.
For item of works, not covered above, the same shall be carried out as per
KPWD specifications, 2010 with upto date correction slips.
For any other item of work, not covered in the above para, the same shall be
done as per NEC - 1985 or latest relevant BIS codes of practice.
1.2 Works to be done by Contractor
Unless and otherwise mentioned in the tender document, the following works
shall be done by the contractor, and therefore their cost shall be deemed to
be included in their tendered cost. Before quoting, the tenderers are advised
to visit the site and acquired himself of all site conditions.
a) Foundation and brackets and components wherever required, including
foundation bolts, etc. wherever specified.
TENDER FOR FIRE ALARM AND FIRE FIGHTING SYSTEM WORKS FOR PHASE - I EXPANSION OF KSIHFW AT
THYCAUD, TRIVANDRUM Page 44
b) Excavation and refilling of trenches in soil wherever the pipes/cables are to
be laid directly in ground, including necessary base treatment and
supports for pipes, bricks, etc, as specified.
c) Sealing of all opening provided for pipes and cables, from fire safety point
of view, after laying of the same.
d) Painting of all exposed metal surfaces of equipment and components.
e) Fixing of danger notice boards wherever required.
f) Making good all damages caused to the structure, walls, floors, slabs, etc.,
during installation and restoring the same to their original finish.
g) Consumables, fuels, cement, etc. required for the work, testing, trial runs
and commissioning.
h) Testing and commissioning of the completed installation.
i) For any item of work, not covered in particular specification, the same
shall be done as per latest relevant BIS codes of practice.
j) For any item of work not covered in particular specification, the same
shall be done as per sound engineering practice as directed/approved by
Engineer-in-Charge.
2. Important Note
The rate for all items of works shall be considered all inclusive of pumping
out or bailing out water due to rain, flood or other cause, if applicable, and
no extra payment shall be made on this account.
No payment/compensation will be made to the Contractor for damage
caused by rains, floods, cyclones, earthquakes, subversion, riots or other
natural calamities during the execution of the Works. The damage to work
shall be made good by the Contractor at his own cost and no claim on this account
shall be entertained.
3. General Requirements and Arrangement of Materials
3.1 All sundry fittings, assemblies, accessories, hardware items, foundation bolts,
termination lugs for electrical connections as required, and all other sundry
items which are useful and necessary for proper assembly and efficient
working of the various components of the work shall be deemed to have
been included in the tender, whether such items are specifically mentioned in
the tender document or not.
TENDER FOR FIRE ALARM AND FIRE FIGHTING SYSTEM WORKS FOR PHASE - I EXPANSION OF KSIHFW AT
THYCAUD, TRIVANDRUM Page 45
3.2 Busway/Cable Layout
Prior to the laying of the busbar trunking and cables, the contractor shall
submit to the Engineer-in-charge detailed layout plan and get it approved.
The layout plan shall contain particulars regarding size & routes of the
busbar system/cables, number of supports, pipes carried and the tap-off
points, inspection chambers provided along the route.
3.3 Centre of gravity
The centre of gravity of the assembled equipment shall be low and as near the
vertical centre line as possible. If the centre of gravity is ex-centric relative to
track, its location shall be shown on the outline drawing.
3.4 Quality of materials
All the materials and equipment supplied by the contractor for this work shall
be new and should confirm to relevant BIS Specifications. They shall be of
such design, size and material as to function satisfactorily under the rated
conditions of operation and to withstand the environmental conditions at site.
The copies of purchase vouchers & gate passes should be produced along
with the materials. The type test certificates, routine test certificates and
acceptance test certificates are also to be submitted.
3.5 Inspection of material and Equipment
The materials should be inspected/tested prior to the despatch from the
manufacturer by Purchaser/Consultant. The inspection call should be given at
least fifteen days in advance so as to depute the officials of
Purchaser/Consultant for the inspection.
Such inspection will be of the following categories:
1. Inspection of materials/equipment to be witnessed at the manufacturers’
premises in accordance with relevant BIS/Agreement Inspection
Procedure.
2. To receive materials at site with manufacturers’ Test Certificate(s).
3. To receive materials after physical inspection at site.
Similarly, for fabricated equipment, the contractor will first submit dimensional
detailed drawings for approval before fabrication is taken up in the factory.
Suitable stage inspection at factory also will be made to ensure proper use of
materials, workmanship and quality control.
3.6 Rating of components
TENDER FOR FIRE ALARM AND FIRE FIGHTING SYSTEM WORKS FOR PHASE - I EXPANSION OF KSIHFW AT
THYCAUD, TRIVANDRUM Page 46
All current carrying components in an installation shall be of appropriate rating
of voltage, current and frequency as required at the respective sections of the
electrical installation in which they are used, without their respective ratings
being exceeded.
3.7 Fabrication of Panels in a CPRI approved workshop
Unless otherwise specified, switch boards/HT/LT panels etc. will be fabricated
by a fabricating workshop preferably having a CPRI Certificate for short
circuit withstand capability for manufacture/fabrication for the rating of
Switchboards specified. The workshop also should have reasonable quality
control, and testing facilities, besides, having a proper 7-tank process for
treatment and painting of metal parts.
3.8 Storage of materials
The storage of materials brought to site is the full responsibility of the
contract. The contractor should construct necessary storerooms. The land
required for stores will be provided by the Purchaser free of cost. The
storeroom should be with double lock arrangement and key of one lock will
be with Engineer-in-charge or his authorised representative and other one
will be with the contractor.
3.9 Procurement of Materials
Contractor shall make his own arrangements for the procurement of all
materials required for the work.
4. Turnover Taxes/Works Contract Taxes
Deductions will be made from the bills towards Sales Tax, tax on works
contract as per relevant ST Act.
5. Samples
5.1 The Contractor shall be required to produce samples of all the materials
sufficiently in advance to obtain approval of the Engineer-in-charge.
5.2 Approved samples shall be retained by the Engineer-in-charge until the
completion of the work and all materials and workmanship incorporated in
the work are to conform to the approved samples in all respects. Rejected
materials shall be removed from the site immediately under the supervision
of Engineer-in-charge.
5.3 If on handing over the site or at any time thereafter during the execution of
work, the contractor considers that any drawing or information necessary for
the execution of the work has not been provided, he shall inform the
TENDER FOR FIRE ALARM AND FIRE FIGHTING SYSTEM WORKS FOR PHASE - I EXPANSION OF KSIHFW AT
THYCAUD, TRIVANDRUM Page 47
Engineer-in-charge in writing giving full details required. All materials or
workmanship, which in the opinion of the Engineer-in-charge is defective or
is unsuitable shall be removed immediately from the site within a reasonable
time to be fixed by the Engineer-in-charge depending on the requirement in
each case, failing which, the same shall be removed at the risk and cost of
the Contractor. No claim whatever shall be entertained on this account.
5.4 Whenever B.I.S. codes are referred to in other particular specifications
attached, the latest B.I.S. codes prevalent at the time of execution shall be
followed.
6. Contract Documents
The Contract document is confidential and must strictly confined to the
contractor’s own use (except so far as confidential disclosure to sub-
contractors or suppliers, if necessary) and to the purpose of the contract.
All tenderers shall sign a declaration under the Official Secrets Act for
maintaining secrecy of the tender documents, drawings or other records
connected with the work given to them. The unsuccessful tenderers shall
return all drawings given to them.
7. Bye-laws
The Contractor shall comply with all regulations of local and statutory
authorities having jurisdiction over the works and shall be responsible for
obtaining prior approval, if any, and payment of all fees and other charges,
giving and receiving of all necessary notices and keeping the Engineer-in-
charge informed of the said compliance with the bye-laws payments made,
notices issued and received.
The Contractor shall indemnify Purchaser against all claims in respect of
royalties, patent rights, design trade marks of name or other protected rights
in respect of any plant, machine, work or materials used for or in connection
with work or temporary work and from and against all claims, demands
proceeding, cost, charges and expenses whatsoever in respect of or in
relation thereto. The Contractor shall defend all actions arising from such
claims and shall himself and any every sort that may be legally incurred in
respect thereof.
The Electrical work shall be carried out as per local Electrical Inspectorate /
Central Electrical Authority, which even is concerned. standards/
specifications/ guidelines and the Contractor shall get the approval and safety
certificate from the Inspectorate after the completion of work and before
energisation.
TENDER FOR FIRE ALARM AND FIRE FIGHTING SYSTEM WORKS FOR PHASE - I EXPANSION OF KSIHFW AT
THYCAUD, TRIVANDRUM Page 48
8. Consumption of Materials
Proper record of daily consumption of materials shall be maintained at the
site of work for each item as directed by the Engineer-in-charge. This is
required to be done even if the contractor arranges these materials.
9. Co-ordination
The Contractor shall co-operate with other agencies working in the same
project, compare plans, specifications and the time schedules and so arrange
his work that there will be no interference. The Contractor shall forward to
the Engineer-in-charge all correspondence and drawings exchanged. Failure
to check plans for conditions will render the Contractor responsible for
bearing the cost of any subsequent change found necessary or damages
done.
However, the Contractor shall afford necessary facilities to execute the work
simultaneously with other agencies executing the works for the same project.
The Purchaser shall entertain no claim on this account.
10. Safety
Only properly tested and marked material handling equipment shall be used.
All important connections/assembly of sound design related to pulley/guide
etc., including the supporting arrangement and fixing details shall be checked
periodically and necessary rectifying actions are to be taken in order to
ensure safe handling of loads during different operations.
All plant and machinery of the contractor shall observe the safety regulations
needed for working in a project where other contractors/sub-
contractors/agencies might also be working on the project, so as not to
interfere with the work of the other contractors or foul with their
constructions shall be taken by the contractor and nothing extra is payable
on this account.
The Contractor shall take all precautions to avoid all accidents by exhibiting
necessary caution boards day and night, speed limit boards, red flags, red
lights and providing barriers. He shall be responsible for all damages and
accidents caused due to negligence on his part. No hindrances shall be
caused to traffic during execution of work.
The rates quoted by the Contractor for all items except those where specific
provisions indicated in the schedule of Requirements shall include all leads,
lifts, and nothing extra shall be paid on this account.
TENDER FOR FIRE ALARM AND FIRE FIGHTING SYSTEM WORKS FOR PHASE - I EXPANSION OF KSIHFW AT
THYCAUD, TRIVANDRUM Page 49
The Contractor shall adjust his labour, staff, plant, machinery. etc., according
to the requirement of work from time to time with particular regard to
approved phases of work and no claim shall be entertained on account of
idle labour, plant, machinery, etc., due to any reason whatsoever.
The Contractor shall clear the site thoroughly of all shuttering materials and
rubbish etc., left out of his work and dress the site around the area to the
satisfaction of Engineer-in-charge upon completion of the work and before
release of payment of the last running bill. He will remove the labour huts
on completion of the work. The payment of final bill will be subject to the
compliance of this condition by the contractor.
