kerala medical services corporation limitedkmscl.kerala.gov.in/media/tender fire alarm...

99
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 ; Date of opening of technical bid: 11:30 am; 13/03/2013 2 NOT TRANSFERABLE For details; www.kmscl.kerala.gov.in e-mail: [email protected]

Upload: others

Post on 07-Aug-2020

5 views

Category:

Documents


0 download

TRANSCRIPT

Page 1: KERALA MEDICAL SERVICES CORPORATION LIMITEDkmscl.kerala.gov.in/media/tender fire alarm KSIHFW_merged.pdf · ANNEXURE-IX DRAWINGS 90 16. ANNEXURE – X SCHEDULE OF QUANTITY 96 . TENDER

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]

Page 2: KERALA MEDICAL SERVICES CORPORATION LIMITEDkmscl.kerala.gov.in/media/tender fire alarm KSIHFW_merged.pdf · ANNEXURE-IX DRAWINGS 90 16. ANNEXURE – X SCHEDULE OF QUANTITY 96 . TENDER

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

Page 3: KERALA MEDICAL SERVICES CORPORATION LIMITEDkmscl.kerala.gov.in/media/tender fire alarm KSIHFW_merged.pdf · ANNEXURE-IX DRAWINGS 90 16. ANNEXURE – X SCHEDULE OF QUANTITY 96 . TENDER

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

Page 4: KERALA MEDICAL SERVICES CORPORATION LIMITEDkmscl.kerala.gov.in/media/tender fire alarm KSIHFW_merged.pdf · ANNEXURE-IX DRAWINGS 90 16. ANNEXURE – X SCHEDULE OF QUANTITY 96 . TENDER

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

Page 5: KERALA MEDICAL SERVICES CORPORATION LIMITEDkmscl.kerala.gov.in/media/tender fire alarm KSIHFW_merged.pdf · ANNEXURE-IX DRAWINGS 90 16. ANNEXURE – X SCHEDULE OF QUANTITY 96 . TENDER

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

Page 6: KERALA MEDICAL SERVICES CORPORATION LIMITEDkmscl.kerala.gov.in/media/tender fire alarm KSIHFW_merged.pdf · ANNEXURE-IX DRAWINGS 90 16. ANNEXURE – X SCHEDULE OF QUANTITY 96 . TENDER

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

Page 7: KERALA MEDICAL SERVICES CORPORATION LIMITEDkmscl.kerala.gov.in/media/tender fire alarm KSIHFW_merged.pdf · ANNEXURE-IX DRAWINGS 90 16. ANNEXURE – X SCHEDULE OF QUANTITY 96 . TENDER

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.

Page 8: KERALA MEDICAL SERVICES CORPORATION LIMITEDkmscl.kerala.gov.in/media/tender fire alarm KSIHFW_merged.pdf · ANNEXURE-IX DRAWINGS 90 16. ANNEXURE – X SCHEDULE OF QUANTITY 96 . TENDER

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

Page 9: KERALA MEDICAL SERVICES CORPORATION LIMITEDkmscl.kerala.gov.in/media/tender fire alarm KSIHFW_merged.pdf · ANNEXURE-IX DRAWINGS 90 16. ANNEXURE – X SCHEDULE OF QUANTITY 96 . TENDER

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.

Page 10: KERALA MEDICAL SERVICES CORPORATION LIMITEDkmscl.kerala.gov.in/media/tender fire alarm KSIHFW_merged.pdf · ANNEXURE-IX DRAWINGS 90 16. ANNEXURE – X SCHEDULE OF QUANTITY 96 . TENDER

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.

