name of work: -replacement of afd panel for block 11 with...

34
Name of Work:- Replacement of AFD panel for Block 11 with new Microprocessor based Fire alarm Panels for RGMTTC , Meenambakkam, Chennai .[2ND RECALL] Contractor Internet downloaded Copy EE(E) Page 1 of 34 BHARAT SANCHAR NIGAM LIMITED (A Govt of India Enterprise) (Electrical Wing) O/o The Executive Engineer (E), BSNL, Electrical Division-II, VII Floor, TNT Complex, Chennai-600008 TENDER DOCUMENT Name of Work:- Replacement of AFD panel for Block 11 with new Microprocessor based Fire alarm Panels for RGMTTC , Meenambakkam, Chennai .[2ND RECALL] Name of the Agency ……………………………………….. Address ……………………………………….. ……………………………………….. ………………………………………..

Upload: others

Post on 02-Oct-2020

2 views

Category:

Documents


0 download

TRANSCRIPT

Page 1: Name of Work: -Replacement of AFD panel for Block 11 with ...tender.bsnl.co.in/bsnltenders/bsnltender/download... · VII Floor, TNT Complex, Chennai-600008 TENDER DOCUMENT Name of

Name of Work:- Replacement of AFD panel for Block 11 with new Microprocessor based Fire alarm Panels for RGMTTC ,Meenambakkam, Chennai .[2ND RECALL]

Contractor Internet downloaded Copy EE(E)Page 1 of 34

BHARAT SANCHAR NIGAM LIMITED(A Govt of India Enterprise)

(Electrical Wing)O/o The Executive Engineer (E),

BSNL, Electrical Division-II,VII Floor, TNT Complex,

Chennai-600008

TENDER DOCUMENT

Name of Work:- Replacement of AFD panel for Block 11 with new Microprocessor based Fire alarmPanels for RGMTTC , Meenambakkam, Chennai .[2ND RECALL]

Name of the Agency ………………………………………..

Address ………………………………………..………………………………………..………………………………………..

Page 2: Name of Work: -Replacement of AFD panel for Block 11 with ...tender.bsnl.co.in/bsnltenders/bsnltender/download... · VII Floor, TNT Complex, Chennai-600008 TENDER DOCUMENT Name of

Name of Work:- Replacement of AFD panel for Block 11 with new Microprocessor based Fire alarm Panels for RGMTTC ,Meenambakkam, Chennai .[2ND RECALL]

Contractor Internet downloaded Copy EE(E)Page 2 of 34

INDEX

SL NO. DESCRIPTIONPAGE

NUMBER

1. General Guidelines 3

2. Information and instructions for bidders 4

3. Eligibility criteria 5

4.Important Instructions to Tenderers downloading the tender documentfrom website 6

5. Important instructions to the Tenderers 7-8

6.Undertakings to be furnished by the Tenderer 9

7. Declaration by Contractor 10

8. Model form of Bank Guarantee for submitting EMD. 11

9. Performance Security Guarantee Bond 12

10. BSNL EW6 Form (Notice Inviting Tender) 13-16

11. BSNL EW8 Form 17-18

12. Modifications to New BSNL EW6 and EW8 19-23

13. Schedule of Quantities 24-25

14. Specifications of Work 26-32

15. List of Approved makes 33-34

16. Drawing if any --

Page 3: Name of Work: -Replacement of AFD panel for Block 11 with ...tender.bsnl.co.in/bsnltenders/bsnltender/download... · VII Floor, TNT Complex, Chennai-600008 TENDER DOCUMENT Name of

Name of Work:- Replacement of AFD panel for Block 11 with new Microprocessor based Fire alarm Panels for RGMTTC ,Meenambakkam, Chennai .[2ND RECALL]

Contractor Internet downloaded Copy EE(E)Page 3 of 34

GENERAL GUIDELINES

BSNL EW-6, Form BSNL EW 8, Schedules A to F, special conditions/specifications and drawings will be issued tointending tenderers only. The Standard Form will not be issued along with the Tender Documents but the same shall form part ofthe agreement to be drawn and signed by the both parties after acceptance of tender. The standard Forms shall be available indownloadable manner from website http://tamilnadu.bsnl.co.in/

1. All blanks are confined to Notice Inviting Tender (BSNL EW-6) and Schedules A to F.2. Authority approving the Notice Inviting Tenders (NIT) shall fill up all the blanks in BSNL EW-6, and in Schedules B to F

before issue of Tender Papers.3. The intending tenderers will quote their rates in Schedule A.4. The proforma for registers and Schedules A to F are only for information and guidance. These are not to be filled in the

Standard Form. The Schedules with all blanks, duly filled, shall be separately issued to all intending tenderers for fillingand returning the same in the manner prescribed. The Schedules can also be downloaded from websitehttp://tamilnadu.bsnl.co.in/

Page 4: Name of Work: -Replacement of AFD panel for Block 11 with ...tender.bsnl.co.in/bsnltenders/bsnltender/download... · VII Floor, TNT Complex, Chennai-600008 TENDER DOCUMENT Name of

Name of Work:- Replacement of AFD panel for Block 11 with new Microprocessor based Fire alarm Panels for RGMTTC ,Meenambakkam, Chennai .[2ND RECALL]

Contractor Internet downloaded Copy EE(E)Page 4 of 34

INFORMATION AND INSTRUCTIONS FOR BIDDERS

The Executive Engineer (Elect), BSNL,ED-II, Chennai on behalf of the CMD,BSNLinvites Item rate bids from eligible bidders in Single bid system for the following work:

1 Name of work

Replacement of AFD panel for Block 11 with newMicroprocessor based Fire alarm Panels forRGMTTC , Meenambakkam, Chennai .[2NDRECALL]

2 Estimated cost put totender

Rs.62030

3Earnest Money Rs.1241

4Period of completion

1 month

5Tender Fee(Non-refundable) Rs.158

6Last date & time forsubmission of tender Up to 15:00 Hrs. on 31.07.2017

7Date and time foropening of tender 15:30 Hrs. on 31.07.2017

***********

Page 5: Name of Work: -Replacement of AFD panel for Block 11 with ...tender.bsnl.co.in/bsnltenders/bsnltender/download... · VII Floor, TNT Complex, Chennai-600008 TENDER DOCUMENT Name of

Name of Work:- Replacement of AFD panel for Block 11 with new Microprocessor based Fire alarm Panels for RGMTTC ,Meenambakkam, Chennai .[2ND RECALL]

Contractor Internet downloaded Copy EE(E)Page 5 of 34

ELIGIBILITY CRITERIA

The bidders satisfying the following conditions:

Average annual turnover during the last 3 years, ending 31st March of the previous financialyear, should be at least 30% of the estimated cost put to tender.

AND

The manufacturer/authorized dealer /OEM of any of the makers of major equipment included in theNIT. The letter of authorization from manufacturer in original/ photocopy attested by BSNLExecutive will be submitted.

OR

Experience of having successfully completed similar works in BSNL during last 7 years ending last day ofmonth previous to the one in which applications are invited, should be either of the following:

Three similar successfully completed works costing not less than the amount equal to 40% of theestimated cost put to tender.

OR Two similar successfully completed works costing not less than the amount equal to 60% of the

estimated cost put to tender.OR

One similar successfully completed work costing not less than the amount equal to 80% of theestimated cost put to tender.

OR BSNL enlisted contractors in Electrical category of respective class as per their tendering limits.

NOTE: The estimated cost of one year shall be considered to evaluate the eligibility criteria.

**********

Page 6: Name of Work: -Replacement of AFD panel for Block 11 with ...tender.bsnl.co.in/bsnltenders/bsnltender/download... · VII Floor, TNT Complex, Chennai-600008 TENDER DOCUMENT Name of

Name of Work:- Replacement of AFD panel for Block 11 with new Microprocessor based Fire alarm Panels for RGMTTC ,Meenambakkam, Chennai .[2ND RECALL]

Contractor Internet downloaded Copy EE(E)Page 6 of 34

IMPORTANT INSTRUCTIONS TO BIDDERS DOWN LOADING THE TENDER DOCUMENT FROM WEB SITE

The bidders, who have down loaded the tenders from the web site, shall read the following important instructions carefullybefore quoting the rates and submitting the tender documents.

1. The tenderer should see carefully and ensure that the tender document containing all the pages as per the index has beendown loaded for making required entries. The balance pages of Standard BSNL EW8 form will be attached with theagreement after the award of work.

2. A clear print out of tender document shall be taken on good quality A4 size paper and the printer settings, etc., shall besuch that the document is printed as appearing in the web and without any change in format, number of pages, etc., andshall also ensure that no page is missing. Only original computer printout of the document shall be used. Photocopy shallnot be accepted.

3. In case of any doubt in the downloaded tender, the same shall be got clarified from the Engineer in charge calling the NITbefore submission.

4. The name of the bidder shall be filled on the relevant pages of tender document and all the pages shall be invariably signed.(With stamp)

5. The tenderer shall ensure that the downloaded tender document is properly stitched before submitting the document.

6. There shall be no correction / addition / alteration / omission made in the text of the downloaded tender document. If foundotherwise, the same shall be treated as non-responsive and rejected.

7. The tenderer shall sign the declaration enclosed before submitting the tender.

8. The tenderer shall submit the tenders in 2 covers marked as No.1 and No.2. The tenderer shall submit the credentials formeeting the eligibility conditions along with the cost of the tender fee and EMD in the prescribed format as detailed inNIT, along with a covering letter on his printed letter head stating the details of enclosures in the first cover. Thecredentials shall be self-attested. The second cover shall contain the price bid. The rates and amounts should be filled inthe schedule of work attached thereto.

9. The cover-1 shall contain the following.a. Tender Fee in the prescribed formatb. EMD in the prescribed formatc. Certificate of Financial Turnover from Chartered Accountant if applicabled. Documents fulfilling Eligibility criteria (Please note that in case the bidder is authorised by the manufacturer, the original

authorisation letter is to be scanned and uploaded)e. Enlistment certificate issued by BSNL if applicablef. Electrical license issued by TN Govt. if applicableg. GST Registration Number detailsh. PAN Cardi. EPF and ESI Registration certificate if applicablej. Certificate of work experience issued by client department (Form ‘C’) if applicable

Not submitting the above documents in Cover-1, the Cover-2 will not opened

2. The Cover-1 and 2shall be deposited in the tender box available in the office of tender opening authority, by all the biddersbefore 3:00 PM on the tender opening date, failing which the tender shall not be opened.