11. Testing and Measuring Equipments
Equipment for measurement of work and testing the installation shall be
procured by the Contractor for his use at his own cost. The same shall also
be made available to the Engineer-in-charge without any charges for use of
this work.
12. Water and Electric Supply
The Purchaser will not be responsible for arranging supply of water and
Electric power to the Contractor. The Contractor shall make his own
arrangements for temporary connections required, if any, and make
necessary payment for it direct to the Department concerned. Nothing shall
be payable by Purchaser on this account.
13. Tests
The Contractor shall produce samples of all the materials well in advance so
that there is sufficient time for testing of the materials and clearance of the
same before incorporation in the work.
All the materials to be used in and on every part of the work shall be
subjected, from time to time, to such tests as the Engineer-in-charge may
direct. Such tests shall be performed at the expense of the Contractor. The
samples for tests shall be in all cases selected by the Engineer-in-charge and
supplied by the Contractor as part of the contract. If at any time, any
material so tested, fails to meet the acceptance criteria, the same shall be
removed from the site of works and other materials substituted therefore, but
in the absence of any specified test/acceptance criteria, the decision of the
Engineer-in-charge shall be final and binding as to whether the said material
or materials shall be used on the works, or removed forthwith and other
suitable, approved material substituted.
TENDER FOR FIRE ALARM AND FIRE FIGHTING SYSTEM WORKS FOR PHASE - I EXPANSION OF KSIHFW AT
THYCAUD, TRIVANDRUM Page 50
The contractor shall produce on demand from the Engineer-in-charge, the
necessary test certificates, Manufacturers’ Authorization form certifying that
the materials conform to the technical specifications. However, this clause
will not apply to routine testing of materials at the site laboratory of the
Contractor.
All tools, instruments, plants and labour/operating personnel for the test shall
be provided by the Contractor at his own cost. For any tests as directed by
the Engineer-in-charge, that has to be carried out at an outside laboratory,
the same should be carried out by the Contractor without any extra cost.
14. Site for Plants/Equipment, Stacking of Materials and Labour
The Contractor shall stack materials at the site of work strictly as per
instructions of Engineer-in-charge keeping in view the safety and smooth
progress of the project.
Nothing extra shall be payable for any extra lead involved in stacking the
materials at a reasonable distance away from the work place.
Site for labour camps will be made available to the Contractor, if found
necessary, by the Purchaser and it should be vacated and area cleared by
the Contractor on completion of work and before the release of final bill.
15. Site Maintenance during Construction
The Contractor and each Sub-Contractor shall from time to time clear and
remove all rubbish and obstructions and driveways in the work area shall be
kept clear and unobstructed at all times. Nothing extra shall be paid on this
account.
16. Insurance
The Contractor shall arrange, secure and maintain insurance as may be
necessary and for all such amounts to protect his risks as detailed herein.
The form and the limit of such insurance as defined herein together with the
under written thereof in such case shall be as acceptable to the Purchaser.
However, irrespective of such acceptance, the responsibility to maintain
adequate insurance coverage on comprehensive all risks basis at all times
during the period of contract shall be of the Contractor. The Contractor’s
failure in this regard shall not relieve him of any of his contractual
responsibilities and obligations. Any loss or damage to the construction
equipment or materials during handling, transporting, storage and erection,
till such time as the work is certified by the Engineer-in-charge as having
been completed in all respects & is taken over by the Purchaser: shall be to
TENDER FOR FIRE ALARM AND FIRE FIGHTING SYSTEM WORKS FOR PHASE - I EXPANSION OF KSIHFW AT
THYCAUD, TRIVANDRUM Page 51
the account of the Contractor and his responsibility preferring all claims and
make good for the damage or loss by way of repairs and/or replacement of
the portion of the work damaged or lost. The completion of work shall not,
in any, way relieve the Contractor of the above responsibilities during the
period of the contract. The Contractor shall provide the Purchaser with a
copy of all insurance policies and documents taken out by him in pursuance
of this contract.
Such copies of documents shall be submitted to the Purchaser immediately
after such insurance coverage. The Contractor shall also inform the
Purchaser in writing at least twenty (20) days in advance regarding the
expiry/cancellation and/or change in any of such documents and insurance
revalidation/renewal, etc., well in time as may be necessary. The risks that
are to be covered under the insurance shall include but not be limited to the
loss or damage in transit, theft, pilferage, riot, civil commotion, weather
conditions, accidents of all kinds, fire, etc. The scope of such insurance shall
cover the entire value of the work from time to time. All costs on account of
insurance liabilities covered under the contract will be on the Contractor’s
account and will be included in contract price. However, the Purchaser, may
from time to time during the pendency of the contract, ask the Contractor in
writing to limit the insurance coverage risks and in such a case the parties to
the contract will agree for a mutual settlement for reduction in contract price
to the extent of reduced premium account.
17. Insurance for Staff
The Contractor shall insure all his staff working at site against injury, loss of
life etc., and the Purchaser will entertain no claims of compensation in this
regard. The Contractor shall indemnify the Purchaser against all such claims
as above, by his staff.
18. Compensation for Delay
If the Contractor fails to complete the work and clear the site for any
particular phase on or before the stipulated completion time of that
respective stage or extended period of completion, he shall, without
prejudice to any other right or remedy of the Purchaser on account of such
breach, pay as agreed a compensation of the amount calculated on the basis
of General Conditions of Contract.
The Contractor shall maintain in perfect condition all works executed till the
completion of the entire works allotted to him. When, phased handing-over
is contemplated, the provisions mentioned above will apply to each phase.
19 Guarantee
TENDER FOR FIRE ALARM AND FIRE FIGHTING SYSTEM WORKS FOR PHASE - I EXPANSION OF KSIHFW AT
THYCAUD, TRIVANDRUM Page 52
At the close of work and before issue of final certificate of total completion by
Engineer-in-charge, the contractor shall furnish a written guarantee
indemnify the Purchaser against defective materials and workmanship for a
period of one year after completion. The Contractor shall hold himself fully
responsible for reinstallation or replace free of cost to the Purchaser during
the defect liability period as stipulated hereunder:
a) Any defective material supplied by the Contractor or defective
workmanship of the Contractor.
b) Any material supplied by the Purchaser/owner, which is proved to be
damaged or destroyed as a result of defective workmanship by the
Contractor.
20. Undertaking by Contractor
20.1 If the quoted rates are considered unworkable below 25% the bidder shall be
explain how to execute the work and to give an undertaking the contractor
will complete the work at quoted rate have to confirm the estimate rate are
21. Payment Terms for the Supply and Installation
(i) 60% of the contract price shall be paid on pro-rata on receipt of materials at
site in good conditions. The minimum bill value (Eligible payment) shall be
Rs.4 lakhs.
(ii) 20% of contract price shall be paid on pro-rata on completion of erection of
the materials at site. The minimum bill value (Eligible payment) shall be Rs.2
lakhs.
(iii) 10% of the contract price shall be paid on obtaining statutory approvals
including NOC’s from fire and rescue department and electrical inspectorate.
(iv) 10% of the contract price shall be paid on testing and commissioning of the
system after effecting deductions towards penalty for delay in the execution of
work.
Refund of Security deposit: Retention money/Security deposit will be paid
after commissioning on the submission of a bank guarantee towards
performance warranty for an amount equal to ten percent of the executed
value of the Contract and valid for a period of twelve months from handing
over/taking over of the installation.
21.1 All the payments are made, after deducting there from the amounts already
paid, the retention, income tax and other amounts as may be deductable or
recoverable in terms of the contract.
TENDER FOR FIRE ALARM AND FIRE FIGHTING SYSTEM WORKS FOR PHASE - I EXPANSION OF KSIHFW AT
THYCAUD, TRIVANDRUM Page 53
21.2 The amount admissible for interim bills shall be normally paid within a
month from the date of receipt of the bill by the Engineer-in-charge after
such verification as is considered necessarily.
21.3 Pending consideration of extension of date of completion, interim payments
shall continue to be made as here in provided.
21.4 Any interim certificate given relating to work done or materials delivered,
may be modified or corrected by any subsequent interim certificate or by the
final certificate. No certificate of the Engineer-in-charge supporting an
interim payment shall have itself be inclusive evidence that any work or
materials to which it relates is/are in accordance with the contract.
22 Inspectorate Approval
22.1 All works shall be carried out as per state fire department rules and
regulations and approval from the local fire department/other statutory
bodies shall be taken after sucessful completeion of the work.
22.2 Contractor has to obtain necessary scheme approval, if any, from the
statutory authorities concerned immediately after the award of work.
22.3 All testing/calibration etc., are to be carried out as per the requirements of
statutory authorities concerned.
22.4 All costs incurred in obtaining such approval/certificates are to be borne by
the contractor. Statutory fees paid shall be reimbursed on presentation of
documents.
22.5 All the electrical equipment to be supplied and works to be executed shall
conform to the State Electrical Inspectorate / Central Electrical Authority
Standards/Safety Authority including all protection and metering accessories.
Nothing extra will be paid in this regard.
23. Structural Alterations to Building
No structural member in the building shall be damaged/altered, without prior
approval from the Engineer-in-charge.
Structural provisions like openings, if any, provided by Purchaser for the
work, shall be used. Where these require modifications, such contingent
works shall be carried out by the contractor, at his cost.
All cut out openings in floors provided by Purchaser shall be closed, after
installation, in accordance with the schedule of work.
All cuttings made by the contractor in connection with the works shall be
filled by him at his cost to the original finish.
24. Phasing of Works
TENDER FOR FIRE ALARM AND FIRE FIGHTING SYSTEM WORKS FOR PHASE - I EXPANSION OF KSIHFW AT
THYCAUD, TRIVANDRUM Page 54
The total period for completion of works under this contract is as given in the
bid document. The work has to be carried out in phases as directed by the
Engineer-in-charge from time to time so that the total project work can
progress smoothly with least obstruction to the work of other
Contractors/agencies.
25. Completion Drawings and Certificate
For all work completion report as given in the pro-forma for test results
shall be submitted to the Engineer-in-charge, after completion of work.
On completion of work, the Contractor shall submit “As built drawings”
drawn to a suitable scale in tracing sheet with three copies and one set of
computer floppy diskettes/CD ROMS of the same to the Engineer-in-
charge before the submission of the final bill.
1. The Schematic diagram of total pipe layout & pump room showing all
routes.
2. General layout of the site showing therein routes of pipes and valves
& other equipments position.
3. Schedule of lengths, types and sizes of pipes, valves, pumps, valves,
cables,motors and machines etc
4. Name of work, job number, accepted tender reference, actual date of
completion, names of Division/Sub-Division, and name of the firm
who executed the work with their signature(s).