Page 11: KERALA MEDICAL SERVICES CORPORATION LIMITEDkmscl.kerala.gov.in/media/tender fire alarm KSIHFW_merged.pdf · ANNEXURE-IX DRAWINGS 90 16. ANNEXURE – X SCHEDULE OF QUANTITY 96 . TENDER

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

Page 12: KERALA MEDICAL SERVICES CORPORATION LIMITEDkmscl.kerala.gov.in/media/tender fire alarm KSIHFW_merged.pdf · ANNEXURE-IX DRAWINGS 90 16. ANNEXURE – X SCHEDULE OF QUANTITY 96 . TENDER

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

Page 13: KERALA MEDICAL SERVICES CORPORATION LIMITEDkmscl.kerala.gov.in/media/tender fire alarm KSIHFW_merged.pdf · ANNEXURE-IX DRAWINGS 90 16. ANNEXURE – X SCHEDULE OF QUANTITY 96 . TENDER

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:

Page 14: KERALA MEDICAL SERVICES CORPORATION LIMITEDkmscl.kerala.gov.in/media/tender fire alarm KSIHFW_merged.pdf · ANNEXURE-IX DRAWINGS 90 16. ANNEXURE – X SCHEDULE OF QUANTITY 96 . TENDER

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

Page 15: KERALA MEDICAL SERVICES CORPORATION LIMITEDkmscl.kerala.gov.in/media/tender fire alarm KSIHFW_merged.pdf · ANNEXURE-IX DRAWINGS 90 16. ANNEXURE – X SCHEDULE OF QUANTITY 96 . TENDER

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.

Page 16: KERALA MEDICAL SERVICES CORPORATION LIMITEDkmscl.kerala.gov.in/media/tender fire alarm KSIHFW_merged.pdf · ANNEXURE-IX DRAWINGS 90 16. ANNEXURE – X SCHEDULE OF QUANTITY 96 . TENDER

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,

Page 17: KERALA MEDICAL SERVICES CORPORATION LIMITEDkmscl.kerala.gov.in/media/tender fire alarm KSIHFW_merged.pdf · ANNEXURE-IX DRAWINGS 90 16. ANNEXURE – X SCHEDULE OF QUANTITY 96 . TENDER

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

Page 18: KERALA MEDICAL SERVICES CORPORATION LIMITEDkmscl.kerala.gov.in/media/tender fire alarm KSIHFW_merged.pdf · ANNEXURE-IX DRAWINGS 90 16. ANNEXURE – X SCHEDULE OF QUANTITY 96 . TENDER

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

Page 19: KERALA MEDICAL SERVICES CORPORATION LIMITEDkmscl.kerala.gov.in/media/tender fire alarm KSIHFW_merged.pdf · ANNEXURE-IX DRAWINGS 90 16. ANNEXURE – X SCHEDULE OF QUANTITY 96 . TENDER

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

Page 20: KERALA MEDICAL SERVICES CORPORATION LIMITEDkmscl.kerala.gov.in/media/tender fire alarm KSIHFW_merged.pdf · ANNEXURE-IX DRAWINGS 90 16. ANNEXURE – X SCHEDULE OF QUANTITY 96 . TENDER

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

Page 21: KERALA MEDICAL SERVICES CORPORATION LIMITEDkmscl.kerala.gov.in/media/tender fire alarm KSIHFW_merged.pdf · ANNEXURE-IX DRAWINGS 90 16. ANNEXURE – X SCHEDULE OF QUANTITY 96 . TENDER

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.

Page 22: KERALA MEDICAL SERVICES CORPORATION LIMITEDkmscl.kerala.gov.in/media/tender fire alarm KSIHFW_merged.pdf · ANNEXURE-IX DRAWINGS 90 16. ANNEXURE – X SCHEDULE OF QUANTITY 96 . TENDER

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:

Page 23: KERALA MEDICAL SERVICES CORPORATION LIMITEDkmscl.kerala.gov.in/media/tender fire alarm KSIHFW_merged.pdf · ANNEXURE-IX DRAWINGS 90 16. ANNEXURE – X SCHEDULE OF QUANTITY 96 . TENDER

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

Page 24: KERALA MEDICAL SERVICES CORPORATION LIMITEDkmscl.kerala.gov.in/media/tender fire alarm KSIHFW_merged.pdf · ANNEXURE-IX DRAWINGS 90 16. ANNEXURE – X SCHEDULE OF QUANTITY 96 . TENDER