Page 7: Name of Work: -Replacement of AFD panel for Block 11 with ...tender.bsnl.co.in/bsnltenders/bsnltender/download... · VII Floor, TNT Complex, Chennai-600008 TENDER DOCUMENT Name of

Name of Work:- Replacement of AFD panel for Block 11 with new Microprocessor based Fire alarm Panels for RGMTTC ,Meenambakkam, Chennai .[2ND RECALL]

Contractor Internet downloaded Copy EE(E)Page 7 of 34

IMPORTANT INSTRUCTIONS TO THE TENDERERS

Please note that the offers, which do not comply the following, will not be considered and will be totally rejected.These instructions supersede the EW 8 clauses incase of any Disparity.

1. Tenders with any condition including that of conditional rebates shall be rejected forthwith summarily.2. Insurance, loading, unloading, transportation etc. should be included on works contact basis. The rate shall be

firm and final.3. The price shall be firm and fixed during the currency of the contract. No cost escalation is permitted.

Clause10CC is not applicable.4. The Extension of time for completion of the works is governed by clause 5 of the tender documents.5. No advance payments can be made. The payment is governed by the normal department practice and

stipulations like levy of interest if payment is not made in a specified time is not acceptable.6. The firm should deposit EMD before submission of their offer. The EMD of other works returnable to them

cannot be adjusted against this work. The firm’s offer shall be liable for rejection without fresh EMD for thisparticular work.

7. Payment of Goods & Service Tax,: The Agency / Supplier / Contractor shall indicate the quantum of GSTseparately in the bill. The final bill will be released on production of proof of having paid the tax components tothe respective departments.

8. TAXES AND DUTIES: The firm shall quote rates for all the items inclusive of all taxes and duties. Noconcession form will be issued by the Department.

Tendered rates shall be inclusive of all taxes and levies payable under the respective statutes. Howeverpursuant to the constitution (Forty sixth amendment) Act, 1982, If any further tax or levy is imposed bystatute, after the date of receipt of tenders and the contractors there-upon necessarily and properly payssuch taxes/ levies the contractor shall be reimbursed the amount so paid, provided such payment, if any inthe opinion of Superintending Engineer whose decision shall be final and binding is not attributable to delayin execution of work within the control of the contractor.

The contractor shall keep necessary books of accounts and other documents for the purpose of thiscondition as may be necessary and shall allow inspection of the same by a duly authorized representative ofGovernment and further shall furnish such other information/documents as the Engineer-in-Charge may require.

The contractor shall within a period of 30 days of imposition of any further tax or levy pursuant to theconstitution (Forty sixth amendment) Act, 1982, give a written notice thereof to, the Engineer-in-Chargethat the same is given pursuant to this condition together with all necessary information relating thereto.

Note:- No additional condition whatsoever will be accepted for turnover tax/ sale tax on workscontract. In case of additional conditions for the payment of such claims by the contractor, the tender may besummarily rejected by the accepting authority.

9. INCREASE /DECREASE OF TENDERED QUANTITYa) BSNL will have the right to increase or decrease upto 25% of the Contract value depending upon the

requirement of goods and services specified in the schedule of items without any change in the unit price orother terms and conditions at the time of award of contract.

b) In exceptional situation where the requirement is of an emergent nature and it is necessary to ensurecontinued supplies from the existing vendors, the purchaser reserves the right to place repeat orders upto 50%of the quantity of goods and services contained in the running tender/contract within a period of 12 monthsfrom date of award of work at the same rate or a rate negotiated (downwardly) with the existing vendorsconsidering the reasonability of rates based on prevailing market conditions and the impact of reduction induties and taxes etc.

(iii) CURTAILMENT OF QUANTITY:-BSNL reserves the right to enforce curtailment in the assigned quantum of work for any contractor on

the grounds of defaults/delay in regard to execution of the individual work assigned.10. COMPLETION OF WORK:-

At the time of issuing NIT for a particular work, the time allowed for completion of work consistentwith magnitude and urgency of work is specified. The time allowed for carrying out the work as entered in the

Page 8: Name of Work: -Replacement of AFD panel for Block 11 with ...tender.bsnl.co.in/bsnltenders/bsnltender/download... · VII Floor, TNT Complex, Chennai-600008 TENDER DOCUMENT Name of

Name of Work:- Replacement of AFD panel for Block 11 with new Microprocessor based Fire alarm Panels for RGMTTC ,Meenambakkam, Chennai .[2ND RECALL]

Contractor Internet downloaded Copy EE(E)Page 8 of 34

contract is reckoned from the tenth day after the date on which the orders to commence the work are given tothe Contractor. To ensure good progress of the work during the execution, the contractor is bound in all cases inwhich the time allowed for any work exceeds one month (except special jobs) to complete 1/8th of the whole ofthe work before 1/8th of the time allowed under the contract has elapsed, 3/8th of the work before half of thetime has elapsed and 3/4th of the work before 3/4th of such time has elapsed. However, for special jobs, if atime schedule has been submitted by the Contractor and the same has been accepted by the Engineer-in-charge,the contractor shall comply with such time schedule.

For Air-conditioning, Engine Alternator, Fire Detection the work is deemed to have been completedafter successful completion of the initial acceptance testing as per the departmental standards by T & D Circle.

For Sub station work, the date of clearance from Electrical Inspector is taken as Completion date andfor wet riser system, the date of clearance by Fire Officer shall be taken as Completion date.

11. EXTENSION OF TIME:-If the contractor shall desire an extension of time for completion of work on the grounds of his having

been unavoidably hindered in its execution or on any other grounds, he shall apply in writing to the Engineer incharge within 30 days of the hindrance on the account on which he desires such extension as aforesaid, and theEngineer in charge shall if in his opinion reasonable grounds to be shown therefore, authorize such provisionalextension of time, if any as in his opinion be necessary are proper.

12. COMPENSATION FOR DELAY:-If the contractor fails to maintain the required progress or complete the work and clear the site on or

before the contract or extended date of completion, he has to pay the compensation for delay which is limited to0.5% per week of the tendered value for the first 10 weeks and 0.7% per week for next 10 weeks and thereaftersubject to a maximum of 12% of the tendered value for the location where the work is delayed and the firm isfound responsible for the same. The clause 2 of BSNL - 8 forms stands modified accordingly. Flow chart of theprocurement process/ contract shall be supplied by the contractor and approved by Executive Engineerconcerned.

13. PAYMENT TERMS:-Payment to the Contractors during progress of work is regulated for all the items as below.

1. No advance payments can be made. The payment is governed by the normal department practice andstipulations like levy of interest if payment is not made in a specified time is not acceptable.

a) 80% of pro rata of the approved price breakup of contract value on receipt of equipment at site andafter satisfactory physical inspection.

b) 10% of pro rata of the approved price break up of the contract value after successful installation ofequipment.

c) 5% of the approved contract value after successful completion of initial acceptance testing.d) 5% of the approved contract value after successful completion of final acceptance testing.e) For the works where AT is not applicable For example, For Sub station, Lift, Fire Fighting etc. 5% of

the approved contract value shall be released after clearance by Electrical Inspector/ Lift inspector/ Fire Officerrespectively.

14. EPF PROVISIONS:-The agency has to comply with the provisions of EPF and miscellaneous provisions Act-1952 and

employees provident fund scheme-1952 as amended up to date in respect of labours/employees engaged bythem for this work. Any consequence arising due to non- complying of provisions as specified above shall bethe sole responsibility of the firm only.

18(a) Agency has to observe all the labour rules & regulation in force. Agency shall be fully responsiblefor any violation observed at any time.

Page 9: Name of Work: -Replacement of AFD panel for Block 11 with ...tender.bsnl.co.in/bsnltenders/bsnltender/download... · VII Floor, TNT Complex, Chennai-600008 TENDER DOCUMENT Name of

Name of Work:- Replacement of AFD panel for Block 11 with new Microprocessor based Fire alarm Panels for RGMTTC ,Meenambakkam, Chennai .[2ND RECALL]

Contractor Internet downloaded Copy EE(E)Page 9 of 34

UNDERTAKINGS TO BE FURNISHED BY THE TENDERER

1. UNDERTAKING A

"I……… ……………… ……………… …………… ………Son of. ……… ………………… ………… ………………………….. …………….Resident of …… …………… ………… …………… …………… …………… …………. hereby givean undertaking that I have read and I am aware of all the clauses and sub clauses of BSNL EW 6 & 8 forms and I confirm that Iwill abide by all the terms and conditions available in original standard BSNL EW 6 & 8 forms”.

(Seal of the firm) (Dated Signature of Contractor)

2. UNDERTAKING B

I……………………………………………… Son of Sh …………………………………… Residentof………………………………………………………………………………. hereby certify that none of my relative(s) as definedin the tender document is/are employed in BSNL unit as per details given in tender document. In case at any stage, it is found thatthe information given by me is false/incorrect, BSNL shall have the absolute right to take any action as deemed fit/without any priorintimation to me".

(Seal of the firm) (Signature of Contractor)

3. UNDERTAKING REGARDING EPF PROVISIONS-C

"I……… ……………… ……………… …………… ………Son of. ……… ………………… ………… ………………………….. …………….Resident of …… …………… ………… …………… …………… …………… …………. hereby givean undertaking that

* I/We have employed only …………. persons in our establishment and hence the EPF and Miscellaneous provisions Act,1952 is not applicable to my /our establishment.

* I/ We have registered as per the EPF and Miscellaneous provisions Act, 1952 and our registration no is …………………………. We undertake to keep it valid during the currency of contract.

In case at any stage, it is found that the information given by me is false / incorrect, BSNL shall have the absoluteright to take any action as deemed fit/without any prior intimation to me".