5. Routine and type test certificates (3 sets)
6. Detailed Operation and Maintenance Manuals (3 sets)
7. Detailed erection, testing and commissioning manuals (3 sets).
26. Handing over the site
The site shall be handed over in Phases, if warranted. Contractor shall
plan the work as per the phasing decided by the Purchaser and no claim
will be entertained for not handing over the entire area in one stretch. In
case there are small patches, which could not be handed over due to legal
and technical reasons, this will not be considered as obstructions and no
claim will be entertained for delays for such reasons.
27. Deviations from Purchaser’s Specification
Deviations from the purchaser’s specification, if any, proposed by the
bidder will be considered, provided they meet with the purchaser’s
requirements and are necessary to improve utility, performance and
efficiency. The deviations proposed by the bidder shall include the
technical merits with special reference economic viability.
28. Conformity to Rules and Standards
TENDER FOR FIRE ALARM AND FIRE FIGHTING SYSTEM WORKS FOR PHASE - I EXPANSION OF KSIHFW AT
THYCAUD, TRIVANDRUM Page 55
28.1 The work shall be carried out in the best workmanlike manner in
conformity with this specification, the relevant specification/codes of
practice of the Bureau of Indian Standards or TAC recommendations
(Except where specified otherwise) and other relevant standards with
latest amendments, approved drawings and the instructions issued by the
Engineer-in-charge or his authorised representative, from time to time.
Equipment meeting any other authoritative standard, which ensures an
equal or better quality than the above standards, will also be acceptable.
28.2 In addition to the standards, all works shall also conform to the
requirements of the followings:
a) National Building Codes/ Fire Insurance Regulations/ Tariff Advisory
Committee.
b) The works shall also conform to relevant Bureau of Indian Standards’
Codes of practice (COP) for the type of work involved.
c) Materials to be used in work shall be ISI marked wherever applicable.
d) In all electrical installation works, relevant Safety codes of practices
shall be followed.
e) All Electrical works shall be carried out in accordance with the
provisions of Indian Electricity Act- 2003, Indian Electricity Rules
1956 amended upto date (Date of call of tender unless specified
otherwise)
f) Regulations laid down by the Chief Electrical Inspector of the State
Electrical Inspectorate/State/Central Electricity Authority or any other
agencies concerned.
g) Regulations laid down by the Factory Inspector of the State.
h) Any other regulations laid down by the local authorities.
i) Installation & operating manuals of original manufacturers of
equipment.
29. Extra items
If the Contractor has been asked to execute any such item/work in course of
construction for which the tender rates have not been quoted by him, he
must undertake such work. The rates for which additional work shall be
determined by the Purchaser on the following lines, in the order of
preference.
1. The rate to be derived from any one of the quoted rates for similair
items of work in the tender.
2. In the case of extra items, whether altered or substituted, for which
similar items do not exist in the contract, the rates shall be derived at on
the basis of provisions of standard data book and latest schedule of
rates of Central Public Works Department by adding profit of 10% and
applying the Contractor’s quoted percentage above or below.
3. Rates based on actual observation and/or analysis of labour and
materials involved in such items. For this purpose the Contractor shall
TENDER FOR FIRE ALARM AND FIRE FIGHTING SYSTEM WORKS FOR PHASE - I EXPANSION OF KSIHFW AT
THYCAUD, TRIVANDRUM Page 56
submit to the Engineer-in-charge detailed analysis of the rate proposed
by the Contractor supported by relevant vouchers. While fixing rates for
extra items an allowance of 10% of the cost will be provided towards
contractors overheads profits and establishments taken over.
30. Rebate/Extra over original item
If there is a deviation in the specifcation of particular item of the tender,
rebate/extra over the quoted rate shall be generally derived as follows:
For items not covered in the schedule, rebate/extra shall be derived based
on observatrion/ analysis of labour and materials involved in such items.
31. Data/Drawings/Documents
The bidder shall submit the following data/ information/
drawings/documents as indicated below:
i) List of deviations clause by clause and reasons.
ii) Descriptive literature of the various equipment offered with catalogues,
if any.
iii) Guaranteed technical particulars of the equipment and performance
particulars
iv) Approximate dimensions and weights and preliminary G.A drawings.
v) List of optional features with extra price.
vi) Make of various equipment and associated components/ accessories.
Where applicable, preliminary schematic of the equipment/ system offered
in the tender.
Brief write up on control scheme and features.
Within 1 weeks of order, Contractor shall submit 4 sets of following
documents for purchaser/Consultant’s approval.
i) Guaranteed Technical and Performance particulars.
ii) G.A Drawings with dimensions and weight, plan and sections and
fixing/foundation details
3. Where applicable, control scheme drawings with write-up and all terminal
numbers for external hook up.
Subsequently, 4 sets of the revised documents shall be submitted
incorporating Consultants comments as Final Drawings for Purchaser’s
reference and records before the equipment is offered for inspection.
Note: Liaison with all statutory authorities including Local Fire Department for
getting sanction/approval/safety certificate including submission of
necessary forms to Local Fire Department as required is included in the
scope of this work of the contractor.
TENDER FOR FIRE ALARM AND FIRE FIGHTING SYSTEM WORKS FOR PHASE - I EXPANSION OF KSIHFW AT
THYCAUD, TRIVANDRUM Page 57
SECTION VII
TTEECCHHNNIICCAALL SSPPEECCIIFFIICCAATTIIOONNSS
FFIIRREE HHYYDDRRAANNTT SSYYSSTTEEMM && FFIIRREE AALLAARRMM SSYYSSTTEEMM
1. SCOPE OF WORK
The scope of the work covers, Supply of materials, installation, testing and
commissioning of Fire hydrant and alarm system.
Upon completion of all work and all tests, the Contractor shall train the
KMSCL Engineers / Personnel in the operation, adjustment and maintenance
of all equipments installed.
Copies of drawings hydrant layout, alarm system layout are attached in the
tender document. All the equipment and installation shall confirm to
specifications contained in Indian Standards.
The installation of Fire Hydrant & Fire Alarm systems shall conform to norms
as per TAC.
The scope of work also includes obtaining statutory approvals from the local
fire department/other statutory bodies.
The bidder shall visit the site before submitting the tender and familiarize the
work and nature of site condition.
TENDER FOR FIRE ALARM AND FIRE FIGHTING SYSTEM WORKS FOR PHASE - I EXPANSION OF KSIHFW AT
THYCAUD, TRIVANDRUM Page 58
PART – I
FFIIRREE HHYYDDRRAANNTT SSYYSSTTEEMM
1. STANDARDS
The manufacture, identification of material and testing of equipment covered
in this specification shall comply with the latest editions as on date of opening
of tenders of the appropriate standards of the following. Unless otherwise
specified, Indian Standards are preferred. All the appliances and accessories
shall carry IS or International certification and shall be of approved make.
IS: 1239 Mild steel, black ERW pipes, with fittings.
IS: 3589 Mild steel, black ERW pipes 200 mm dia, and above, with
fittings.
IS 4984 HDPE pipes
IS 4985 PVC pipes
IS: 10221 Code of practice for coating and wrapping of underground
mild steel pipelines
IS: 823 Welding procedure
IS: 2062 Steel for General Structural Purposes
IS: 13095 Butterfly valve
IS: 903 Nozzle, Branch pipe, Female and Male couplings (Gun metal)
IS: 5290 Fire hydrant valve, gunmetal with cap & GI chain.
IS: 908 Fire hydrants
IS: 8423 Water shield controlled percolation hose.
IS: 325 Induction motors
IS: 900 Installation of motors
IS: 13947 SDFUs
IS: 1554 PVCAPVC Al. Power/control cables
IS: 1652 Batteries
IS: 694 PVC insulated cables (light duty) for working voltage upto
1100 volts.
IS: 1554 PVC insulated cables (heavy duty) for voltage upto 1100 volts.
IS: 1554 — do — for voltage 3.3 kV to 11 kV
TENDER FOR FIRE ALARM AND FIRE FIGHTING SYSTEM WORKS FOR PHASE - I EXPANSION OF KSIHFW AT
THYCAUD, TRIVANDRUM Page 59
IS: 5959 Specification for polyethylene insulated PVC sheathed heavy-
duty electric cables, voltage not exceeding 1100 V
IS: 5959 — do — voltage 3.3 kV to 11 kV
IS: 5578 Guide for marking of insulated conductors
IS: 1255 Code of practice for installation and maintenance of power
cables.
IS: 3043 Code of practice for earthing.
IS: 5216 Guide for safety procedures and practices in electrical work.
In case where the offer deviates from the specified standards, the tenderer
shall indicate clearly in the offer the alternative standards proposed to be
adopted and details thereof.
Unless otherwise mentioned, all applicable codes and standards shall be of the
latest editions as published by the Indian Standards and all other such as may
be published by them during the tenure of the contract, and shall govern in
respect of workmanship, properties of materials, installation and methods of
testing. In case where suitable Indian Standards or TAC norms are not
available, generally accepted codes and practices as approved by the
Purchaser shall be adopted. Any changes or modifications directed by the
Purchaser shall also be incorporated by the contractor during execution of the
work.
2. PUMPS AND ACCESSORIES
Pump shall be direct-coupled and not belt-driven. Parts of pumps like
impeller, shaft sleeve, wearing sleeves, etc. Shall be of non-corrosive metal
such as brass or bronze. Pumps shall be capable of furnishing not less than
150% of the rated capacity at a head not less than 65 % of the rated head.
The shut-off rate shall not exceed 120% of the rated head in the case of
horizontal pumps. The pump shall be provided with a pressure gauge on the
delivery side between the pump and the non-return valve and a nameplate
showing the delivery head, capacity and the rpm. Pump shall be securely
mounted on a robust bedplate of horizontal type, and shall be free from
vibration at all varying loads. The pump shall be connected to the Fire riser
Line of the Building
3. HYDRANT SYSTEM AND PIPING
1. MS Pipes
The MS pipes used shall be of standard IS 1239, heavy-duty type (Class C),
electric resistance welded and shall be free from scale, cracks, surface flaws
TENDER FOR FIRE ALARM AND FIRE FIGHTING SYSTEM WORKS FOR PHASE - I EXPANSION OF KSIHFW AT
THYCAUD, TRIVANDRUM Page 60
and other defects. For pipes 200 mm dia. And above IS 3589 Class ‘2’ shall
be applicable.
2. Exposed/Above ground (AG) pipes
Exposed/Above ground (AG) pipelines and fittings shall be coated with two
coats of oil primer and two coats of enamel paint as per IS approved colour
code. The surfaces shall be properly cleaned before applying the primer. For
installing pipes vertically or horizontally inside the building standard pipe
supports of reputed make shall be used. Following supports shall be used:
i) Split pipe support clamps with rubber lining for vertical, horizontal and
roof hanging.
ii) Clevis hangers for horizontal supports to adjust varying heights.
iii) Sprinkler hangers for horizontal supports for pipes from 15mm dia to
150mm dia.
Fastners and fully threaded rods shall be used for installing the
pipe supports. The sizes of pipe supports and installation shall be in
accordance with manufacturers recommendations.