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

Page 25: KERALA MEDICAL SERVICES CORPORATION LIMITEDkmscl.kerala.gov.in/media/tender fire alarm KSIHFW_merged.pdf · ANNEXURE-IX DRAWINGS 90 16. ANNEXURE – X SCHEDULE OF QUANTITY 96 . TENDER

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

Page 26: KERALA MEDICAL SERVICES CORPORATION LIMITEDkmscl.kerala.gov.in/media/tender fire alarm KSIHFW_merged.pdf · ANNEXURE-IX DRAWINGS 90 16. ANNEXURE – X SCHEDULE OF QUANTITY 96 . TENDER

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

Page 27: KERALA MEDICAL SERVICES CORPORATION LIMITEDkmscl.kerala.gov.in/media/tender fire alarm KSIHFW_merged.pdf · ANNEXURE-IX DRAWINGS 90 16. ANNEXURE – X SCHEDULE OF QUANTITY 96 . TENDER

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:

Page 28: KERALA MEDICAL SERVICES CORPORATION LIMITEDkmscl.kerala.gov.in/media/tender fire alarm KSIHFW_merged.pdf · ANNEXURE-IX DRAWINGS 90 16. ANNEXURE – X SCHEDULE OF QUANTITY 96 . TENDER

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

Page 29: KERALA MEDICAL SERVICES CORPORATION LIMITEDkmscl.kerala.gov.in/media/tender fire alarm KSIHFW_merged.pdf · ANNEXURE-IX DRAWINGS 90 16. ANNEXURE – X SCHEDULE OF QUANTITY 96 . TENDER

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:

Page 30: KERALA MEDICAL SERVICES CORPORATION LIMITEDkmscl.kerala.gov.in/media/tender fire alarm KSIHFW_merged.pdf · ANNEXURE-IX DRAWINGS 90 16. ANNEXURE – X SCHEDULE OF QUANTITY 96 . TENDER

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

Page 31: KERALA MEDICAL SERVICES CORPORATION LIMITEDkmscl.kerala.gov.in/media/tender fire alarm KSIHFW_merged.pdf · ANNEXURE-IX DRAWINGS 90 16. ANNEXURE – X SCHEDULE OF QUANTITY 96 . TENDER

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 :

Page 32: KERALA MEDICAL SERVICES CORPORATION LIMITEDkmscl.kerala.gov.in/media/tender fire alarm KSIHFW_merged.pdf · ANNEXURE-IX DRAWINGS 90 16. ANNEXURE – X SCHEDULE OF QUANTITY 96 . TENDER

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.

Page 33: KERALA MEDICAL SERVICES CORPORATION LIMITEDkmscl.kerala.gov.in/media/tender fire alarm KSIHFW_merged.pdf · ANNEXURE-IX DRAWINGS 90 16. ANNEXURE – X SCHEDULE OF QUANTITY 96 . TENDER

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 :

Page 34: KERALA MEDICAL SERVICES CORPORATION LIMITEDkmscl.kerala.gov.in/media/tender fire alarm KSIHFW_merged.pdf · ANNEXURE-IX DRAWINGS 90 16. ANNEXURE – X SCHEDULE OF QUANTITY 96 . TENDER

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

Page 35: KERALA MEDICAL SERVICES CORPORATION LIMITEDkmscl.kerala.gov.in/media/tender fire alarm KSIHFW_merged.pdf · ANNEXURE-IX DRAWINGS 90 16. ANNEXURE – X SCHEDULE OF QUANTITY 96 . TENDER

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

Page 36: KERALA MEDICAL SERVICES CORPORATION LIMITEDkmscl.kerala.gov.in/media/tender fire alarm KSIHFW_merged.pdf · ANNEXURE-IX DRAWINGS 90 16. ANNEXURE – X SCHEDULE OF QUANTITY 96 . TENDER

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

Page 37: KERALA MEDICAL SERVICES CORPORATION LIMITEDkmscl.kerala.gov.in/media/tender fire alarm KSIHFW_merged.pdf · ANNEXURE-IX DRAWINGS 90 16. ANNEXURE – X SCHEDULE OF QUANTITY 96 . TENDER

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

Page 38: KERALA MEDICAL SERVICES CORPORATION LIMITEDkmscl.kerala.gov.in/media/tender fire alarm KSIHFW_merged.pdf · ANNEXURE-IX DRAWINGS 90 16. ANNEXURE – X SCHEDULE OF QUANTITY 96 . TENDER

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.