* strike out whichever is not applicable

(Seal of the firm) (Dated Signature of Contractor)

4. UNDERTAKING FOR PAN, ST REGISTRATION, TNGST & TIN NOs:-D

PAN No: _______________________________________ SGST Registration No: __________________

CGST Tax Registration No: _______________________ TIN Number: ___________________________

The Agency shall fill up the above data

(Seal of the firm) ( Dated Signature of Contractor )

Page 10: Name of Work: -Replacement of AFD panel for Block 11 with ...tender.bsnl.co.in/bsnltenders/bsnltender/download... · VII Floor, TNT Complex, Chennai-600008 TENDER DOCUMENT Name of

Name of Work:- Replacement of AFD panel for Block 11 with new Microprocessor based Fire alarm Panels for RGMTTC ,Meenambakkam, Chennai .[2ND RECALL]

Contractor Internet downloaded Copy EE(E)Page 10 of 34

Declaration by Contractor

(To be given by tenderers downloading the tender document from the web)

This is to certify that:

1) I / We have submitted the tenders in the proforma as downloaded directly from the web site which are same as available inthe web site and there is no change in the format, no. of pages, etc.

2) I / We have not made any modifications / corrections / additions etc., in the tender documents downloaded from web by me/ us.

3) I / We have checked that no page is missing and all pages as per the index are available and that all pages of tenderdocument submitted by us are clear and legible.

4) I / We have signed (with stamp) all the pages of tender document before submitting the same.5) I / We have stitched and wax sealed the tender documents properly before submitting the same.6) I / We have submitted the cost of the tender along with EMD in the first cover as prescribed.7) I / We have read carefully and understood the ‘Important instructions to contractors’, ‘Important instructions to tenderers

downloading the tender documents from web site’ and entire standard BSNL EW 6 / EW8 clauses and proforma formdisplayed in web site.

8) In case at later stage, it is noticed that there is any difference in my / our tender documents with the original documents,BSNL shall have the right to cancel the tender / work, forfeit the Earnest Money / Security Deposit, take appropriate actionas per the prevailing rules in force and BSNL shall not be bound to pay any damages to me / us on this account.

Dated………………. (CONTRACTOR)(SIGN WITH SEAL)

Page 11: Name of Work: -Replacement of AFD panel for Block 11 with ...tender.bsnl.co.in/bsnltenders/bsnltender/download... · VII Floor, TNT Complex, Chennai-600008 TENDER DOCUMENT Name of

Name of Work:- Replacement of AFD panel for Block 11 with new Microprocessor based Fire alarm Panels for RGMTTC ,Meenambakkam, Chennai .[2ND RECALL]

Contractor Internet downloaded Copy EE(E)Page 11 of 34

Annexure I

MODEL FORM OF BANK GUARANTEE(for submitting EMD)

Whereas____________________________(hereinafter called “the contractor(s)”) has submitted its Tender dated_________for the work______________________________________________________________________________________

KNOW ALL MEN by these presents that WE___________________________OF___________________________ having our registered office at_______________________ (hereinafter called “the Bank”) are bound unto_______________________ (hereinafter called “the BSNL”) in the sum of _________________ for which payment will and truly to be made ofthe said BSNL, the Bank binds itself, its successors and assigns by these presents.

THE CONDITIONS of the obligation are:

1. If the Contractor(s) withdraws its Tender during the period of Tender validity specified on the Tender Form: or

2. If the Contractor(s) having been notified of the acceptance of its Tender by the BSNL during the period of Tender validity.

(a) Fails or refuses to execute the Contract.

(b) Fails or refuses to furnish security Deposit in accordance with the conditions of Tender document.

We undertake to pay to the BSNL up to the above amount upon receipt of its first written demand, without the BSNL having to substantiate itsdemand, provided that in its demand, the BSNL will note that the amount claimed by it is due to it owing to the occurrence of one or both of thetwo conditions, specifying the occurred condition or conditions.

This guarantee will remain in force as specified in the Tender Document up to and including Thirty (30) days after the period of the Tendervalidity and any demand in respect thereof should reach the Bank not later than the specified date/dates.

Signature of the Bank

Signature of the WitnessName of Witness

Address of Witness:

Page 12: Name of Work: -Replacement of AFD panel for Block 11 with ...tender.bsnl.co.in/bsnltenders/bsnltender/download... · VII Floor, TNT Complex, Chennai-600008 TENDER DOCUMENT Name of

Name of Work:- Replacement of AFD panel for Block 11 with new Microprocessor based Fire alarm Panels for RGMTTC ,Meenambakkam, Chennai .[2ND RECALL]

Contractor Internet downloaded Copy EE(E)Page 12 of 34

ANNEXURE II

PERFORMANCE SECURITY GUARANTEE BOND

In consideration of the CMD, BSNL (hereinafter called ‘BSNL’) having agreed to exempt ___________________ (hereinafter called ‘the saidcontractor(s)’) from the demand under the terms and conditions of an agreement/Advance Purchase Order No ________________ dated____________ made between _____________________ and __________________ for the supply of _______________________ (hereinaftercalled “the said agreement ”), of security deposit for the due fulfillment by the said contractor (s) of the terms and conditions contained in the saidAgreement, on production of the bank guarantee for _____________________________________we, (name of the bank)_________________________ ( hereinafter refer to as “the bank”) at the request of ___________________________________ (contractor(s)) dohereby undertake to pay to the BSNL an amount not exceeding ___________________ against any loss or damage caused to or suffered or wouldbe caused to or suffered by BSNL by reason of any breach by the said Contractor(s) of any of the terms or conditions contained in the saidAgreement.

2. We (name of the bank) ____________________ do hereby undertake to pay the amounts due and payable under this guarantee without anydemur, merely on a demand from the BSNL by reason of breach by the said contractor(s)’ of any of the terms or conditions contained in the saidAgreement or by reason of the contractors(s)’ failure to perform the said Agreement. Any such demand made on the bank shall be conclusive asregards the amount due and payable by the Bank under this guarantee where the decision of BSNL in these counts shall be final and binding on thebank. However, our liability under this guarantee shall be restricted to an amount not exceeding ___________________________________.

3. We under take to pay to the BSNL any money so demanded notwithstanding any dispute or disputes raised by the contractor(s)/supplier(s) inany suit or proceeding pending before any court or tribunal relating thereto our liability under this present being absolute and unequivocal. Thepayment so made by us under this bond shall be valid discharge of our liability for payment there under and the contractor(s)/supplier(s) shall haveno claim against us for making such payment.

4. We( name of the bank)_________________________ further agree that the guarantee herein contained shall remain in full force and effectduring the period that would be taken for the performance of the said agreement and that it shall continue to be enforceable till all the dues of theBSNL under or by virtue of the said Agreement have been fully paid and its claims satisfied or discharged or till________________________(office/Department) BSNL certifies that the terms and conditions of the said Agreement have been fully or properlycarried out by the said contractor(s) and accordingly discharges this guarantee. Unless a demand or claim under this guarantee is made on us inwriting on or before the expiry of TWO/TWO AND HALF/THREE YEARS (as specified in P.O) from the date hereof, we shall be dischargedfrom all liabilities under this guarantee thereafter.

5. We (name of the bank)_________________________ further agree with the BSNL that the BSNL shall have the fullest liberty without ourconsent and without affecting in any manner our obligations hereunder to vary any of the terms and conditions of the said Agreement or to extendtime of performance by the said contractor(s) from time to time or to postpone for any time or from time to time any of the powers exercisable bythe BSNL against the said Contractor(s) and to forbear or enforce any of the terms and conditions relating to the said agreement and we shall notbe relieved from our liability by reason of any such variation, or extension being granted to the said Contractor(s) or for any forbearance, act oromission on the part of the BSNL or any indulgence by the BSNL to the said Contractor(s) or by any such matter or thing whatsoever which underthe law relating to sureties would, but for this provision, have effect of so relieving us.

6. This guarantee will not be discharged due to the change in the constitution of the Bank or the Contractor(s)/supplier(s).

7. We (name of the bank) ____________________ lastly undertake not to revoke this guarantee during its currency except with the previousconsent of the BSNL in writing.

Dated the ________________ day of _______for __________________________________

(indicate the name of bank)

Page 13: Name of Work: -Replacement of AFD panel for Block 11 with ...tender.bsnl.co.in/bsnltenders/bsnltender/download... · VII Floor, TNT Complex, Chennai-600008 TENDER DOCUMENT Name of

Name of Work:- Replacement of AFD panel for Block 11 with new Microprocessor based Fire alarm Panels for RGMTTC ,Meenambakkam, Chennai .[2ND RECALL]

Contractor Internet downloaded Copy EE(E)Page 13 of 34

BHARAT SANCHAR NIGAM LIMITED(A GOVT OF INDIA LIMITED)

Electrical WingElectrical Division: ED-II, CHENNAI. Sub Division: ESDN- V,CHN

Certified that this tender schedule Contains 34 pages only.

NIT No.: 03/EEE BSNL ED-II/CHI/2017-18DIVISION: ED-II, CHENNAI

Notice Inviting Tenders( As per Tendering Procedure in BSNL revised up to date)

Tenders in the prescribed form are hereby invited on behalf of the BSNL for the work of :- Name of Work:-Replacement of AFD panel for Block 11 with new Microprocessor based Fire alarm Panels for RGMTTC ,Meenambakkam, Chennai .[2ND RECALL]

Estimated cost : Rs 62030/-

01. (a) Printed forms of tenders consisting of the detailed plans, complete specifications, the schedule ofquantities of the various classes of works to be done and the set of conditions of contract to be complied with bythe persons whose tender may be accepted, can be purchased, at the Divisional / Sub divisional office betweenthe hours of 1100 hrs and 1600 hrs. every day except on Sundays and public Holidays on payment of Rs.158/-in cash.(b) The site for the work is available/ or the site for the works shall be made available in parts.(c) The tender forms can also be downloaded from the website.(d) Before tendering, the contractor shall inspect the site and fully acquaint himself about the conditionwith regard to accessibility of site and site nature and the extend of grounds, working condition, includingstocking of materials, installation of T&P etc., and conditions affecting accommodation and movement oflabour etc., required for the satisfactory execution of the contract. No claim whatsoever on such account shallbe entertained by the BSNL in any circumstances.