For pipes of size 100mm and above, with the prior approval of
Engineer-in-Charge, ‘U’ clamp with dash fastner may be used for
supporting horizontal pipes from ceiling.
AG pipes shall be supported at regular intervals on masonry, RCC,
truss, beams, roofs, trenches etc. Air release valves shall be provided in
the hydrant lines at an interval of 50 m. The spacing of supports shall
be as shown below: -
Pipe dia. In mm
80, 100 and 125 : 3.5 m
150, 200 and 250 : 5.0 m
Above 250 mm : 7.0 m
3. Under ground (UG) pipes
Underground pipes shall be laid such that the top of the pipe is not less than 1
m below the ground level. Pipes shall be supported by PCC blocks (1:2:4) of
size 250 mm x 250 mm x 200 mm at intervals of 3.5 m trenches. The bends
and joints shall also be supports at both sides using PCC blocks. Mains shall
not be laid under buildings. The underground pipes shall be applied with
standard anti-corrosive treatment as described below. Air release valves shall
be provided in the hydrant lines at an interval of 50 m.
Anti-corrosive treatment for UG pipes
For applying anti corrosive treatment, pipes are initially wire brushed to
remove all foreign matters. It shall be with two coats of asphaltic primer and
the primer shall be allowed to dry until the solvent evaporates and the surface
becomes tacky. Then the pipes are wound with polymeric mix of approved
TENDER FOR FIRE ALARM AND FIRE FIGHTING SYSTEM WORKS FOR PHASE - I EXPANSION OF KSIHFW AT
THYCAUD, TRIVANDRUM Page 61
make to a thickness of 4 mm. The mix shall be wound around the pipes and
the overlap is maintained at 15 mm. The material shall conform to IS 10221.
4. Fittings
Fittings installed underground shall be of MS conforming to IS-1239 (Part-II).
All fittings shall be able to withstand at least a pressure of 150 % of the
maximum working pressure. Welded fitting according to the laid down
welding procedure are permitted. Welded parts shall be suitably coated after
welding as per the requirement of the areas. Welded joints are not permitted
for fittings of less than 50 mm dia.
5. Flanges
The flanges shall be of heavy-duty type manufactured from material as per
standards mentioned having flat face as per requirement and its dimensions
shall also satisfy appropriate standards. All bolt holes in flanges shall be drilled.
The drilling of each flange shall be in accordance with relevant Indian
Standards. The gaskets used in all flange joints shall be of standard size and
are to be approved, verified and checked before use. Fixing of gasket is to be
as per standard procedures so as to ensure efficient and quality type joints.
The flange faces shall be true and perpendicular to the axis of the pipes, and if
due to other various reasons, such as, but not necessarily limited to the
process and / or layout requirements, it is not feasible, the Contractor shall
ensure that the joints shall be drawn up in order to provide even and
adequate uniform pressure on gaskets. All flanges shall be installed such that
the bolt holes straddle the normal centerlines.
6. Welding procedure
The welding procedure shall only be carried out by fully trained and
experienced welders and shall conform to IS-823. Purchaser reserves the right
to set the correct welding procedure, if not satisfied. The welding electrode
shall be of reputed make, and shall have suitable coating complying with
relevant Indian Standards.
7. Butterfly Valve (BV)
Butterfly valves shall be of PN 10 rating as per IS 13095 preferably with fixed
linear design to suit duty and flanges as per IS 6392 Table “E”. Valves of sizes
32 mm and above diameter shall be made of cast iron close end body, cast
iron epoxy coated disc, Nitrile Seat and SS 410 Stem with tefflon bush. Valves
up to 150mm NB shall be with detachable hand lever operation whereas
valves above 150 mm NB shall have worm gear operation.
7. Non-Return Valve (NRV)
TENDER FOR FIRE ALARM AND FIRE FIGHTING SYSTEM WORKS FOR PHASE - I EXPANSION OF KSIHFW AT
THYCAUD, TRIVANDRUM Page 62
It shall be of IS 5312 standards. Construction shall be of swing type with
bolted cover for water purpose and wafer end construction. Pressure class
shall be of PN 10 for water purpose and flanged type.
8. Gun Metal Gate Valve
It shall be of IS 778 standards. Construction shall be of globe and lift type with
screwed bonnet and inside female screwed construction. Packing shall be of
asbestos. Pressure class shall be of PN 10. End connection shall be of screwed
type.
10. Pressure gauges
It shall be of dial type with Bourden tube element of SS 316. The dial size
shall be 150 mm dia. And scale division shall be in metric unit marked in black
on white dial. It shall be comprised with snubber, isolation coke, nipples, tail,
connecting pipes, etc.
9. Pressure switches
It shall be of industrial type, single pole, double throw electric pressure
switching designed for starting or stopping equipment within the pressure of
the system drops or exceeds the pre-set limits. All switches shall have ¼” BSP
(F) inlet connection and screwed cable entry for fixing cable gland.
10. Hydrant valves
The external/internal fire hydrant valves shall be of oblique type single headed
of 63 mm dia. Conforming to IS-5290 suitable for connecting to 80 mm pipe.
The hydrant shall be complete with hydrant valve, orifice plate, other fittings,
etc. The hydrant couplings shall be flanged gunmetal with instantaneous
female spring lock of 63 mm dia. And valves shall be of screw down type.
Orifice plates of suitable design shall be provided for hydrants where pressure
exceeds 7 Kg per Sq. Cm.
The number of fire hydrants in a main of 80 mm dia. Shall not feed more than
one hydrant, that having a dia. Of 100 mm shall not feed more than two
hydrants, that having a dia. Of 125 mm shall not feed more than three
hydrants. The pressure at the most highest end hydrant in the hydrant mains
shall be restricted to 3.5 Kg per Sq. Cm. All hydrant outlets shall be situated 1
m above ground level.
13. Hose pipes
The hose pipes for hydrants shall be 15m long, 63 mm dia. Water shield
controlled percolation canvas conforming to IS-8423 with gun metal 63mm
size male coupling at one end and female coupling at other end conforming to
IS: 903. If hose is kept in hose boxes alongside hydrants, each box shall
contain two lengths of hoses. All the hoses and branch pipes/nozzles shall be
kept inside the boxes as per standard practices.
14. Hose reel
TENDER FOR FIRE ALARM AND FIRE FIGHTING SYSTEM WORKS FOR PHASE - I EXPANSION OF KSIHFW AT
THYCAUD, TRIVANDRUM Page 63
The hose reel shall consist of 30 m long 20 mm dia. High pressure braided
rubber lined hose mounted on heavy duty circular MS drum complete with
gun-metal shut-off valve, nozzle, etc. The hose reel bracket shall be of MS
fabricated or cast iron swing type suitable for 90 deg. Smooth and free
rotation in vertical plane conforming to IS-884.
15. Hose boxes
The fire hose boxes shall be of size 750x250x600 mm, 16 SWG sheet steel
with front side glass of 4 mm thick, lockable hinged door and painted with one
coat of primer and two coats of synthetic enamel paint of approved colour.
16. Couplings
All couplings shall be of the instantaneous spring-lock type and the nozzles
shall be of not more than 16 mm in dia. All couplings in the branch pipes and
nozzles shall be of gunmetal and shall comply with IS-903. The hose shall be
attached to the coupling. Spare hose and nozzles to the extent of 10 % of the
total requirements shall be supplied by the contractor as per BOQ.
17. Fire brigade outlets
The fire brigade collective breaching shall be with 150 mm flange outlet
connection with gunmetal twin-Siamese collecting head having 4
instantaneous outlets with built-in check valves. The fire brigade breaching
shall be connected to the sump and the main header.
18. Delivery Hose
Delivery Hose for fire fighting. 100% synthetic hose 63 mm dia 15 m long
confirming to IS 636 1988. Type A with unified lining externally treated with
electrometric /myotex for abrasion and chemical action, with instantaneous
male and female gun metal coupling and copper wire binding. Both hose and
coupling shall confirm to relevant Indian Standards and shall have ISI
marking. Also have burst pressure 50 Kg/cm2 and working pressure of 17
kg/cm2
4. Orifice Plates
Orifice plates shall be used to hydraulically balance an installation, or to
accommodate pump characteristics.
Have an orifice diameter not less than one-half of the internal diameter of the
pipe into which it is fitted.
Be fitted only in pipes of 50 mm nominal bore or grater.
Be or brass or SS with a plain central hole without burrs, and of a thickness
complying as given below:
TENDER FOR FIRE ALARM AND FIRE FIGHTING SYSTEM WORKS FOR PHASE - I EXPANSION OF KSIHFW AT
THYCAUD, TRIVANDRUM Page 64
Pipe nominal bore (mm)
Orifice place thickness
Mm
Over Not greater than
- 80 3
80 150 6
150 200 9
Have an identification tag, projecting beyond any flanges between which it is
clamped, on which is clearly stamped the nominal pipe diameter and the
orifice ‘K” factor.
The orifice plate shall be fitted not less than two pipes internal diameters
downstream of the outlet from any elbow or bend.
TENDER FOR FIRE ALARM AND FIRE FIGHTING SYSTEM WORKS FOR PHASE - I EXPANSION OF KSIHFW AT
THYCAUD, TRIVANDRUM Page 65
INSPECTION AND TESTING
(Hydrant System)
(Amended specifications)
1. Inspection – General
All site fabricated work/ material shall be subject to inspection in cleaned
condition, prior to erection. At no event, site fabricated work /material shall
be installed in position without inspection and approval by Purchaser. The
Contractor shall ensure that each stage of fabrication is carried out in
compliance with the procedures specified in the IS / NBC standards as
applicable and/or specified in this document.
The contractor shall conduct sample tests of all the materials supplied at
reputed laboratories/agencies as directed by Purchaser at his own cost and test
reports are to be submitted. Inspecting officials of Purchaser and Local
Authorities shall have the right to access the premises of the work at any time
with or without giving prior notice. All the formalities or procedures for
conducting the inspections by the authorities as required by them shall be
arranged by the contractor free of cost.
All testing shall be carried out in the presence of Purchaser / statutory
authorities and test registers shall be maintained by the contractor. The
contractor shall provide all material, tools, equipment, instruments, services
and personnel required to perform the tests and remove debris/water resulting
from cleaning and after testing free of cost.
The original test certificates of all tests conducted are to be forwarded to
Purchaser. After conducting the tests, any defects found on materials,
equipment, piping, etc. shall be got rectified/repaired by the Contractor
without any extra cost.