Page 39: KERALA MEDICAL SERVICES CORPORATION LIMITEDkmscl.kerala.gov.in/media/tender fire alarm KSIHFW_merged.pdf · ANNEXURE-IX DRAWINGS 90 16. ANNEXURE – X SCHEDULE OF QUANTITY 96 . TENDER

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.

Page 40: KERALA MEDICAL SERVICES CORPORATION LIMITEDkmscl.kerala.gov.in/media/tender fire alarm KSIHFW_merged.pdf · ANNEXURE-IX DRAWINGS 90 16. ANNEXURE – X SCHEDULE OF QUANTITY 96 . TENDER

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

Page 41: KERALA MEDICAL SERVICES CORPORATION LIMITEDkmscl.kerala.gov.in/media/tender fire alarm KSIHFW_merged.pdf · ANNEXURE-IX DRAWINGS 90 16. ANNEXURE – X SCHEDULE OF QUANTITY 96 . TENDER

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

Page 42: KERALA MEDICAL SERVICES CORPORATION LIMITEDkmscl.kerala.gov.in/media/tender fire alarm KSIHFW_merged.pdf · ANNEXURE-IX DRAWINGS 90 16. ANNEXURE – X SCHEDULE OF QUANTITY 96 . TENDER

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.

Page 43: KERALA MEDICAL SERVICES CORPORATION LIMITEDkmscl.kerala.gov.in/media/tender fire alarm KSIHFW_merged.pdf · ANNEXURE-IX DRAWINGS 90 16. ANNEXURE – X SCHEDULE OF QUANTITY 96 . TENDER

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.

Page 44: KERALA MEDICAL SERVICES CORPORATION LIMITEDkmscl.kerala.gov.in/media/tender fire alarm KSIHFW_merged.pdf · ANNEXURE-IX DRAWINGS 90 16. ANNEXURE – X SCHEDULE OF QUANTITY 96 . TENDER

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.

Page 45: KERALA MEDICAL SERVICES CORPORATION LIMITEDkmscl.kerala.gov.in/media/tender fire alarm KSIHFW_merged.pdf · ANNEXURE-IX DRAWINGS 90 16. ANNEXURE – X SCHEDULE OF QUANTITY 96 . TENDER

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

Page 46: KERALA MEDICAL SERVICES CORPORATION LIMITEDkmscl.kerala.gov.in/media/tender fire alarm KSIHFW_merged.pdf · ANNEXURE-IX DRAWINGS 90 16. ANNEXURE – X SCHEDULE OF QUANTITY 96 . TENDER

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

Page 47: KERALA MEDICAL SERVICES CORPORATION LIMITEDkmscl.kerala.gov.in/media/tender fire alarm KSIHFW_merged.pdf · ANNEXURE-IX DRAWINGS 90 16. ANNEXURE – X SCHEDULE OF QUANTITY 96 . TENDER

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.

Page 48: KERALA MEDICAL SERVICES CORPORATION LIMITEDkmscl.kerala.gov.in/media/tender fire alarm KSIHFW_merged.pdf · ANNEXURE-IX DRAWINGS 90 16. ANNEXURE – X SCHEDULE OF QUANTITY 96 . TENDER

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.

Page 49: KERALA MEDICAL SERVICES CORPORATION LIMITEDkmscl.kerala.gov.in/media/tender fire alarm KSIHFW_merged.pdf · ANNEXURE-IX DRAWINGS 90 16. ANNEXURE – X SCHEDULE OF QUANTITY 96 . TENDER

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.