02. Tenders which should always be placed in sealed covers with the name of the work written on the envelope willbe received by the Executive Engineer/ Sub Divisional Engineer (Elect.) Division-II / Sub Division,CHENNAI. Upto 15.00 hours on 31.07.2017 and will be opened by him in his office on the same day at 15.30hours.

03. The time allowed for carrying out the work will be One month from the 10th day after the date of written orderto commence the work.

04. Issue of tender form will be stopped two days before the date 31.07.2017 fixed for opening of tenders. Tenderswill be sold on working days, no tenders will be sold after 1600 hours.

a) Earnest Money amounting to Rupees 1241-/-in the form of demand draft/ FDR/ BG/ CDR of anationalized/scheduled bank guaranteed by the Reserve Bank of India, drawn in favour of Accounts Officer(CASH)TN CIRCLE , BSNL , CHENNAI-. must accompany each tender and each tender should be in two sealed covers, onecover containing the EMD in proper form and other cover containing tender , super scribed as : “Name of Work:-Replacement of AFD panel for Block 11 with new Microprocessor based Fire alarm Panels for RGMTTC ,Meenambakkam, Chennai .[2ND RECALL]”And addressed to Executive Engineer (E)/ Sub Divisional Engineer(Electrical) BSNL, Electrical Division-II/ Sub Division, CHENNAI The Validity period of EMD is 120 days, fromthe date of opening of tender. In case of e-tendering ,each tender should be in two sealed coves, first containingcredentials for meeting the Eligibility conditions along with the cost of tenders and EMD in proper form, second covercontaining tender documents.

Page 14: Name of Work: -Replacement of AFD panel for Block 11 with ...tender.bsnl.co.in/bsnltenders/bsnltender/download... · VII Floor, TNT Complex, Chennai-600008 TENDER DOCUMENT Name of

Name of Work:- Replacement of AFD panel for Block 11 with new Microprocessor based Fire alarm Panels for RGMTTC ,Meenambakkam, Chennai .[2ND RECALL]

Contractor Internet downloaded Copy EE(E)Page 14 of 34

The credentials shall be self attested and certified by any BSNL Executive. If not certified by BSNLExecutive then original documents shall be produced at the time of tender opening. After verification of thecontents of this envelope then second envelope containing the bid document shall be opened.

b) The EMD of all the unsuccessful tenderers shall be released on issue of award letter to the successfultenderer. This shall be done within one week of award letter.

c) Exemption from payment of earnest money and security deposit by any other unit/ department shall not holdgood for BSNL.

05. a) The contractor should submit and confirm Chartered Accountant Certificate in respect of turnover and otherregistration certificate [Enlistment in BSNL, Electrical License, Sales Tax] with attested copies (self attestedand counter attested by any executive of BSNL/MTNL or Gazetted officer of GOI) as applicable along with theapplication on printed letter head for purchase of tender.

b)The contractor shall submit and confirm his permanent account number (PAN) issued by the Income TaxDepartment.c) The tenderer should submit the valid WCT/ Sales Tax/ VAT registration certificate

06. i) Performance Guarantee: The contractor is required to furnish performance guarantee for an amount equalto 5% of the contract value in the form of bank guarantee / CDR/FDR/DD (of a nationalized / Scheduled Bankin a standard format) within two weeks from the date of issue of award letter. This period can be furtherextended by the Engineer-in-charge upto a maximum period of 2 weeks on written request of Contractor. Thevalidity period of the performance security in the form of performance bank guarantee shall be one year fromthe date of actual completion of work.

ii) Security deposit:In addition to performance guarantee stated above, a sum @ 10% of the gross amount ofthe bill shall be deducted from each running bill of the contractor till the sum be deducted with the sum alreadydeposited as earnest money, will amount to security deposit of 5% of the Tendered value of the work.

07. The acceptance of a tender will rest with the Executive Engineer (Electrical) BSNL, Electrical Division-II,CHENNAI , who does not bind himself to accept the lowest tender or any other tender and reserves to himselfthe Authority to reject lowest or all the tenders received without assigning any reason. All tenders in which anyof the prescribed conditions are not fulfilled or incomplete in any respect are liable to be rejected. Tenders withany condition including that of conditional rebates shall be rejected forthwith summarily.

08. Canvassing in connection with tender is strictly prohibited and the tenders submitted by the contractors whoresort to canvassing will be liable for rejection.

09. The BSNL reserves itself the right of accepting the whole or any part of the tender and the tenderer shall bebound to perform the same at the rates quoted.

10. i) The tenderer should give a certificate that none of his/her relative is employed in BSNL units. In case ofproprietorship firm, certificate will be given by the proprietor and for partnership firm certificate will be givenby all the Directors of the company.ii) Near relatives of all BSNL employees either directly recruited or on deputation are prohibited fromparticipation in tenders and execution of works in the different units of BSNL. The near relatives for thispurpose are defined as:

a. Members of a Hindu Undivided family.b. They are husband and wife.

Page 15: Name of Work: -Replacement of AFD panel for Block 11 with ...tender.bsnl.co.in/bsnltenders/bsnltender/download... · VII Floor, TNT Complex, Chennai-600008 TENDER DOCUMENT Name of

Name of Work:- Replacement of AFD panel for Block 11 with new Microprocessor based Fire alarm Panels for RGMTTC ,Meenambakkam, Chennai .[2ND RECALL]

Contractor Internet downloaded Copy EE(E)Page 15 of 34

c. The one is related to the other in the manner as father, mother, son(s) & son's wife(daughter-in-law),Daughter(s) & daughter's husband(son-in-law), brother(s) & brother's wife, sister(s) & sister'shusband(brother -in-law).

iii) The company or firm or any other person is not permitted to tender for works in BSNL Unit in which hisnear relative(s) is(are) posted. The unit is defined as SSA/Circle/Chief Engineer/Chief Archt./Corporate officefor non executive employees and all SSA in a circle including circle office/Chief Eng./Chief Archt./Corporateoffice for executive employees (including those called as Gazetted officers at present). The tenderer should givea certificate that none of his/her such near relative is working in the units as defined above where he is going toapply for tender/work, for proprietorship , parternership firms and limited company certificate shall be given bythe authorized signatory of the firm. Any breach of these conditions by the company or firm or any otherperson, the tender/work will be cancelled and earnest money/performance guarantee will be forfeited at anystage whenever it is so noticed. BSNL will not pay any damages to the company or firm or the concernedperson. The company or firm or the person will also be debarred for further participation in the concerned unit.

The format of the certificate to be given is"I……………………………………………………………….Son of Sh …………………………………………………………………………….... Residentof………………………………………………………………………………. hereby certify that none of myrelative(s) as defined in the tender document is/are employed in BSNL unit as per details given in tender document.In case at any stage, it is found that the information given by me is false/incorrect, BSNL shall have the absoluteright to take any action as deemed fit/without any prior intimation to me".

(Seal of the firm) ( Signature of Contractor )

11. No employee in BSNL/ Govt. of India is allowed to work as a contractor for a period of two years of hisretirement from service without the prior permission. The contract is liable to be cancelled if either thecontractor or any of his employees is found at any time to be such a person who had not obtained the permissionas aforesaid before submission of tender and engagement in the contractors service.

12. The tender for the works shall not be witnessed by the contractor who himself/themselves has/ have tendered orwho may and has/have tender for the same work. Failure to observe this condition would render tenders of thecontractors tendering as witnessing the tender is/are liable for summarily rejection.

13. It will be obligatory on the part of the tenderer to sign each page of the Schedule of work and the tenderdocuments for all the component parts and after the work is awarded he will have to enter into a separateagreement for each component with the officer concerned.

14. Any tender not submitted in proper manner or if it contains too many corrections, over writings of absurd rates,and absurd amount will be liable to be rejected and the BSNL will be at liberty to take such action as it maydeem fit without any reference to the tenderer.

15. The tenders for the work shall remain open for acceptance for a period of 90 days from the date of opening ofthe tenders.

If any tenderer withdraws his tender before the said period or makes any modification in the terms andconditions of the tender which is not acceptable to the BSNL shall, without prejudice to any other right ofremedy be at liberty to forfeit 50% (fifty percent only) of the said earnest money absolutely.

20. Extension of validity: In case, where the letter of award of work cannot be placed within the validity period ofthe tender, the BSNL can request all tenderers to extend the validity of their respective tenders and the Earnest

Page 16: Name of Work: -Replacement of AFD panel for Block 11 with ...tender.bsnl.co.in/bsnltenders/bsnltender/download... · VII Floor, TNT Complex, Chennai-600008 TENDER DOCUMENT Name of

Name of Work:- Replacement of AFD panel for Block 11 with new Microprocessor based Fire alarm Panels for RGMTTC ,Meenambakkam, Chennai .[2ND RECALL]

Contractor Internet downloaded Copy EE(E)Page 16 of 34

Money deposit by a reasonable period. In such cases, extension of validity of Earnest Money deposit by 30 daysbeyond the extended validity date of tender should also be asked for. While BSNL can make the

request for extension, the tenderer is free to either extend the validity or refuse the request to extend the validity.

21. Unsealed tenders will be summarily rejected.

22. The contractor should read the tender documents carefully before submitting the tender.23. Agreement shall be drawn with the successful tenderer on prescribed form. Tenderer shall quote his rates as per

various terms and conditions of the said form, which will form part of the agreement.

24. The tenderer shall furnish a declaration to this effect (incase downloaded tender) that noaddition/deletion/correction have been made in the tender document submitted and is identical to the tenderdocument appearing on website. Every page of downloaded tender shall be signed by the tenderer with stamp(seal ) of his firm /organization.

25. A.This Notice Inviting Tender shall form part of the Contract document. The successful tenderer/contractor onacceptance of his tender by the Accepting authority, shall, within 15 days from the stipulated date of start of thework, sign the contract consisting of :-

a) The Notice Inviting Tender, all the documents including additional conditions, specifications anddrawings, if any forming the tender as issued at the time of invitation of tender and acceptance thereoftogether with any correspondence leading thereto.

b) Standard form.