2. Testing
Before energising electrically operated equipment, care shall be taken to meet
the local electrical rules and regulations, earthing of the body, verifying
availability of safe insulation resistance value, etc. Also confirm the motor
enclosure to the level of protection required for the particular application.
a. Pumps
The pumps shall be tested according to the standard recommendations of the
manufacturer. The following parameters are to be recorded and plotted and
submitted to the Purchaser.
a. Discharge Q
b. Pressure P or Head H
TENDER FOR FIRE ALARM AND FIRE FIGHTING SYSTEM WORKS FOR PHASE - I EXPANSION OF KSIHFW AT
THYCAUD, TRIVANDRUM Page 66
c. Motor voltage and current.
d. Efficiency
The power consumption is to be computed and crosschecked with
manufacturer’s data. Any abnormalities, if noted, shall be brought to the
notice of the manufacturer and necessary corrective action be taken before
commissioning and handing over, without any extra cost. Manufacturers test
certificates shall also be submitted to Purchaser for verification.
b. Piping
MS pipes shall be visually examined during the fabrication. Visual
examination is of the first order of importance. Its purpose is to ensure the
conformity of the welding with all provisions and requirements of the
specification and welding procedure. This method shall extend to cover at
least the following steps.
a. Base metal identification
b. Base metal defects if any, such as surface irregularities, cracks or
lamination
c. Filler metal identification and verification for any defects
d. Edge preparation
e. Joint fit up
f. Cleanliness
g. Tacking
h. Root pass and subsequent passes appearances
i. Cleaning between passes
j. Preheat, inter pass temperature and heat treatment control wherever
required.
k. Appearance of completed welds
l. Excessive or unexpected distortion due to welding
All site fabricated material/work shall be offered for inspection in
cleaned condition, prior to erection. At no event, site fabricated work shall be
installed in position without inspection. The Contractor shall ensure that each
stage of fabrication is carried out in compliance with the methods specified in
standards as applicable and specified in this document.
Testing
TENDER FOR FIRE ALARM AND FIRE FIGHTING SYSTEM WORKS FOR PHASE - I EXPANSION OF KSIHFW AT
THYCAUD, TRIVANDRUM Page 67
All piping shall be tested by filling water, removing air locks, foreign materials,
etc. The testing shall be carried in sections by blocking both ends or closing
the valves provided. After completion of the installation and connecting to the
mains of pumping system the installation shall once again tested and rectify
breakage if any or replace the defective material, free of cost.
At least 10% of the total weld joints on pipes shall be tested by
radiography as per TAC requirement. Holiday tests may preferably be carried
out by flexible and detachable ring probe, which shall enable the entire 360
deg. of the surface of the pipe to be scanned.
All piping after installation shall be subjected to following tests as per
the requirements given below. The Contractor shall supply and fabricate all
blanks, plugs, spool pieces etc. required for testing.
The test pressure for each pipe shall be governed by the piping class
and/or the specifications. All inspection and testing shall be carried out in
presence of the Purchaser/Consultant and Contractor shall obtain necessary
approval.
i) Hydrostatic Test
Hydrostatic test shall be carried out using clean filtered water. The lines
shall be hydro tested to one and a half times the line pressure and see
that the pressure drop is within 0.5 Kg per Sq. cm over a period of 2
hours.. The hydrostatic test pressure shall be maintained till the visual
inspection of all the joints shall be completed by the Purchaser /
Consultant. All joints shall be examined for leakage. No leakage is
permissible. All leaks shall be repaired and area of repair shall be
retested using original test pressure. The Contractor shall ensure the
complete drainage and drying of pipe lines after testing and prior to
commissioning and cleaning of all construction debris and where ever
necessary by use of hot oil free compressed air or equivalent means.
All equipments shall be isolated during hydrostatic test.
Where piping system contains “In line” instruments and / or control
valves and/or piping special equipment” etc. these items shall be either
blanked off or replaced by spool pieces during test; unless agreed to by
the Purchaser/ Consultant. On completion of the test, spool
pieces/blanks shall be replaced for pre-commissioning. All such blanks
shall be flagged or clearly marked so that they may be easily identified
after testing so that it can be removed.
ii) Non Destructive Examination
TENDER FOR FIRE ALARM AND FIRE FIGHTING SYSTEM WORKS FOR PHASE - I EXPANSION OF KSIHFW AT
THYCAUD, TRIVANDRUM Page 68
All NDE methods, acceptance criteria, and additional general
requirements shall be in accordance with the following subparagraphs.
All NDE shall be performed by personnel certified in accordance with
ASNT. Personnel certified Level II or III should perform interpretation of
results.
iii) Visual Examination
a) Visual examination procedures shall be in accordance with ASME
Section V, Article 9.
b) Visual examinations shall be performed on accessible surfaces of all
completed welds.
c) The evaluation of indications and the acceptance criteria for visual
inspection shall be in accordance with ASME B31.
iv) Liquid Penetrant Examination
a) Liquid penetrant examination procedures shall be in accordance with
ASME Section V, Article 6.
b) Penetrant materials shall meet the requirements of ASME Section V,
Article 6.
c) Liquid penetrant examination of welds shall include a band of base
metal at least 25 mm wide on each side of the weld.
d) The evaluation of indications and the acceptance criteria shall be in
accordance with ASME B31.
v) Radiographic Examination
a) Radiographic examination procedures shall be in accordance with the
requirements and methods specified in ASME Section V, Article 2.
b) The evaluation of indications and the acceptance criteria of
radiographs shall be in accordance with ASME B31.
c. Electrical system
The following tests are recommended:-
i) Earth resistance
ii) Cable Insulation
Trial run and testing of diesel engine.
Resistance of metal conduits/sheaths (Earth continuity test)
TENDER FOR FIRE ALARM AND FIRE FIGHTING SYSTEM WORKS FOR PHASE - I EXPANSION OF KSIHFW AT
THYCAUD, TRIVANDRUM Page 69
Insulation of the cables shall be not less than one mega ohm when tested with
a 500 volts meggar for any particular section of the wiring.
In case of cables encased in metal conduit or metallic sheathing, the total
resistance of the conduit or sheathing from the earthing point to any other
position in the completed installation shall not exceed 2 Mega Ohms.
d. Hydrant system
The entire hydrant system shall be tested in the presence of Purchaser to
ascertain the functioning of each system, equipment, etc. as desired by
Purchaser. The contractor shall hand over the system only if it is proved that
the system performs as per the specifications.
3. Operation of pumps
The terrace pump shall operate in the event of system pressure drops below 5
kg/sq.cm, within a specified switchover time or fall in pressure. The pump shall
not be stopped automatically afterwards, and it shall be stopped only
manually.
The contractor shall carry out necessary arrangements for supply and
installation of items required like timer switches, cables, etc. and control
wiring between pressure switches and panels to operate the pumps as
described above. The cost for the same shall be included in the total contract
value.
Approval from statutory authorities
It is responsibility of the contractor to get initial final approvals / NOC for
systems like electrical, fire protection system, etc. from the concerned
departments /local bodies. The contractor shall also do all the liaison works
with the departments for getting the approvals/ NOC. All the incidental
expenses in connection with the above shall be borne by the contractor. For
all approvals / NOC, statutory fees shall be paid by the contractor initially;
however, it shall be reimbursed on submission of documentary evidences.
All testing/calibration, etc. are to be carried out as per the requirements of
statutory authorities . The tests/calibration certificates shall be submitted, if
required.
On completion of work, the contractor has to obtain necessary safety
/energization certificate from EI / local bodies by submitting necessary
completion certificates, drawings, equipment details, load details, test results,
etc. before energization.
TENDER FOR FIRE ALARM AND FIRE FIGHTING SYSTEM WORKS FOR PHASE - I EXPANSION OF KSIHFW AT
THYCAUD, TRIVANDRUM Page 70
TECHNICAL DATA
(Hydrant System)
1. Terrace motor driven pump
1.a Pump details
a) Make
b) Type
c) Model
d) Overall dimensions
e) Weight (Kgs)
f) Material
g) Pump casing
h) Impeller
i) Shaft sleeve
j) Base plate
k) Type and material of steel
l) Operating speed (R.P.M.)
m) Head (Mtr)
n) Efficiency
o) Performance curves (whether enclosed with the tender).
p) Yes/No
1.b Motor details
a) Make
b) Model
c) HP
d) RPM
e) Weight
f) Overall dimension
g) Class of insulation
TENDER FOR FIRE ALARM AND FIRE FIGHTING SYSTEM WORKS FOR PHASE - I EXPANSION OF KSIHFW AT
THYCAUD, TRIVANDRUM Page 71
SECTION – III
FIRE ALARM SYSTEM
1. STANDARDS
The manufacture, identification of material and testing of equipment covered
in this specification shall comply with the latest editions as on date of opening
of tenders of the appropriate standards of the following. Unless otherwise
specified, Indian Standards are preferred. All the appliances and accessories
shall carry IS or International certification and shall be of approved make.
NFPA 72E Standards on automatic fire detection.
IS: 2189 Code of practice for selection, installation and maintenance of
automatic fire detection and alarm system.
IS: 823 Welding procedure
IS: 1652 Batteries
IS: 694 PVC insulated cables (light duty) for working voltage upto 1100
volts.
IS: 1554 PVC insulated cables (heavy duty) for voltage upto 1100 volts.
IS: 5959 Specification for polyethylene insulated PVC sheathed heavy-
duty electric cables, voltage not exceeding 1100 V
IS: 5578 Guide for marking of insulated conductors
IS: 3043 Code of practice for earthing.
IS: 5216 Guide for safety procedures and practices in electrical work.
In case where the offer deviates from the specified standards, the tenderer
shall indicate clearly in the offer the alternative standards proposed and details
thereof.
Unless otherwise mentioned, all applicable codes and standards shall be of the
latest editions as published by the Indian Standards and all other such as may
be published by them during the tenure of the contract, and shall govern in
respect of workmanship, properties of materials, installation and methods of
testing. In case where suitable Indian Standards are not available, generally
accepted codes and practices as approved by Purchaser shall be adopted. Any
changes or modifications directed by Purchaser shall also be incorporated by
the contractor during execution of the work.
TENDER FOR FIRE ALARM AND FIRE FIGHTING SYSTEM WORKS FOR PHASE - I EXPANSION OF KSIHFW AT
THYCAUD, TRIVANDRUM Page 72
Manual fire alarm system consists of fire control panel, manual call points,
hooters, isolators etc. The equipment and cables of the system shall be
independent of any other system in the premises and shall not be shared with
any other system. The fire alarm system shall be installed as per NFPA 72E /
IS-2189 code.
2. FIRE ALARMS AND ACCESSORIES
1. Loop Hooters
The loop hooters shall be so arranged that when any alarm operates all the
hooters through out the premises shall be activated. The hooters at the fire
alarm shall be electronic type having frequency of suitable frequency range.
The hooters shall be capable to produce a sound output of 90 db at 1 m.
Hooters shall be of loop powered and no separate power is provided.
‘Fault’ alarm and ‘Fire’ alarm in a panel sounder shall be distinctly different.
Fire alarm sounders shall not be used for any purpose other than for fire
operations. When installed flush with a false ceiling these shall match the
ceiling surface. Necessary provisions such as wooden boxing or frame work, if
required, to accommodate the sounders shall be made in the ceiling in
advance.