Page 50: KERALA MEDICAL SERVICES CORPORATION LIMITEDkmscl.kerala.gov.in/media/tender fire alarm KSIHFW_merged.pdf · ANNEXURE-IX DRAWINGS 90 16. ANNEXURE – X SCHEDULE OF QUANTITY 96 . TENDER

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

Page 51: KERALA MEDICAL SERVICES CORPORATION LIMITEDkmscl.kerala.gov.in/media/tender fire alarm KSIHFW_merged.pdf · ANNEXURE-IX DRAWINGS 90 16. ANNEXURE – X SCHEDULE OF QUANTITY 96 . TENDER

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

Page 52: KERALA MEDICAL SERVICES CORPORATION LIMITEDkmscl.kerala.gov.in/media/tender fire alarm KSIHFW_merged.pdf · ANNEXURE-IX DRAWINGS 90 16. ANNEXURE – X SCHEDULE OF QUANTITY 96 . TENDER

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.

Page 53: KERALA MEDICAL SERVICES CORPORATION LIMITEDkmscl.kerala.gov.in/media/tender fire alarm KSIHFW_merged.pdf · ANNEXURE-IX DRAWINGS 90 16. ANNEXURE – X SCHEDULE OF QUANTITY 96 . TENDER

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

Page 54: KERALA MEDICAL SERVICES CORPORATION LIMITEDkmscl.kerala.gov.in/media/tender fire alarm KSIHFW_merged.pdf · ANNEXURE-IX DRAWINGS 90 16. ANNEXURE – X SCHEDULE OF QUANTITY 96 . TENDER

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

Page 55: KERALA MEDICAL SERVICES CORPORATION LIMITEDkmscl.kerala.gov.in/media/tender fire alarm KSIHFW_merged.pdf · ANNEXURE-IX DRAWINGS 90 16. ANNEXURE – X SCHEDULE OF QUANTITY 96 . TENDER

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

Page 56: KERALA MEDICAL SERVICES CORPORATION LIMITEDkmscl.kerala.gov.in/media/tender fire alarm KSIHFW_merged.pdf · ANNEXURE-IX DRAWINGS 90 16. ANNEXURE – X SCHEDULE OF QUANTITY 96 . TENDER

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.

Page 57: KERALA MEDICAL SERVICES CORPORATION LIMITEDkmscl.kerala.gov.in/media/tender fire alarm KSIHFW_merged.pdf · ANNEXURE-IX DRAWINGS 90 16. ANNEXURE – X SCHEDULE OF QUANTITY 96 . TENDER

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.

Page 58: KERALA MEDICAL SERVICES CORPORATION LIMITEDkmscl.kerala.gov.in/media/tender fire alarm KSIHFW_merged.pdf · ANNEXURE-IX DRAWINGS 90 16. ANNEXURE – X SCHEDULE OF QUANTITY 96 . TENDER

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

Page 59: KERALA MEDICAL SERVICES CORPORATION LIMITEDkmscl.kerala.gov.in/media/tender fire alarm KSIHFW_merged.pdf · ANNEXURE-IX DRAWINGS 90 16. ANNEXURE – X SCHEDULE OF QUANTITY 96 . TENDER

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

Page 60: KERALA MEDICAL SERVICES CORPORATION LIMITEDkmscl.kerala.gov.in/media/tender fire alarm KSIHFW_merged.pdf · ANNEXURE-IX DRAWINGS 90 16. ANNEXURE – X SCHEDULE OF QUANTITY 96 . TENDER

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

Page 61: KERALA MEDICAL SERVICES CORPORATION LIMITEDkmscl.kerala.gov.in/media/tender fire alarm KSIHFW_merged.pdf · ANNEXURE-IX DRAWINGS 90 16. ANNEXURE – X SCHEDULE OF QUANTITY 96 . TENDER

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)

Page 62: KERALA MEDICAL SERVICES CORPORATION LIMITEDkmscl.kerala.gov.in/media/tender fire alarm KSIHFW_merged.pdf · ANNEXURE-IX DRAWINGS 90 16. ANNEXURE – X SCHEDULE OF QUANTITY 96 . TENDER