25 B. The lowest tenderer will be decided on the basis of total of Net Cost to BSNL.

Signature of Executive Engineer/ Sub Divisional EngineerElectrical Division-II/ Sub Division, CHENNAI.

For and on behalf of

Bharat Sanchar Nigam Limited.

Contractor Executive Engineer / Sub Divisional Engineer

Page 17: Name of Work: -Replacement of AFD panel for Block 11 with ...tender.bsnl.co.in/bsnltenders/bsnltender/download... · VII Floor, TNT Complex, Chennai-600008 TENDER DOCUMENT Name of

Name of Work:- Replacement of AFD panel for Block 11 with new Microprocessor based Fire alarm Panels for RGMTTC ,Meenambakkam, Chennai .[2ND RECALL]

Contractor Internet downloaded Copy EE(E)Page 17 of 34

EW

BHARAT SANCHAR NIGAM LIMITED( A Government of India Enterprise )

CIRCLE - I TELECOM CIRCLE- Tamil Nadu DIVISION – II,CHENNAI-BRANCH : EW SUB DIVISION – ESDN V,CHN

(A) Tender for the work of “Name of Work:- Replacement of AFD panel for Block 11 with newMicroprocessor based Fire alarm Panels for RGMTTC , Meenambakkam, Chennai [2ND RECALL]”

(i) Issued to (contractor) _____-________________________________(ii) Tender Cost : 150+5% GST (iii) Receipt No. ____-_________(iv) Date of application _____-_______(v) Date of issue____-_________(vi) Signature of officer issuing the documents ___________-____________(vii) Designation___________________-_____________________________

(B) (i) To be submitted by (time) 15.00 hours on (date) _31.07.2017 to the Executive Engineer(Electrical) BSNL, Electrical Division-II, CHENNAI .[2ND RECALL]-

(ii) To be opened in presence of tenderers who may be present at 15.30 hours on _31.07.2017 in theoffice of the Executive Engineer (Electrical) BSNL, Electrical Division-II,CHENNAI .[2NDRECALL].

T E N D E R1. I/we have read and examined the notice inviting tender, schedule, specifications applicable, Drawings

& Designs, General Rules and Directions, Conditions of Contract, clauses of contract, specialconditions, Schedule of Rates and other documents and Rules referred to in the conditions of contractand all other contents in the tender document for the work.

2. I/We hereby tender for the execution of the work specified for BSNL within the time specified,schedule of quantities and in accordance in all respects with the specifications, designs, drawings andinstructions and other documents and Rules referred to in the conditions of contract and all othercontents in the tender document for the work.

3. I/We agree to keep the tender open for ninety (90) days from the due date of submission thereof andnot to make any modifications in its terms and conditions.

4. A sum of Rs.1241/-- is hereby forwarded in the form of Deposit at call receipt/FDR//Bank guaranteeof a Nationalised/Scheduled Bank as earnest money. If I/We, fail to commence the work specifiedI/We agree that the said BSNL shall without prejudice to any other right or remedy, be at liberty toforfeit the said earnest money absolutely and the same may at the option of the competent authority onbehalf of BSNL be recovered without prejudice to any other right or remedy available in law out of thedeposit in so far as the same may extend in terms of the said bond and in the event of deficiency out ofany other money due to me/us under this contract or otherwise.

5. Should this tender be accepted, I/We agree to execute all the works referred to in the tender documentsupon the terms and conditions contained or referred to therein and to carry out such deviations as maybe ordered upto maximum of percentage mentioned in clause 12.3 of the tender form and those in

Page 18: Name of Work: -Replacement of AFD panel for Block 11 with ...tender.bsnl.co.in/bsnltenders/bsnltender/download... · VII Floor, TNT Complex, Chennai-600008 TENDER DOCUMENT Name of

Name of Work:- Replacement of AFD panel for Block 11 with new Microprocessor based Fire alarm Panels for RGMTTC ,Meenambakkam, Chennai .[2ND RECALL]

Contractor Internet downloaded Copy EE(E)Page 18 of 34

excess of that limit at rates to be determined in accordance with provisions contained in clause 12.2.

6. I/we agree to furnish to BSNL Deposit at call receipt/FDR/ Bank guarantee of a Nationalized/Scheduled Bank for an amount equal to 5% of the contract value in a standard format within twoweeks from the date of issue of award letter. I/We agree to keep the performance bank guarantee validfor one year from the date of actual completion of work.

7. I/We hereby declare that I/We shall treat the tender documents drawings and other records connectedwith the work as secret/confidential documents and shall not communicate information/derived therefrom to any person other than to whom I/We am/are authorized to communicate the same or use theinformation in any manner prejudicial to the safety or interest of BSNL.

Signature of Witness(required in the case of contractor’sthumb impression is given by thecontractor in place of signature)

(Signature of contractor )

(Name & Postal address): Seal of Contractor:

Occupation of Witness: Date:

ACCEPTANCEThe above tender (as modified by you as provided in the letters mentioned hereunder) is accepted by me forand on behalf of BSNL for a sum of Rs. ______ (Rupees ______________________________________________________________________________________________________ )

The letters referred to below shall form part of this contract Agreementa)b)

Dated …………

For & on behalf of BSNL

Signature _____________

Designation

Page 19: Name of Work: -Replacement of AFD panel for Block 11 with ...tender.bsnl.co.in/bsnltenders/bsnltender/download... · VII Floor, TNT Complex, Chennai-600008 TENDER DOCUMENT Name of

Name of Work:- Replacement of AFD panel for Block 11 with new Microprocessor based Fire alarm Panels for RGMTTC ,Meenambakkam, Chennai .[2ND RECALL]

Contractor Internet downloaded Copy EE(E)Page 19 of 34

MODIFICATIONS TO NEW BSNL EW 6 & EW8(IN CASE OF SINGLE BID SYSTEM)

S. No. Reference Pg. No. New EW 6 To be read as1. Para 3(a) 2. Does Not Exist If a holiday is declared on the tender opening day,

the tender will be opened on the next working day.2. Para 6 (a) 2. In case of e-tendering

,each tender should be intwo sealed coves, firstcontaining credentials formeeting the Eligibilityconditions along with thecost of tenders and EMDin proper form, secondcover containing tenderdocuments. Thecredentials shall be selfattested and certified byany BSNL Executive. Ifnot certified by BSNLExecutive then originaldocuments shall beproduced at the time oftender opening.

Deleted.

3. Para 6 (a)(ii) 3. Does not Exist. E-TENDERINGThe tender documents consisting of plans,specifications, schedule of quantities of the variousclasses of work to be done and the set of terms andconditions of the contract to be complied with bythe contractor, whose tender may be accepted andall other relevant information / documents /drawings pertaining to the work can be downloadedfor quoting the tender from our websitewww.tamilnadu.bsnl.co.in.

Submission of tenders:- In case the tenderdocuments are downloaded from the internet, thebids shall be submitted as per two envelope systemas described below:The tenderer shall submit the tender in two nos.separate sealed envelopes marked as Envelope 1and Envelope II. The name of the work, name oftenderer, last date of receipt of tender should bementioned on each envelope. After verification ofthe contents of envelope I, then second envelopecontaining the bid document shall be opened. IfEnvelope-I is not annexed or the documentssubmitted in the Envelope-I are found incompleteor not in proper form against requirements as givenbelow herein, then the Envelope-II containing pricebid will not be opened at all and shall be returned tothe tenderer on the spot if the tenderer is present atthe time of tender opening.o The envelope-I shall contain the following:- Cost of bid documents (which shall notbe refunded, even if bidder is found ineligible forissue of tender documents) in form of a separatedemand draft of a scheduled Bank or NationalizedBank / State Bank guaranteed by Reserve Bank ofIndia drawn in favour of A.O., BSNL, ElectricalDivision-II, CHENNAI Earnest money as per para 6(a) of EW-6in the form of CDR/FDR/DD/BG of anationalized/scheduled bank guaranteed by theReserve Bank of India drawn in favour of A.O.,BSNL Electrical Division-II, CHENNAI (Proforma

Page 20: Name of Work: -Replacement of AFD panel for Block 11 with ...tender.bsnl.co.in/bsnltenders/bsnltender/download... · VII Floor, TNT Complex, Chennai-600008 TENDER DOCUMENT Name of

Name of Work:- Replacement of AFD panel for Block 11 with new Microprocessor based Fire alarm Panels for RGMTTC ,Meenambakkam, Chennai .[2ND RECALL]

Contractor Internet downloaded Copy EE(E)Page 20 of 34

as per Annexure-I for BG). Self Attested Copy of PAN card issuedby I/Tax Department. Self Attested copy of CharteredAccountant Certificate for turnover. Self Attested copy of GST/Service TaxRegistration Certificate. Self attested Documents for establishingeligibility. The testimonials regarding the list ofworks satisfactorily completed (at least for therequisite magnitude) should be obtained from anOfficer not below the rank of Executive Engineer inthe organization concerned. Self Attested copy of EPF RegistrationCertificate(if applicable)

o The envelope-II shall contain thefollowing:- Bid Document with the price break upfilled in numerals and in words and duly signed inall pages.

4. Para 7 3. (a) The contractor shouldsubmit and confirmChartered AccountantCertificate in respect ofturnoverand other registrationcertificate [Enlistment inBSNL, Electrical License,Sales Tax] with attestedcopies(self attested and counterattested by any executiveof BSNL/MTNL orGazetted officer of GOI)asapplicable along with theapplication on printedletter head for purchase oftender.b)The contractor shallsubmit and confirm hispermanent accountnumber (PAN) issued bythe Income TaxDepartment.c) The tenderer shouldsubmit the valid WCT/Sales Tax/ VATregistration certificate.

The tender documents consisting of plans,specifications, schedule of quantities of the variousclasses of work to be done and the set of terms andconditions of the contract to be complied with bythe contractor, whose tender may be accepted andall other information/documents/drawingspertaining to the work will be open for inspectionby tenderer and can be had from the Office ofExecutive Engineer (E), BSNL, Electrical Division-II, CHENNAI- between 11.00 hours & 16.00 hoursevery working day except on Sundays and PublicHolidays on payment of an amount as per para 2(a)of EW-6. The cost of tender documents depositedalong with application for tender issue shall not berefunded, even if bidder is found ineligible for issueof tender documents.