These shall be installed at a height not lower than 2.4 m, except when
recessed in a false ceiling of lower height. In such cases the sounders shall be
recessed at false ceiling level.
The panel sounders in the respective panels shall be actuated automatically as
soon as fire alarm signal is initiated from any trigger device connected to
them. These shall also be sounded when there is a fault alarm signal within
their areas of control. The sound shall be continuous and of the same
characteristics from all fire alarm sounders in a building.
2. Manual Call Points (MCPs)
It shall be of ‘resettable type’ via special key with fire resistant back box for
surface mounting. It shall form an integral part of the fire alarm system and
should support intelligent programmable type main fire alarm panel. The
housing shall be dust/vermin proof properly sealed. MCP’s shall be easily
resettable with key.
The MCP should have clear instructions imprinted on it about operational
steps in case of fire.
Installation requirements:-
Manual call points shall be located at exit space and shall be installed at a
height of 1.4 m above the floor at an easily accessible position. They shall be
installed at easily accessible, well illuminated positions, preferably in a
contrasting background so that they are easily noticable from either direction.
TENDER FOR FIRE ALARM AND FIRE FIGHTING SYSTEM WORKS FOR PHASE - I EXPANSION OF KSIHFW AT
THYCAUD, TRIVANDRUM Page 73
They may be semi-recessed so as to project by 10mm. They shall be installed
free from obstructions.
3. Fire Control Panel
The fire alarm control panel shall be of microprocessor controlled and of
modular hardware design of intelligent programmable type. It shall be housed
in a steel enclosure. It shall also be finished with hard wear textured epoxy
paint/ powder coated. Cable entries shall be provided on the top and bottom
of the panel.
The system capacity shall be based on the number of devices and control
modules. Each device in the system shall be identified by its unique address
position on the two-wire loop. The panel retains command over the alarm
process, LED indicators, automatic test feature and loop hooters. The panel
shall be of software programmable.
The panel shall be capable of:-
(a) Programmable at site.
(b) Automatic system test activates
(c) Alarm verification
(d) Alpha/numerical display
(e) Relay control module
(f) Maintenance alert facilities
The manufacturer of fire control panel, alarm devices shall have own or
authorized service centre in India with spares for carrying out maintenance
service during the guarantee and maintenance periods. The tenderer shall
submit a brief write-up of the service centre facilities available in India along
with the tender.
4. Power Supply of panel
The power supply shall drive the system from either the main electrical supply
single-phase supply or the standby power supply. The standby power supply
shall be derived from exclusive SMF back-up batteries of reputed make.
Standby power supply shall be capable of maintaining the system in normal
operation having a period of not less than 24 hrs. after the failure of normal
main supply.
5. Control Cable
The control cable for wiring fire alarm system shall be of 230 Volt grade.
Cables shall be laid as per relevant installation standards. The sizes of these
cables are specified in schedule of requirements.
5.1 Cable Glands
TENDER FOR FIRE ALARM AND FIRE FIGHTING SYSTEM WORKS FOR PHASE - I EXPANSION OF KSIHFW AT
THYCAUD, TRIVANDRUM Page 74
Cable glands shall be of heavy-duty single compression type of brass, chrome
plated. These shall have a screwed nipple with conduit electrical thread and
check nut. These shall be suitable for armoured/unarmoured cables, which is
being used.
5.2 Cable Connectors
Cable connectors, lugs/sockets, shall be of copper/aluminium alloy, suitably
tinned, solder less, crimping type. These shall be suitable for the cable being
connected and type of function (such as power, control or connection to
instruments, etc.)
TENDER FOR FIRE ALARM AND FIRE FIGHTING SYSTEM WORKS FOR PHASE - I EXPANSION OF KSIHFW AT
THYCAUD, TRIVANDRUM Page 75
INSPECTION AND TESTING
(Fire alarm system)
1. INSPECTION
All materials shall be offered for inspection in cleaned condition, prior to
erection. At no event, site fabricated work /material shall be installed in
position without inspection and approval by Purchaser. The Contractor shall
ensure that each stage of fabrication is carried out in compliance with the
procedures specified in the IS standards as applicable and/or specified in this
document. The contractor shall conduct sample tests of all the materials
supplied at reputed laboratories/agencies as directed by Purchaser at his own
cost and test reports are to be submitted. Inspecting officials like Purchaser,
TAC / Local Authorities shall have the right to access the premises of the work
at any time with or without giving prior notice. All the formalities or
procedures for conducting the inspections by the authorities as required by
them shall be arranged by the contractor free of cost.
All testing shall be carried out in the presence of Purchaser / statutory
authorities and test registers shall be maintained by the contractor. The
contractor shall provide all material, tools, equipment, instruments, services
and personnel required to perform the tests and remove debris resulting from
cleaning and after testing free of cost.
The original test certificates of all tests conducted are to be forwarded to
Purchaser. After conducting the tests, any defects found on materials,
equipment, piping, etc. shall be got rectified/repaired / replaced by the
Contractor without any extra cost.
2. TESTING
1. Fire Alarm System
The entire fire alarm system shall be tested for continuity and performance as
per IS-2189 code. After installation, the visual inspection of all the devices
shall be made to make sure that they are properly installed.
Manual call points, control and indicating panels, hooters shall be tested at the
manufacturer’s factory and test certificate be furnished with the supply. Type
test certificate to prove conformity to the relevant contract specifications shall
be furnished with the supply, from recognized testing institutions or Govt. test
bodies in India or abroad.
Following tests shall be conducted in the presence of Purchaser and the test
certificate shall be furnished with the record of tests.
2. Continuity test
Test for insulation resistance of the wiring work and the control and indicating
panels.
TENDER FOR FIRE ALARM AND FIRE FIGHTING SYSTEM WORKS FOR PHASE - I EXPANSION OF KSIHFW AT
THYCAUD, TRIVANDRUM Page 76
3. Test for system operation.
Tests for devices shall be conducted using a test fire at normal floor level. The
system operation for fault conditions shall be conducted by introducing faults
such as open circuit, short circuit, removal of alarm, open/short circuit in a
hooter circuit etc. Tests relevant to loop isolators shall also be conducted to
confirm that it functions as required.
TECHNICAL DATA
(Fire alarm system)
(To be submitted along with the tender)
Loop isolators
Make
Model No.
Spacing of isolators
Operating voltage
Temp. range
Size:
IP rating
Loop hooters
Make
Model No.
No. of tones
Sound output
IP rating
Size
MCPs
Make
Model No.
Size:
TENDER FOR FIRE ALARM AND FIRE FIGHTING SYSTEM WORKS FOR PHASE - I EXPANSION OF KSIHFW AT
THYCAUD, TRIVANDRUM Page 77
IP rating
Fire control panel
Make
Model No.
Maximum No. of programmable loops
Maximum No. of devices per panel
Maximum devices per loop
Maximum control cable length
Maximum resistance per loop
Length per loop
No. of slots for additional cards
Networking facilities
No. of repeater output
No. of hooters per loop
No. of isolators per loop
Operating voltage
Operating current
No. of display characters
Support for bacnet and modbus protocol.
Size
Weight
Battery (FCP)
Type of battery
Voltage V
Battery AH
Make of battery
Backup time of battery
TENDER FOR FIRE ALARM AND FIRE FIGHTING SYSTEM WORKS FOR PHASE - I EXPANSION OF KSIHFW AT
THYCAUD, TRIVANDRUM Page 78
Makes of following items
PVC insulated FRLS
Armoured Cu. Cable
PVC insulated armoured Cu. Cable
PVC insulated FRLS cu. wire :
PVC conduits :
MS conduits :
APPROVED MAKES OF ITEMS
(Hydrant System)
Motor : Kirloskar/Siemens/ABB/Cromption Greaves
Pump : Kirloskar/Mather & Platt/KSB/Beacon
MS Pipe : Tata/Jindal/SAIL/GST/Zenith
Welding Electrode : Advani Oerlikon/ Esab/Ador
GI & MS fittings : Tube weld/Tube products/Punjab steel/TNT
Valves : Kirloskar / Advance / Updhaya / Leader /Intervalve
Strainer : Sant/Emerlad/Teleflo/Jaypee/ Grandpix
Pressure gauge : Fiebig/H.Guru
Pressure switch : Indfoss/Switzer/Schneider
Fire brigade point : Minimax / Safex / Newage/Steelage/ Shah bhogilal
Branch pipe : Newage/ Arihant/Shah Bhogilal/Steelage
CP hose : Newage/Shah Bhogilal/ Safex/Steelage
Hose Reel : Newage/Shah Bhogilal/Steelage/Safex
Hose cabinet : Newage/ Zenith/Shah Bhogilal
Hardware : TATA/Sundaram fasteners/GKW
Paint : Asian/ICI/Nerolac/Berger
Polymeric mix : IWL
APPROVED MAKES OF ITEMS
(Fire alarm system)
Fire control panel / Alarm with base / MCP / Loop isolator / Hooters/ RI:
Notifier/ Honeywell / Cerbrus / Ravel/Agni /GST (all UL or FM approved)
MS/PVC conduits : ISI marked.
Cable :Havells/Finolex/RR Kabel/Polycab.
TENDER FOR FIRE ALARM AND FIRE FIGHTING SYSTEM WORKS FOR PHASE - I EXPANSION OF KSIHFW AT
THYCAUD, TRIVANDRUM Page 79
ANNEXURE I
DECLARATION BY TENDERER
I …………………………………………………. hereby declare that I am not related
to an Employee of the KMSCL, Trivandrum who is in charge of or having control of
this work. I agree that if at any stage it is proved that this declaration is untrue, the
Earnest Money / Security Deposit paid by me will be forfeited and the Contract
entered will stand cancelled. It is understood that the relationship with
KMSCLTrivandrum Employee referred to herein will be restricted to my father,
Mother, Son, Daughter, Brother, Sister, Direct Uncle, Nephew, Father –in-Law,
Mother-In-Law, Brother-in-Law, Sister-in-law and first Cousin of the Employee
concerned.
SIGNATURE OF THE TENDERER
Place :
Date :
TENDER FOR FIRE ALARM AND FIRE FIGHTING SYSTEM WORKS FOR PHASE - I EXPANSION OF KSIHFW AT
THYCAUD, TRIVANDRUM Page 80
ANNEXURE-II
ARTICLES OF AGREEMENT
ARTICLES OF AGREEMENT made on ______________at Trivandrum, between
KMSCL, having their Registered Office at ……………………………………..
Trivandrum, hereinafter called the “KMSCL“(which expression shall, unless it be
repugnant to the context or meaning thereof, mean and include its successors and
assigns) of THE FIRST PART and _________________________________, having its
Registered Office at ______________________________, hereinafter called the
“Contractor” (which expression shall, unless it be repugnant to the context or
meaning thereof, mean and include its successors) of THE SECOND PART.