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

Page 63: KERALA MEDICAL SERVICES CORPORATION LIMITEDkmscl.kerala.gov.in/media/tender fire alarm KSIHFW_merged.pdf · ANNEXURE-IX DRAWINGS 90 16. ANNEXURE – X SCHEDULE OF QUANTITY 96 . TENDER

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:

Page 64: KERALA MEDICAL SERVICES CORPORATION LIMITEDkmscl.kerala.gov.in/media/tender fire alarm KSIHFW_merged.pdf · ANNEXURE-IX DRAWINGS 90 16. ANNEXURE – X SCHEDULE OF QUANTITY 96 . TENDER

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.

Page 65: KERALA MEDICAL SERVICES CORPORATION LIMITEDkmscl.kerala.gov.in/media/tender fire alarm KSIHFW_merged.pdf · ANNEXURE-IX DRAWINGS 90 16. ANNEXURE – X SCHEDULE OF QUANTITY 96 . TENDER

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

Page 66: KERALA MEDICAL SERVICES CORPORATION LIMITEDkmscl.kerala.gov.in/media/tender fire alarm KSIHFW_merged.pdf · ANNEXURE-IX DRAWINGS 90 16. ANNEXURE – X SCHEDULE OF QUANTITY 96 . TENDER

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

Page 67: KERALA MEDICAL SERVICES CORPORATION LIMITEDkmscl.kerala.gov.in/media/tender fire alarm KSIHFW_merged.pdf · ANNEXURE-IX DRAWINGS 90 16. ANNEXURE – X SCHEDULE OF QUANTITY 96 . TENDER

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

Page 68: KERALA MEDICAL SERVICES CORPORATION LIMITEDkmscl.kerala.gov.in/media/tender fire alarm KSIHFW_merged.pdf · ANNEXURE-IX DRAWINGS 90 16. ANNEXURE – X SCHEDULE OF QUANTITY 96 . TENDER

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)

Page 69: KERALA MEDICAL SERVICES CORPORATION LIMITEDkmscl.kerala.gov.in/media/tender fire alarm KSIHFW_merged.pdf · ANNEXURE-IX DRAWINGS 90 16. ANNEXURE – X SCHEDULE OF QUANTITY 96 . TENDER

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.

Page 70: KERALA MEDICAL SERVICES CORPORATION LIMITEDkmscl.kerala.gov.in/media/tender fire alarm KSIHFW_merged.pdf · ANNEXURE-IX DRAWINGS 90 16. ANNEXURE – X SCHEDULE OF QUANTITY 96 . TENDER

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

Page 71: KERALA MEDICAL SERVICES CORPORATION LIMITEDkmscl.kerala.gov.in/media/tender fire alarm KSIHFW_merged.pdf · ANNEXURE-IX DRAWINGS 90 16. ANNEXURE – X SCHEDULE OF QUANTITY 96 . TENDER

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.

Page 72: KERALA MEDICAL SERVICES CORPORATION LIMITEDkmscl.kerala.gov.in/media/tender fire alarm KSIHFW_merged.pdf · ANNEXURE-IX DRAWINGS 90 16. ANNEXURE – X SCHEDULE OF QUANTITY 96 . TENDER

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.

Page 73: KERALA MEDICAL SERVICES CORPORATION LIMITEDkmscl.kerala.gov.in/media/tender fire alarm KSIHFW_merged.pdf · ANNEXURE-IX DRAWINGS 90 16. ANNEXURE – X SCHEDULE OF QUANTITY 96 . TENDER

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

Page 74: KERALA MEDICAL SERVICES CORPORATION LIMITEDkmscl.kerala.gov.in/media/tender fire alarm KSIHFW_merged.pdf · ANNEXURE-IX DRAWINGS 90 16. ANNEXURE – X SCHEDULE OF QUANTITY 96 . TENDER

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.)

Page 75: KERALA MEDICAL SERVICES CORPORATION LIMITEDkmscl.kerala.gov.in/media/tender fire alarm KSIHFW_merged.pdf · ANNEXURE-IX DRAWINGS 90 16. ANNEXURE – X SCHEDULE OF QUANTITY 96 . TENDER

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.