The firms shall submit application for issue oftender documents on its printed letter head,accompanied with Self Attested Copies of thefollowing documents in support of fulfilling theeligibility criterion:a)The testimonials regarding the list of workssatisfactorily completed (at least for the requisitemagnitude) obtained from an Officer not below therank of Executive Engineer in the organizationconcerned.b)Chartered Accountant Certificate for turnoverwith a copy of PAN card issued by Income TaxDepartment.c) GST/Service Tax Registration Certificated)EPF Registration Certificate (if applicable)

5. Para24(a)

5. Does not Exist i) If it is found at any stage of tender scrutiny after submission of tender thatthe bidder has made any correction/addition/alteration/omission in tenderdocuments vis-à-vis tender documents available on the website / originalDraft NIT in office, the bid shall be treated as non-responsive and shall besummarily rejected and the EMD deposited by the tenderer shall beforfeited in addition to any other action as per prevalent rules.

ii) The conditional tender or tenders with conditional rebate shall besummarily rejected.

Page 21: Name of Work: -Replacement of AFD panel for Block 11 with ...tender.bsnl.co.in/bsnltenders/bsnltender/download... · VII Floor, TNT Complex, Chennai-600008 TENDER DOCUMENT Name of

Name of Work:- Replacement of AFD panel for Block 11 with new Microprocessor based Fire alarm Panels for RGMTTC ,Meenambakkam, Chennai .[2ND RECALL]

Contractor Internet downloaded Copy EE(E)Page 21 of 34

iii) The tenderer shall submit the original computer printout of the tenderdocuments downloaded from the internet. Photocopy shall not beaccepted.

iv) The Tender documents shall not be sent through the Courier/Post. Tenderdocuments received through Courier/post shall not be opened/consideredat all.

v) All communication with the bidders shall be in writing. Fax / E-mail shallbe covered under this category and considered as adequate means ofcommunication.

6. Para25

5. This Notice Inviting Tendershall form part of the Contractdocument. The successfultenderer/contractor onacceptance of his tender by theAccepting authority, shall,within 15 days from thestipulated date of start of thework, sign the contractconsisting of :-a) The Notice Inviting Tender,all the documents includingadditional conditions,specifications and drawings, ifany forming the tender asissued at the time of invitationof tender and acceptancethereof together with anycorrespondence leadingthereto.b) Standard form.

The Notice Inviting Tender shall form part of the contract document, in accordancewith clause-1 of the contract. The contract shall be deemed to have come intoeffect on issue of communication of acceptance of tender. On such communicationof acceptance, the successful tenderer /contractor shall within 15 days from suchdate, formally sign the contract consisting of:-(a) The Notice Inviting Tender, all the documents including additional

conditions, specifications and drawings, if any, forming part of the tenderand as issued at the time of invitation of tenders and acceptance thereoftogether with any correspondence leading thereto.

(b) Standard E.W.-8 Form.

7. Para25(ii)

5. Does not exist EPF PROVISIONS:-The agency has to comply with the provisions of EPF and

miscellaneous provisions Act-1952 and employees provident fund scheme-1952as amended up to date in respect of labours/employees engaged by them forthis work. Any consequence arising due to non- complying of provisions asspecified above shall be the sole responsibility of the firm only. The agency shallgive an undertaking to this effect as per the prescribed proforma(UNDERTAKING REGARDING EPF PROVISIONS)

S.No

Reference Pg.No.

New EW 8 To be read as

1. Para 2 of“Tender”

6. I/We hereby tender for the execution of the workspecified for BSNL within the timespecified, schedule of quantities and inaccordance…

I/We hereby tender for the execution of the work specified forBSNL within the timespecified, as per the schedule of quantities and in accordance…

2. Para 2 of“GeneralRules andDirections”

8. …and the amount of performanceguarantee to be deposited by the successfultenderer(s).

…and the amount of performanceguarantee to be deposited by the successful tenderer(s), and theamount of Security Deposit to be deducted from the bills.

3. Para 14©of “GeneralRules andDirections”.

10. For the purpose of evaluation of financialBid,composite price inclusive of all taxesand levies will be considered .The unit wise cost /break up is necessary forthe purposes of information andverification of composite price so quoted by thecontractor/supplier.The contractor supplier shall submit toBSNL documents /proof of payment of altaxes /levies alongwith exemption certificate ifany ,to avail CENVAT benefits byBSNL

The evaluation and comparison of responsivebids shall be done on the basis of Net cost to BSNL on theprices offered inclusive of duties and taxes (but excludingCENVAT – able duties & taxes), sales tax, packing,forwarding, freight and insurance charges etc., as indicatedin the price schedule.

Vendors should furnish the correct E.D. /Customs tariff Head in the price schedule. If the creditfor the Duties and Taxes under CENVAT credit rules, 2004is found to be not admissible at any stage subsequentlyowing to wrong furnishing of Tariff Head, then the vendors

Page 22: Name of Work: -Replacement of AFD panel for Block 11 with ...tender.bsnl.co.in/bsnltenders/bsnltender/download... · VII Floor, TNT Complex, Chennai-600008 TENDER DOCUMENT Name of

Name of Work:- Replacement of AFD panel for Block 11 with new Microprocessor based Fire alarm Panels for RGMTTC ,Meenambakkam, Chennai .[2ND RECALL]

Contractor Internet downloaded Copy EE(E)Page 22 of 34

However the evaluation and comparison ofrespective bids shall be done on thebasis of net cost to BSNL on the prices of thegoods offered inclusive of duties andtaxes (but –excluding CENVAT-able duties andtaxes) sales ,tax,packing,forwarding,freight and insurance charges as per existingBSNL policies.

will be liable to refund such non-admissible amount, ifalready paid, along with penalty if charged by the concernedauthority.

In case the Duties & Taxes which are nonCENVAT – able as per the quotes indicated in the priceschedule by the vendors and subsequently at any stage it isfound that Credit for such Duties & Taxes is admissible asper CENVAT Credit Rules, 2004, then the vendors will beliable to refund the amount equivalent to such Duties &Taxes if already paid to them. However, BSNL may allowthe supplier to submit necessary documents in this regardwhich may enable BSNL to avail the CENVAT creditprovided such credit is still available for the amount so paidas per CENVAT Credit Rules 2004.

BSNL reserves the right to ask the bidders tosubmit documentary proof confirming the correct TariffHead from the E.D. / Customs authority where the TariffHead furnished against the particular tendered item bydifferent bidders differs from each other or the same is foundapparently not furnished in accordance with E.D. / CustomsTariff notifications.

If the supplier fails to furnish necessarysupporting documents i.e. Excise / Customs invoices etc. inrespect of the Duties / Taxes which are Cenvatable, theamount pertaining to such Duties / Taxes will be deductedfrom the payment due to the firm. Invoice shall clearly indicate break up detailsof composite price i.e. Basic, Freight / Packing Charges,GST etc.

4. Para 25 of“GeneralRules andDirections”.

12. Does not exist Agency has to observe all the labour rules & regulation in force.Agency shall be fully responsible for any violation observed atany time.

5. Para 26 of“GeneralRules andDirections”.

12 Does not exist Bye laws Indemnity against liabilities The contractor shall comply with all by laws and

regulations of the local and statutory authorities havingjurisdiction over the works and shall be responsible forpayment of all fees and other charges and giving andreceiving all necessary notices and keep the Engineer –in-charge informed about the notices issued andreceived.

The contractor shall indemnify the department againstall claims in respect of patent rights design, trademarkor name of other protected rights in respect of anyplant, machine, work or materials used for or inconnection with the works or temporary works andfrom and against all claims demands, proceedings,costs, charges and expenses whatsoever in respect of orin relation thereto. The contractor shall defend allactions arising from such claims and shall himself payall royalties, License fees, damages , costs and chargesof all and every sort that may be legally incurred inrespect hereof shall be borne by the contractor.

All liabilities / penal recoveries on matters arising out oftax/excise /levies such as incorrect deductionsdiscrepancies in the filing of returns, revisedassessments by the concerned authorities etc,. shall beborne by the contractor.

6. Para 27 of“General

12. Does not Exist Currency of contract:

Rates quoted by the contractor shall be firm and shall be

Page 23: Name of Work: -Replacement of AFD panel for Block 11 with ...tender.bsnl.co.in/bsnltenders/bsnltender/download... · VII Floor, TNT Complex, Chennai-600008 TENDER DOCUMENT Name of

Name of Work:- Replacement of AFD panel for Block 11 with new Microprocessor based Fire alarm Panels for RGMTTC ,Meenambakkam, Chennai .[2ND RECALL]

Contractor Internet downloaded Copy EE(E)Page 23 of 34

Rules andDirections”. valid for the currency of contract. No cost escalation shall be

permitted during the currency of contract.7. Para 8.1 of

“ConditionsofContract”.

15. For rate contracts of Electrical Installation, AirConditioning, Engine Alternator, SubStation and Fire Detection works,work/quantities of item of works can be splitamongstthe lowest of three agencies who agree to therates decided by BSNL in respect of 1stlowest in the following manner:-a) If the work stands distributed between thefirst three lowest tenderers, the proportion ofwork distributed shall be as below:-50% to the lowest tenderer and remainingquantities to other two tenderers in INVERSERATIO of their Evaluated price.b) In case it is decided to split the work amongstthe first two lowest firms, the proportion of workdistribution shall be as follows:i) 70% to the first lowest tenderer.ii) 30% to the second lowest tenderer.In case the tenderers other than lowest tendererdoes not agree to match the rates of L1then 100% works shall be awarded to the lowesttenderer.

For rate contracts of Electrical Installation, Air Conditioning,Engine Alternator, SubStation and Fire Detection works,work/quantities of item of works can be split amongst the lowestagencies who agree to the rates decided by BSNL in respect of 1st

lowest in the following manner:-In case lowest evaluated price (L1) is not accepted by otherbidders BSNL reserves the right to award the entire quantityunder this tender on the bidder(s) with lowest evaluated price.