AND WHEREAS The KMSCL is desirous of carrying out Construction Works and
particularly Fire Alarm and Fighting Works for Proposed
………………………………………………….. on its Project Site premises at
………………………….Trivandrum, KERALA. (herein after called the “Work”
AND WHEREAS the Contractor has offered to carry out the work and the KMSCL
has agreed to award the work to the Contractor on certain terms and conditions
which the parties are desirous of recording.
NOW THIS AGREEMENT WITNESSETH AND IT IS HEREBY AGREED BY AND
BETWEEN THE PARTIES HERETO AS FOLLOWS:
1. The KMSCL and the Contractor agree that The Letter of Intent / Work order
issued by KMSCL and all correspondence between KMSCL and the contractor prior
to issue of LOI/ Work order along with the Notice Inviting Tender, Instructions to
tenderers Tender Form, General Conditions of Contract, Special Conditions,
Technical Specifications, Unit Specifications, Detailed Specifications, Schedule/Bill of
Quantities and Contract Drawings, etc. defined in greater detail as “Contract
Documents” in the General Conditions shall form an integral part of this Agreement.
2. For the consideration hereinafter mentioned the Contractor shall, upon and
subject to the “Contract Documents” annexed hereto carry out the said Work.
3. In consideration of the Contractor carrying out the Work, The KMSCL shall pay to
the Contractor a sum of Rs.________________ (hereinafter referred to as the
“Contractor Sum” ) or such other sums as shall be payable hereunder at the times
and in the manner specified herein and the General Conditions annexed hereto.
4. The said Contract Documents hereto shall be read and construed as forming part
of this Agreement and the parties hereto shall respectively abide by and submit
themselves to the Contract Documents. The Contractor has no right to assign this
agreement without the consent of KMSCL.
TENDER FOR FIRE ALARM AND FIRE FIGHTING SYSTEM WORKS FOR PHASE - I EXPANSION OF KSIHFW AT
THYCAUD, TRIVANDRUM Page 81
5. The Contract shall be an ITEM/UNIT RATE CONTRACT. The Contract Sum as
stated herein is subject to addition & deduction. The Contract Sum payable to the
Contractor shall be determined by applying the quoted percentage variation to the
Item/Unit Rates in the Schedule/Bills of Quantities attached hereto or such other rates
as may be agreed to in writing as variation to the Contract to the as-built quantities
measured upon completion of the Work.
6. The Contractor has scrutinized all Drawings, Schedule/Bill of Quantities,
Specifications and Conditions of Contract and has visited the site to co-relate the
drawings and design intent to the site conditions and Contractor confirms that his
prices included in the Schedule/Bill of Quantities have been determined on the basis
of such scrutiny of the documents and site conditions.
7. The quantities of pay items shall be measured net after installation in accordance
with the units of measurements indicated against each item irrespective of any local
custom or practice to the contrary. The Contractor has allowed for all wastage and
additional costs, if any, in his prices.
8. The detailed drawings and item descriptions in the Schedule/Bill of Quantities are
not exhaustive. They are indicative of the general design intent. The Contractor’s
price is inclusive of all component and finishes required to achieve the design intent
of each individual item and for co-ordination of details for inter-related items.
9. All disputes arising out of or in any way connected within this agreement shall be
deemed to have arisen in Trivandrum and only courts in Trivandrum shall have
jurisdiction to determine the same.
IN WITNESS WHEREOF the KMSCL has set and subscribed its hands and seals and
the Contractor has caused its Common Seal to be affixed hereunto on the Day and
Year herein above written.
SIGNED SEALED AND DELIVERED BY Mr.____________________, the duly
constituted attorney for the KMSCL____________________.
Signature of KMSCL: ____________________
In the presence of : Mr. _________________ Signature of Witness: _____________
SIGNED SEALED AND DELIVERED BY Mr. ____________________, the duly
constituted attorney for the Contractor ____________________.
Signature of Contractor: ____________________
In the presence of : Mr. _________________Signature of Witness: ________________
TENDER FOR FIRE ALARM AND FIRE FIGHTING SYSTEM WORKS FOR PHASE - I EXPANSION OF KSIHFW AT
THYCAUD, TRIVANDRUM Page 82
ANNEXURE III
BANK GUARANTEE FORMAT
To
The Kerala Medical Services Corporation Limited
(Address)
WHEREAS _____________________________ (Name and address of the Contractor)
(Hereinafter called “the Contractor”) has undertaken, in pursuance of contract
no________________________ dated _____________ (herein after called “the
contract”) to supply The Kerala Medical Services Corporation
Limited, (address) with ……………………………. (description of work).
AND WHEREAS it has been stipulated by you in the said contract that the
Contractor shall furnish you with a bank guarantee by a scheduled commercial bank
recognised by you for the sum specified therein as security for compliance with its
obligations in accordance with the contract;
AND WHEREAS we have agreed to give the Contractor such a bank guarantee;
NOW THEREFORE we hereby affirm that we are guarantors and responsible to you,
on behalf of the supplier, up to a total amount of ________________________
(Amount of the guarantee in words and figures), and we undertake to pay you, upon
your first written demand declaring the supplier to be in default under the contract
and without cavil or argument, any sum or sums within the limits of (amount of
guarantee) as aforesaid, without your needing to prove or to show grounds or
reasons for your demand or the sum specified therein.
We hereby waive the necessity of your demanding the said debt from the supplier
before presenting us with the demand.
We undertake to pay you any money so demanded notwithstanding any dispute or
disputes raised by the supplier(s) in any suit or proceeding pending before any Court
or Tribunal relating thereto our liability under these presents being absolute and
unequivocal.
We agree that no change or addition to or other modification of the terms of the
contract to be performed there under or of any of the contract documents which may
be made between you and the supplier shall in any way release us from any liability
under this guarantee and we hereby waive notice of any such change, addition or
modification.
No action, event, or condition that by any applicable law should operate to discharge
us from liability, hereunder shall have any effect and we hereby waive any right we
TENDER FOR FIRE ALARM AND FIRE FIGHTING SYSTEM WORKS FOR PHASE - I EXPANSION OF KSIHFW AT
THYCAUD, TRIVANDRUM Page 83
may have to apply such law, so that in all respects our liability hereunder shall be
irrevocable and except as stated herein, unconditional in all respects.
This guarantee will not be discharged due to the change in the constitution of the
Bank or the Contractor(s).
We, ________________________________________ (indicate the name of bank)
lastly undertake not to revoke this guarantee during its currency except with the
previous consent, in writing, of The Kerala Medical Services Corporation Limited.
This Guarantee will remain in force up to (Date). Unless a claim or a demand in
writing is made against the bank in terms of this guarantee on or before the expiry of
(Date) all your rights in the said guarantee shall be forfeited and we shall be relieved
and discharged from all the liability thereunder irrespective of whether the original
guarantee is received by us or not.
(Signature with date of the authorised officer of the Bank)
………………………………………………………….
Name and designation of the officer
………………………………………………………….
………………………………………………………….
Seal, name & address of the Bank and address of the Branch
TENDER FOR FIRE ALARM AND FIRE FIGHTING SYSTEM WORKS FOR PHASE - I EXPANSION OF KSIHFW AT
THYCAUD, TRIVANDRUM Page 84
ANNEXURE IV
CHECK LIST
Sl.N
o Item
Whether included
–
Yes / No
Page
No.
1 Check list as per Annexure IV.
2 General information about the tenderer as per
Annexure V.
3 Power of Attorney as per format in Annexure
VII.
4 The Earnest Money Deposit as DD/bank
Guarantee as per Annexure III.
5 Performa for per qualification of Contractor
6
Notary attested documents such as articles of
association/partnership deed etc, proof of
incorporation, proving the registration of place
of business and showing the details of
partners/promoters/board of directors etc.
7
Notarized audited copies of the P& L Accounts,
Balance Sheet, annual report for the last three
completed years certified by the auditors.
8 Annual turnover statement for last three years
certified by the auditor
9 Sales tax clearance certificate as on 31-3-2012.
10 Notary attested copy of IT returns filed for the
last three completed years.
11
Copy of the complete tender document duly
signed in all pages by the tenderer or the
authorised signatory.
TENDER FOR FIRE ALARM AND FIRE FIGHTING SYSTEM WORKS FOR PHASE - I EXPANSION OF KSIHFW AT
THYCAUD, TRIVANDRUM Page 85
ANNEXURE V
KERALA MEDICAL SERVICES CORPORATION LTD
GENERAL INFORMATION ABOUT THE TENDERER
1 Name of the Tenderer
2.
Registered Address of the
company:
(Address, tel, fax, e-mail, website)
3. Office Address
website
4. Contact Person
Designation
Mobile Phone No
Telephone No
Fax No
5.
Key Personnel :
(Chairman / Managing
Director/Managing Partner etc)
7.
Registration No. & Date of
Incorporation of Company
8. Principal Place of Business
9.
Act/Rule under which the firm
was registered
10.
Type of Company
(Limited, Pvt. Ltd, Partnership,
Proprietary, PSU, etc.)
11. Turn Over of the company
TENDER FOR FIRE ALARM AND FIRE FIGHTING SYSTEM WORKS FOR PHASE - I EXPANSION OF KSIHFW AT
THYCAUD, TRIVANDRUM Page 86
2009-10
2010-11
2011-12
12.
Number of offices / centers in
Kerala/South India/India
13.
Whether any criminal case was
registered against the company
or any of its promoters in the
past
Yes/ No
14.
Other relevant Information
provided *
* here enclose the details such as presentation on the details of the tenderer in a CD
preferably (please avoid submission of detailed leaflets/brochures etc, if possible)
Date Office seal
Signature of the
tenderer/Authorised signatory
TENDER FOR FIRE ALARM AND FIRE FIGHTING SYSTEM WORKS FOR PHASE - I EXPANSION OF KSIHFW AT
THYCAUD, TRIVANDRUM Page 87
Ann ANNEXURE VI
PROFORMA FOR PREQUALIFICATION OF CONTRACTORS
Details of facility of constructed with minimum ……………..during the last 5 years.
Project
Name
Name
of the
Client
Descri
ption
of
Work
(Type
of
Buildi
ng)
Cont
ract
No.
Value of
Contract
(Rs. in
crores)
Date of
Work
Order
Stipulated
Period of
Completion
Actual
period of
completion
Remarks
Explain
Reasons
for
delay, if
any.
Enclose satisfactory completion certificate and date of completion from the
concerned Engineer-in-charge not below the rank of Executive Engineer in the case
of Govt. or Chief executive /Chief Project Manager in the case of Private
Organization.