Page 76: KERALA MEDICAL SERVICES CORPORATION LIMITEDkmscl.kerala.gov.in/media/tender fire alarm KSIHFW_merged.pdf · ANNEXURE-IX DRAWINGS 90 16. ANNEXURE – X SCHEDULE OF QUANTITY 96 . TENDER

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:

Page 77: KERALA MEDICAL SERVICES CORPORATION LIMITEDkmscl.kerala.gov.in/media/tender fire alarm KSIHFW_merged.pdf · ANNEXURE-IX DRAWINGS 90 16. ANNEXURE – X SCHEDULE OF QUANTITY 96 . TENDER

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

Page 78: KERALA MEDICAL SERVICES CORPORATION LIMITEDkmscl.kerala.gov.in/media/tender fire alarm KSIHFW_merged.pdf · ANNEXURE-IX DRAWINGS 90 16. ANNEXURE – X SCHEDULE OF QUANTITY 96 . TENDER

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.

Page 79: KERALA MEDICAL SERVICES CORPORATION LIMITEDkmscl.kerala.gov.in/media/tender fire alarm KSIHFW_merged.pdf · ANNEXURE-IX DRAWINGS 90 16. ANNEXURE – X SCHEDULE OF QUANTITY 96 . TENDER

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 :

Page 80: KERALA MEDICAL SERVICES CORPORATION LIMITEDkmscl.kerala.gov.in/media/tender fire alarm KSIHFW_merged.pdf · ANNEXURE-IX DRAWINGS 90 16. ANNEXURE – X SCHEDULE OF QUANTITY 96 . TENDER

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.

Page 81: KERALA MEDICAL SERVICES CORPORATION LIMITEDkmscl.kerala.gov.in/media/tender fire alarm KSIHFW_merged.pdf · ANNEXURE-IX DRAWINGS 90 16. ANNEXURE – X SCHEDULE OF QUANTITY 96 . TENDER

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: ________________

Page 82: KERALA MEDICAL SERVICES CORPORATION LIMITEDkmscl.kerala.gov.in/media/tender fire alarm KSIHFW_merged.pdf · ANNEXURE-IX DRAWINGS 90 16. ANNEXURE – X SCHEDULE OF QUANTITY 96 . TENDER

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

Page 83: KERALA MEDICAL SERVICES CORPORATION LIMITEDkmscl.kerala.gov.in/media/tender fire alarm KSIHFW_merged.pdf · ANNEXURE-IX DRAWINGS 90 16. ANNEXURE – X SCHEDULE OF QUANTITY 96 . TENDER

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

Page 84: KERALA MEDICAL SERVICES CORPORATION LIMITEDkmscl.kerala.gov.in/media/tender fire alarm KSIHFW_merged.pdf · ANNEXURE-IX DRAWINGS 90 16. ANNEXURE – X SCHEDULE OF QUANTITY 96 . TENDER

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.

Page 85: KERALA MEDICAL SERVICES CORPORATION LIMITEDkmscl.kerala.gov.in/media/tender fire alarm KSIHFW_merged.pdf · ANNEXURE-IX DRAWINGS 90 16. ANNEXURE – X SCHEDULE OF QUANTITY 96 . TENDER

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

E-mail

website

4. Contact Person

Designation

Mobile Phone No

Telephone No

Fax No

e-mail

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

Page 86: KERALA MEDICAL SERVICES CORPORATION LIMITEDkmscl.kerala.gov.in/media/tender fire alarm KSIHFW_merged.pdf · ANNEXURE-IX DRAWINGS 90 16. ANNEXURE – X SCHEDULE OF QUANTITY 96 . TENDER

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

Page 87: KERALA MEDICAL SERVICES CORPORATION LIMITEDkmscl.kerala.gov.in/media/tender fire alarm KSIHFW_merged.pdf · ANNEXURE-IX DRAWINGS 90 16. ANNEXURE – X SCHEDULE OF QUANTITY 96 . TENDER