Number of Biddersin whom the order isproposed to beplaced

Distribution of Quantity

2 (two) L1 shall be given 70%L2 shall be given 30%

3 (three) L1 shall be given 50%. Remainingquantities to other selected biddersin INVERSE RATIO of theirevaluated price.

4 (four) L1 shall be given 40%. Remainingquantities to other selected biddersin INVERSE RATIO of theirevaluated price.

5 (five) L1 shall be given 30%. Remainingquantities to other selected biddersin INVERSE RATIO of theirevaluated price.

8. Clause 7.3of “ClausesofContract”.

22. Payment to the contractors for Air Conditioning,Engine Alternator, Sub Station, Lifts, firedetection, fire fighting and other specialiseditems, during progress of work, will beregulated as below :-a) 80% of prorata of the approved price breakupof contract value on receipt ofequipment at site and after satisfactory physicalinspection.b) 10% of prorata of the approved price breakupof contract value after successfulinstallation of equipment.c) 5% of the approved contract value aftersuccessful completion of Initialacceptance testing.d) 5% of the approved contract value aftersuccessful completion of the finalacceptance testing.e) For the works where A/T is not applicable e.g.for substation, lift, fire fighting etc.5% of the approved contract value shall bereleased after clearance by Electricalinspector/ lift inspector/ Fire officerrespectively.

Deleted

Page 24: Name of Work: -Replacement of AFD panel for Block 11 with ...tender.bsnl.co.in/bsnltenders/bsnltender/download... · VII Floor, TNT Complex, Chennai-600008 TENDER DOCUMENT Name of

Name of Work:- Replacement of AFD panel for Block 11 with new Microprocessor based Fire alarm Panels for RGMTTC ,Meenambakkam, Chennai .[2ND RECALL]

Contractor Internet downloaded Copy EE(E)Page 24 of 34

Schedule of quantities

Name of Work:- Replacement of AFD panel for Block 11 with new Microprocessor based Fire alarm Panelsfor RGMTTC , Meenambakkam, Chennai .[2ND RECALL]

Sno Item Description Qty Rate unit Amount1 SITC of 12-Zone Microprocessor based fire

alarm panel with built in charger circuit withLCD display and suitable for 12volts, 7AHSMF Battery i/c 1 no 12volts,7AH SMFbattery, connections etc complete as reqd.(Location : Ground Floor) 1

Job job

2 SITC of 4-Zone Microprocessor based firealarm panel with built-in charger circuit withLCD display and suitable for 12volts, 7AHSMF Battery i/c 1 no 12volts,7AH SMFbattery, connections etc complete asreqd.(Location : Ist and 2nd floor)

2Jobs job

3 S/F of 1No, 16 SWG MS adopter box ofsize 600 x 150 x 100 mm includingnecessary Gland entry with powder coatingetc as reqd.

1Job job

Page 25: Name of Work: -Replacement of AFD panel for Block 11 with ...tender.bsnl.co.in/bsnltenders/bsnltender/download... · VII Floor, TNT Complex, Chennai-600008 TENDER DOCUMENT Name of

Name of Work:- Replacement of AFD panel for Block 11 with new Microprocessor based Fire alarm Panels for RGMTTC ,Meenambakkam, Chennai .[2ND RECALL]

Contractor Internet downloaded Copy EE(E)Page 25 of 34

4 Labour charges for dismantling of old faultyfire alarm panel -3 nos and Repeater panel -1no and rearrangement of existing FRLSbunch cable including termination etc asreqd.

1Job job

Note: Existing Detectors/Hooters/MCPs/etc shall betested by department for joint inspection of system.

Net Cost

SGST Rate % SGST Amount(B)

CGST Rate % CGST Amount(C)

IGST Rate % IGST Amount(D)

Grand Total = (A) +(B+C+D)

1. The agency should submit their GST number and indicate the service tax amount in each andevery bill in their invoice. The service tax should not be more than applicable rate .

2.The price shall be firm and fixed during the currency of the contract. No cost escalation ispermitted. Clause10CC is not applicable.

3.No advance payments can be made. The payment is governed by the normal departmentpractice and stipulations like levy of interest if payment is not made in a specified time is notacceptable.

CONTRACTOR EXECUTIVE ENGINEER (E)

Page 26: Name of Work: -Replacement of AFD panel for Block 11 with ...tender.bsnl.co.in/bsnltenders/bsnltender/download... · VII Floor, TNT Complex, Chennai-600008 TENDER DOCUMENT Name of

Name of Work:- Replacement of AFD panel for Block 11 with new Microprocessor based Fire alarm Panels for RGMTTC ,Meenambakkam, Chennai .[2ND RECALL]

Contractor Internet downloaded Copy EE(E)Page 26 of 34

SPECIFICATION FOR AUTOMATIC FIRE ALARM ANDDETECTION SYSTEM

Basic of Design:

The number of Detectors shall be provided as per the norms given below:

a) Inside Switch Room (Ceiling void, Room void and Floor void) -10 SQ.Mtr each

b) Air Conditioned technical area -20 Sq.Mtr each

c) Non-Air Conditioned technical area -25 Sq Mtr each

d) Non-technical area -40 Sq.Mtr each

e) Duct Detector shall be provided in each return air opening

It is proposed to install automatic smoke detector system on the rooms asmentioned above with both audio and visual indications at important point wheremaintenance staff is available for 24 hours. In general, the smoke detectors shall be placed in switchroom on the ceiling (below false ceiling).

In addition, detectors will also be placed in the AHU room. There will beinterlocking between the AHU and the Smoke Detecting System.

Automatic smoke detector system should send an alarm signal the moment the smokedensity rise in the area where it is installed. The alarm shall be visual as well as audible. As soon asthe detector detects the smoke, the control panel shall give as audio and visual alarm indicationsthat there is a fire in the particular zone. It should automatically stop the working of air handlingunit of that floor.

There may be false flooring at a height of approximately 610 mm from the floor level inswitch room. Below the false flooring there will be Telecommunication cables and conditioned air forthis area. There may be false ceiling provided at a height of 3 mtrs from the false floor level. Thefloor is air conditioned and temperature inside the switch room will be between 20 Deg to 26 Deg.Smoke Detectors shall be provided in switch room below false floor and above false ceiling.

There should be minimum one detector per 20 Sq. m area in each detecting circuit insuch away at least two ionization / optical type smoke detectors are provided in each of cabinetsas shown in the floor plan.

The control panel shall have the facility for cutting of supply to the AHU room byautomatic closing of dampers in case of fire, by means of solenoid valve.

Page 27: Name of Work: -Replacement of AFD panel for Block 11 with ...tender.bsnl.co.in/bsnltenders/bsnltender/download... · VII Floor, TNT Complex, Chennai-600008 TENDER DOCUMENT Name of

Name of Work:- Replacement of AFD panel for Block 11 with new Microprocessor based Fire alarm Panels for RGMTTC ,Meenambakkam, Chennai .[2ND RECALL]

Contractor Internet downloaded Copy EE(E)Page 27 of 34

Testing Procedure:-

Installation Testing:-

The detectors shall be subjected to smoke detector, aerosol tester or the standard firetest, as given in UL / FDC standards. Only those detectors which pass the test shall be installed.

Functional Test:-

a) Trigger a smoke detector from any one zone to ensure correct functioning of controlpanel.

b) Operate alarm silencing control to ensure correct functioning.c) Trigger another detector from another zone to ensure correct functioning in control

panel.d) Operate “Reset” control to ensure correct functioning.e) Check the audible and visible warnings for AC / DC power supplies. f)

Restore normal supply and check audible/visible Alarms.g) Restore quiescent conditions.

Final acceptance testing:-

Final acceptance testing will be done by the engineer-in-charge or any other departmentalinspection authority.

IONISATION TYPE SMOKE DETECTOR

1) It should respond to smoke due to smoldering and open fire.2) It should have response indicator for quick identification of the fire location. Protection

against reverse polarity and voltage surges and provisions for connecting remoteresponse indicator shall also be available.

3) The Detector shall not contain any moving part.4) It shall consist of two ionization chambers containing Americium 241 or equivalent

with circuit connection contacts to base so as to clean detector housing.5) The Detector shall be capable to work with photo electric / electronic detector with

inter-changeable base.6) The Detector shall be grouped in zones and connected to the control unit by twin

wires.7) The Detector shall be vibration and shock proof.8) The Detector used shall be ensured by the tenderer for reliability and fire

performance as per site environments.

9) The Detector electronic circuit shall maintain the alarm signal until the system is reset atthe control unit.

10) The Detector shall be operated at 24 V (max) and shall not be more than 1microcurie.

11) The Detector shall be 100% solid state.12) The Detector shall have dual chamber dual source and shall ensure stability during

variation in temperature, humidity and air velocity.

Page 28: Name of Work: -Replacement of AFD panel for Block 11 with ...tender.bsnl.co.in/bsnltenders/bsnltender/download... · VII Floor, TNT Complex, Chennai-600008 TENDER DOCUMENT Name of

Name of Work:- Replacement of AFD panel for Block 11 with new Microprocessor based Fire alarm Panels for RGMTTC ,Meenambakkam, Chennai .[2ND RECALL]

Contractor Internet downloaded Copy EE(E)Page 28 of 34

13) The make of the base assembly of the detectors shall be the same of that of the head assemblyof the detectors.

14) The Detector shall be of the rotary plug in type facilitating easy removal and mounting withhand.

15) It shall be listed in the DOT / BSNL approved makes list.16) The coverage area of each detector shall be capable to cover approx 80 Sq. m.