SIGNATURE OF BIDDER
TENDER FOR FIRE ALARM AND FIRE FIGHTING SYSTEM WORKS FOR PHASE - I EXPANSION OF KSIHFW AT
THYCAUD, TRIVANDRUM Page 88
ANNEXURE VII
POWER OF ATTORNEY
(On a Stamp Paper of relevant value)
I/ We………………………………………………….(name and address of the
registered office) do hereby constitute, appoint and authorise Sri/Smt
………………………………………………..…(name and address) who is
presently employed with us and holding the position of
……………………………………………. As our attorney, to act and sign on my/our
behalf to participate in the tender no…………………………………… for
…………………………………….
I/ We hereby also undertake that I/we will be responsible for all action of
Sri/Smt.……………………………………….. undertaken by him/her during the
tender process and thereafter on award of the contract. His / her signature is attested
below
Dated this the ___day of 2013
For__________________
(Name, Designation and Address)
TENDER FOR FIRE ALARM AND FIRE FIGHTING SYSTEM WORKS FOR PHASE - I EXPANSION OF KSIHFW AT
THYCAUD, TRIVANDRUM Page 89
ANNEXURE VIIl
DECLARATION FORM
I/We M/s._____________________ represented by its Proprietor / Managing
Partner / Managing Director having its Registered Office at
________________________________________________________
____________________________________________________ do hereby declare that
I/We have carefully read all the conditions of tender/amendments
KMSCL/PROPJECTS/T/2012/039 for FIRE ALARM and FIRE FIGHTING
WORKS AT KSIH&FW floated by the Kerala Medical Services Corporation Ltd.,
Thiruvananthapuram and accepts all conditions of Tender and Amendment.
Signature of the Tenderer
Name in capital letters with Designation
TENDER FOR FIRE ALARM AND FIRE FIGHTING SYSTEM WORKS FOR PHASE - I EXPANSION OF KSIHFW AT
THYCAUD, TRIVANDRUM Page 90
ANNEXURE IX
DRAWINGS
1.0 FIRE ALARM SYSTEM
1.1 Supply, installation, testing and commissioning of
UL/LPCB Listed Addressable type Manual Call Point
(Resettable type) complete with Input Module, push
button, enclosed in box with provision for cable or
conduit coupling. The unit to be painted fire red outside,
white inside.no
1.2 Supply, installation, testing and commissioning of Loop
powered Hooter cum Speaker at different locations
complete with all fixing accessories, etc. under false
ceiling, roof, wall, etc complete as required.
no
1.3 Supply, installing, testing and commissioning of Micro
processor based Main Fire alarm control panel of 8
zones capacity, with visual LED indications for fire / fault
alarms, signals and should have stage alarm facility with
maintenance free battery back up for 24 hours normal
operation and 15 minutes alarm operation. Inter
connection with all panels for fire condition has to be
provided. The panel shall be fabricated by M.S. sheet
and powder coated both inside & out side, door shall be
glass fronted type with locking arrangement, as per
specification. no
1.4 Supply, laying and fixing of 2x1.5 Sq.mm PVC FRLS
cable through existing PVC Rigid Conduit for above
ground cable routing, with necessary clamps, fittings etc
on walls, ceiling as per drawing. m
1.5 Supplying and fixing of 25mm ISI marked medium guage
rigid PVC conduit along with all accessories in
surface/recess including cutting the wall and making
good the same in case of recessed conduit as required.
m
TOTAL FOR FIRE DETECTION & ALARM SYSTEM
2.0 DOWNCOMER SYSTEM
2.1 a) Supplying, Installation, testing and commissioning of
electric driven pump (terrace pump) sets suitable for
automatic operation and consisting electrical control
panel with Star Delta Starter and accessories of the
following complete in all respect as required
Pump rated for 900lpm, 35m head C.I body volute type
coupled with suitable HP SQ cage induction
motor,sychoronous speed 2900rpm, suitable for
operation on 415V, 3phase 50Hz, AC with IP 55 class of
protection for enclosure, horizontal foot mounted type
with class F insulation,
M.S. fabricated common base plate, coupling, coupling
guard, foundation bolts, anti vibration pads etc. as
required.
Amount
SPECIFICATION AND SCHEDULE OF QUANTITIES
Sl. No. Description of item Unit Qty Rate
C:\Users\Ullas\Desktop\FIRE BOQ HOSTEL BLDNG OF KMSCL (2)/boq/nithin/bng 1
AmountSl. No. Description of item Unit Qty Rate
The rate quoted shall include cables from main panel to
Star Delta Starter. set
2.2 Providing, laying, testing & commissioning of 'C' class
heavy duty MS pipe conforming to IS 3589 and 1239
including drop forged fittings like elbows, tees, flanges,
tapers, nuts bolts, gaskets etc., fixing the pipe on the
wall/ceiling with suitable split pipe support clamps/'U'
clamps/ dash fastners/clevis hangers/sprinkler hangers/
fastners/ fully threaded rods etc. complete as required by
the technical specifications and painting with primer and
two or more coats of synthetic enamel paint of required
shade complete as required.
2.2.1 150 mm dia m
2.2.2 80 mm dia m
2.2.3 65 mm dia m
2.3 Providing, laying, welding, testing & commissioning of 'B'
class medium duty MS pipe for drain provision of risers
conforming to IS 3589 and 1239 including drop forged
fittings like elbows, tees flanges, tapers, nuts bolts,
gaskets etc.., fixing the pipe on the wall/ceiling with
suitable split pipe support clamps/'U' clamps/ dash
fastners/clevis hangers/sprinkler hangers/ fastners/ fully
threaded rods etc. complete as required by the technical
specifications and painting with primer and two or more
coats of synthetic enamel paint of required shade
complete as required.
2.3.1 40 mm dia m
2.4 Providing, laying, testing & commissioning of 'C' class
heavy duty MS pipe conforming to IS 3589 / 1239
including drop forged fittings like elbows, tees flanges,
tapers, nuts bolts, gaskets etc. in ground including
excavation & providing cement concrete blocks as
supports, split pipe supports, fully threaded rods etc.
anticorrosive wrapping coating min 4mm thick as per
IS10221, refilling the trench with compaction etc. of
following sizes complete as required by the standard
specifications.
2.4.1 150 mm dia m
2.5 Supplying, fixing, testing & commissioning of dual plate
non-return valve of following sizes confirming to IS :
5312 complete with rubber gasket, GI bolts, nuts,
washers etc. as required.
2.5.1 65 mm dia no
C:\Users\Ullas\Desktop\FIRE BOQ HOSTEL BLDNG OF KMSCL (2)/boq/nithin/bng 2
AmountSl. No. Description of item Unit Qty Rate
2.6 Supplying and fixing, testing & commissioning of
Butterfly valve of rating PN 10 with cast iron body, nitrile
seat, SG Iron disc operated with hand lever complete
with Nuts, Bolts, washers, gaskets etc of following sizes
as required.
2.4.1 150 mm dia m
2.6.1 65 mm dia no
2.7 Supply, installation, testing and commissioning of
pressure gauge 0-200 PSI ( 0 - 14 Kg ) range, 3/8" BSP
bottom entry, 4" dial weather proof with stainless steel
internals, siphon tube amd ball valve including fittings,
etc. complete as required no
2.8 Supply, installation, testing and commissioning of
industrial type pressure switch having 1/4" BSP(F)
connection IP:32 enclosure protection, phosphor bronze
bellows as sensing element, SDPT contact system,
switch rating 6A Inductive/lOA resistive 380 V AC, 0.2A
Inductive/10A resistive 250V DC suit with ball valve etc.
complete as required. no
2.9 Supply, installation, testing and commissioning of gun
metal fire hydrant valve, single headed oblique type 63
mm instantaneous outlets with female socket for hose
connection and inlet side with flange suitable for 100 mm
pipe flange, valve conforming to 1S:5290 complete with
blank cap chain, etc no
2.10 Supplying and fixing First-aid Hose Reel with MS
construction spray painted in Post office Red, conforming
to IS 884 with up to date amendments, complete with the
following as required.
(a) 30 m. long 20 mm (nominal internal dia water hose
Thermoplastic (Textile reinforced) Type-2 as per IS:
12585
(b) 20 mm (nominal internal ) dia gun metal globe valve &
nozzle.
(c) Drum and brackets for fixing the equipments on wall.
(d) Connections from riser with 40 mm dia stop valve
(gun metal) & M.S. Pipe
set
2.11 Supplying and fixing 63 mm dia, 15 mtr. Long RRL hose
pipe with 63 mm dia Male and Female Gun metal
couplings duly binded with GI wire, rivets etc. conforming
to IS 636 (type-A) as required. no
2.12 Supplying & fixing 63 mm dia Gun metal branch pipe
with 20 mm (nominal internal diameter) size Gun Metal
nozzle conforming to IS 903, suitable for instantaneous
connection to inter-connect hose pipe coupling as
required. no
C:\Users\Ullas\Desktop\FIRE BOQ HOSTEL BLDNG OF KMSCL (2)/boq/nithin/bng 3
AmountSl. No. Description of item Unit Qty Rate
2.13 Supply, installation, testing and commissioning of hose
boxes wall/pedestal type of size 750 x 250 x 600 mm
made out of 16 SWG MS sheet steel with front side
glass, locking arrangement and painted with approved
colour completed as required and as per specifications.
no
2.14 Supply, installation, testing and commissioning of Fire
brigade collective breaching with 4 nos. of (twin
Siamese) 150 mm flanged out let connection and built in
check valves complete as required. set
2.15 Supply, and fixing of Air release valve all riser pipes as
per specification set
2.16 Supplying, fixing, testing & commissioning Ball Valve
Regular bore type with Nickel plated Brass body with
female thread( DIN EN ISO 228), hand lever operated
2.16.1 40mm dia no
TOTAL FOR FIRE HYDRANT SYSTEM
3.0 PORTABLE FIRE EXTINGUISHERS
3.1 Supply and fixing of Water type Fire Extinguisher 9
litres on wall with hook plate and anchor fastening of ISI
marked with internal plastic lining and solid drawn body
with 60 grams CO2 cartridge with gun metal plunger and
1.0 M long discharge hose confirming to IS 15683 and
complete in all respects including initial fill with CO2.
nos 20
3.2 Supply & fixing of of Carbon-dioxide extinguisher on
wall of ISI marked 4.5 Kg capacity made of high pressure
seamless steel cylinder (CCE marked ) confirming to IS
15222. complete with wheel type valve with one meter
long braided high pressure discharge hose complete in
all respects including initial fill with CO2 gas.
nos 1
TOTAL FOR FIRE EXTINGUISHERS
GRAND TOTAL FOR FIRE DETECTION & FIGHTING
SYSTEM -
Total Rupees (in words)
Sd/-
Managing Director KMSCL & Tender Inviting Authority
I/We agreed to execute the above work at atotal cost of …………………………………….
……………………………………………………………………………….(amount in words)
Signature of the contractor with seal
C:\Users\Ullas\Desktop\FIRE BOQ HOSTEL BLDNG OF KMSCL (2)/boq/nithin/bng 4