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

Page 88: KERALA MEDICAL SERVICES CORPORATION LIMITEDkmscl.kerala.gov.in/media/tender fire alarm KSIHFW_merged.pdf · ANNEXURE-IX DRAWINGS 90 16. ANNEXURE – X SCHEDULE OF QUANTITY 96 . TENDER

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)

Page 89: KERALA MEDICAL SERVICES CORPORATION LIMITEDkmscl.kerala.gov.in/media/tender fire alarm KSIHFW_merged.pdf · ANNEXURE-IX DRAWINGS 90 16. ANNEXURE – X SCHEDULE OF QUANTITY 96 . TENDER

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

Page 90: KERALA MEDICAL SERVICES CORPORATION LIMITEDkmscl.kerala.gov.in/media/tender fire alarm KSIHFW_merged.pdf · ANNEXURE-IX DRAWINGS 90 16. ANNEXURE – X SCHEDULE OF QUANTITY 96 . TENDER

TENDER FOR FIRE ALARM AND FIRE FIGHTING SYSTEM WORKS FOR PHASE - I EXPANSION OF KSIHFW AT

THYCAUD, TRIVANDRUM Page 90

ANNEXURE IX

DRAWINGS

Page 91: KERALA MEDICAL SERVICES CORPORATION LIMITEDkmscl.kerala.gov.in/media/tender fire alarm KSIHFW_merged.pdf · ANNEXURE-IX DRAWINGS 90 16. ANNEXURE – X SCHEDULE OF QUANTITY 96 . TENDER
Page 92: KERALA MEDICAL SERVICES CORPORATION LIMITEDkmscl.kerala.gov.in/media/tender fire alarm KSIHFW_merged.pdf · ANNEXURE-IX DRAWINGS 90 16. ANNEXURE – X SCHEDULE OF QUANTITY 96 . TENDER
Page 93: KERALA MEDICAL SERVICES CORPORATION LIMITEDkmscl.kerala.gov.in/media/tender fire alarm KSIHFW_merged.pdf · ANNEXURE-IX DRAWINGS 90 16. ANNEXURE – X SCHEDULE OF QUANTITY 96 . TENDER
Page 94: KERALA MEDICAL SERVICES CORPORATION LIMITEDkmscl.kerala.gov.in/media/tender fire alarm KSIHFW_merged.pdf · ANNEXURE-IX DRAWINGS 90 16. ANNEXURE – X SCHEDULE OF QUANTITY 96 . TENDER
Page 95: KERALA MEDICAL SERVICES CORPORATION LIMITEDkmscl.kerala.gov.in/media/tender fire alarm KSIHFW_merged.pdf · ANNEXURE-IX DRAWINGS 90 16. ANNEXURE – X SCHEDULE OF QUANTITY 96 . TENDER
Page 96: KERALA MEDICAL SERVICES CORPORATION LIMITEDkmscl.kerala.gov.in/media/tender fire alarm KSIHFW_merged.pdf · ANNEXURE-IX DRAWINGS 90 16. ANNEXURE – X SCHEDULE OF QUANTITY 96 . TENDER

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

Page 97: KERALA MEDICAL SERVICES CORPORATION LIMITEDkmscl.kerala.gov.in/media/tender fire alarm KSIHFW_merged.pdf · ANNEXURE-IX DRAWINGS 90 16. ANNEXURE – X SCHEDULE OF QUANTITY 96 . TENDER

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

Page 98: KERALA MEDICAL SERVICES CORPORATION LIMITEDkmscl.kerala.gov.in/media/tender fire alarm KSIHFW_merged.pdf · ANNEXURE-IX DRAWINGS 90 16. ANNEXURE – X SCHEDULE OF QUANTITY 96 . TENDER

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

Page 99: KERALA MEDICAL SERVICES CORPORATION LIMITEDkmscl.kerala.gov.in/media/tender fire alarm KSIHFW_merged.pdf · ANNEXURE-IX DRAWINGS 90 16. ANNEXURE – X SCHEDULE OF QUANTITY 96 . TENDER

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