PHOTO ELECTRIC / ELECTRONIC TYPE DETECTOR1) It shall be based on light scattering principle.2) It shall comprise a solid state LED & High speed light sensing photodiode (PD) with a

sensing chamber etc.3) Upon triggering alarm, the detector circuit should latch and the external LED shall

glow continuously.4) The Detector shall be sensitive to detect the fire in the smoldering stages also.5) The Detector shall be compatible to work with Ionisation type detector and shall have

interchangeable bases.6) The Detector shall be grouped in zones and connected to the control unit by twin wires.7) The Detector shall be vibration and shock proof.8) The Detectors used shall be ensured by the tenderer for reliability, stability and fine

performance as per environments.9) The Detector shall be of non polarized type. 10)The Detector shall have no moving part. 11) TheDetector shall be 100% solid state.12) The Detector shall be operated at 24 V (max) and shall be low voltage type.13) The Detector shall be rotary plug-in type facilitating easy removal and mounting with hand.14) It shall be listed in the DOT / BSNL approved makes list.15) The coverage area of each detector shall be capable to cover approx 80 Sq. m.16) It shall have response indicator for quick identification of the fire location. Protection

against reverse polarity and voltage surges and provision for connecting remoteresponse indicator shall also be available.

17) The make of the base assembly of the detectors shall be the same of that of the headassembly.

HOOTER / SOUNDER1) The hooter shall be totally solid state electronic type. 2)The hooter shall have 4 Watts output.3) The audible range of hooter shall be 80 db above any loud noise likely to persist more than 30

seconds and having frequency range of 500 Hz to 1000 Hz.4) The operating voltage shall be 24Volts DC.5) The hooter shall be mounted inside a metallic cover and shall be wall mounting type. 6)The hooter shall be suitable for dual tone audible alarm.7) The hooter control shall be actuated by the control panel.

8) The hooter shall be of dual tone. The intermittent tone with one second ‘ON’ and one second‘OFF’ is for alert and the continuous tone is for evacuating signals.

Page 29: Name of Work: -Replacement of AFD panel for Block 11 with ...tender.bsnl.co.in/bsnltenders/bsnltender/download... · VII Floor, TNT Complex, Chennai-600008 TENDER DOCUMENT Name of

Name of Work:- Replacement of AFD panel for Block 11 with new Microprocessor based Fire alarm Panels for RGMTTC ,Meenambakkam, Chennai .[2ND RECALL]

Contractor Internet downloaded Copy EE(E)Page 29 of 34

MANUAL PUSH BUTTON STATION1) The manual push button station shall be aluminum die cost box mounted on an

aluminum plate and shall be painted with epoxy resin paint having fire red finish.2) The push button shall have one pair open and one pair closed contacts.3) The box shall be covered with aluminum front cover hinged type & scaled by means

of breakable glass and gasket to make it completely dust and vermin proof.4) The glass shall be provided mechanical protection without affecting basic purposes. 5) The

push button shall be in depressed condition so long as the glass front cover is in tact. Theglass front cover shall read “In case of fire break the glass”. On breaking the glass

cover, in case of fire, the push button shall be released byspring action so that it gives fire indication on control panel.

6) Within 100 feet from any point of the building there should be at least one manual callpoint.

MICROPROCESSOR BASED CONTROL PANEL

INTRODUCTION

The purpose of introducing Microprocessor based Control Panel in FireDetection System is to makethe panel more compact by reducing the number of components, minimizing false alarms and the quantityof cable required, better reliability and making it more user friendly. However this panel is intended foruse mainly in small buildings with a maximum of 8 zones. Hence the concept of Public AddressSystem and local control panel has been discarded. However the essential features of Local ControlPanel have been included in the Microprocessor based panel.

GUIDELINES FOR DESIGN:-

1. (i) The transistors used in the circuits shall be derated by as much as 50% and shalloperate at only 25% of their wattage to safeguard against thermal run-away.

(ii) No resistance shall be working at more than 1/3rd of its rated wattage and shall give goodstability and resistance to moisture, vibration, temperature and dust.

2. The Standby power supply should be capable of maintaining the system in normal operation for aperiod less than 48 hours after the failure of normal mains supply after which sufficient capacitywould remain to provide full load operation for at least 1 hour. The full load would bedefined as that caused by the operation of all the alarm sounders operatingsimultaneously, operation of a detector in at least 25 percent of zones (with a minimum of two zones)and the operation of the fault indicator. The operation of the fault indicator. The operation oftrigger devices in further zones should not result in cancellation of fire alarms existing at that time.

3. The Power supply unit shall have solid state battery charger circuit for charging of sealedmaintenance free batter whenever the battery is discharged below the predetermined level.

The rate of battery charging should be such that, having discharged to its final voltage,

The battery can comply with the recommendations of Para 2 above after a charging period of 24hours. The charger shall sufficiently charge the battery in 8 hours so as to supplythe maximum system load at an adequate voltage of at least 2 hours.

Page 30: Name of Work: -Replacement of AFD panel for Block 11 with ...tender.bsnl.co.in/bsnltenders/bsnltender/download... · VII Floor, TNT Complex, Chennai-600008 TENDER DOCUMENT Name of

Name of Work:- Replacement of AFD panel for Block 11 with new Microprocessor based Fire alarm Panels for RGMTTC ,Meenambakkam, Chennai .[2ND RECALL]

Contractor Internet downloaded Copy EE(E)Page 30 of 34

4. The printed circuit board and all the components in the panel shall be suitablyprotected against atmospheric corrosion.

5. Circuit and design of the panel shall be such that the operation (or) failure of oneindicator does not prevent the proper and independent operation of other indications.

Additional design features (Optional)(i) All the devices in a zone via detectors, sounders, manual call points shall be

operated on the same two wires of the zone.(ii) Where the panel is used with conventional systems, the Microprocessor based control panel

must be compatible with the conventional main control panel as well as local control paneland detectors of approved makes.

GENERAL:-1) The Panel shall be fabricated from minimum of 18gauge CRCA sheet, completely dust

and vermin proof with neoprene gasket, wall mounting and front openable type withhinged door.

2) The Panel shall have glass door enclosure with lock and key arrangement.3) Suitable knockouts shall be provided for terminations of conduits and cable glands.4) The Panel shall be powder coated with Red/ Siemens Gray finish (Paint code: RAL 7032) asapproved by engineer in charge.5) The components and their wiring shall be arranged so as to be conveniently

attended to from the front of the panels.6) All indicating lamps shall be LED type and of the following colours: a) The

zone indicator indicating FIRE should consist of two LEDs. b) FIREwarning indicator should be clearly labeled and colored red.c) FAULT warning indicator should be clearly labeled and coloured amber with

provision for identifying open/short separately.d) The feather touch switches and indicating lamps shall be located in the front fascia

or the panel and shall be unambiguously labeled.e) The primary alarm circuit shall be solid state.

f) The PCB’s shall be easily, removable. The connections to the PCB’s shall bethrough interface cord of plug-in-type.

g) An audible signal along with its silencing switch shall be provided on thecontrol panel.

h) The earthing terminal shall be provided on the frame of control panel. i)The Panel shall have ventilating louvers with wire mesh.

j) Laminated wiring diagram shall be pasted at a suitable place inside the panel. k) Thedisplay for the panel shall be either keypad type or touch screen type.

FEATURES:-

1) The control panel shall continuously monitor OPEN, SHORT leads in each zone Firedetectors / Manual call point with audio alarm distinct for FIRE and FAULT and shallvisually indicate FIRE / FAULT in corresponding zone.

Page 31: Name of Work: -Replacement of AFD panel for Block 11 with ...tender.bsnl.co.in/bsnltenders/bsnltender/download... · VII Floor, TNT Complex, Chennai-600008 TENDER DOCUMENT Name of

Name of Work:- Replacement of AFD panel for Block 11 with new Microprocessor based Fire alarm Panels for RGMTTC ,Meenambakkam, Chennai .[2ND RECALL]

Contractor Internet downloaded Copy EE(E)Page 31 of 34

2) For multistoried building separate panels may be installed on each floor with individual powersupply and batteries to reduce the interdependence of one panel over the other panel.However a repeater panel may be provided at the ground floor with sounder to indicatethe FIRE / FAULT condition at various floors.

3) The panel shall be available in 2, 4 and 8 zone versions.4) The manual controls for switching OFF / ON, MAINS / STANDBY power provided shall not

be accessible to outsiders.5) The panel shall have the following visual indications for (a)

System ON – Green(b) Stand by ON – Green (c)Charger ON – Green(d) Isolation of a zone for testing purpose.

6. Audio-visual indication shall be provided for the following (i)The operation of Fire detector in anyzone.(ii) Short circuit or disconnection of leads in any zone (iii) Failure or disconnection of normalpower supply. (iv) Failure or disconnection of standby power supply.(v) Failure or disconnection of battery charging equipment. (vi) Battery voltage low. (vii)Common indication for Earth fault in the panel / zone.

7. The panel shall have the following supervisory facilities:-

(i) Switch for acknowledgement.(ii) Switch for manual reset of panel after normal of Fire condition.

8. Means shall be provided in the panel to prevent battery from discharging through thecharging equipment to have event of its breakdown or mains.(i) Facilities shall be provided to test the zones manually by simulating Fire and Fault

condition on test move the panel shall automatically reset after a predetermined time,

once the fault (or) fire is cleared. The testing authority shall be able to testcontinuously all the zones without the necessity of resume the panel every time.

(ii) Each zone system capable of isolation for maintenance (or) test purpose leaving therenaming zones in healthy condition so that fire and fault detection in other zones

is not affected.(iii) Facility for testing all the LEDs shall also be available.

9. Fuses shall be provided for AC, DC and charger circuit as close to the source ofsupply in an easily accessible place.

10. The user shall be able to acknowledge the Fire/Fault audio visual alarm and reset thepanel directly without the use of any password or key.

11. Only on test condition, Fire and Fault shall reset automatically. On actual conditions alsoFault shall reset after clearance automatically. The FIRE alarm should not be silencedautomatically. The operation of the silencing switch should automatically result in anaudible/visual signal being given in the panel until the FIRE alarm is reset.

Page 32: Name of Work: -Replacement of AFD panel for Block 11 with ...tender.bsnl.co.in/bsnltenders/bsnltender/download... · VII Floor, TNT Complex, Chennai-600008 TENDER DOCUMENT Name of

Name of Work:- Replacement of AFD panel for Block 11 with new Microprocessor based Fire alarm Panels for RGMTTC ,Meenambakkam, Chennai .[2ND RECALL]

Contractor Internet downloaded Copy EE(E)Page 32 of 34

12. Silencing the sounder shall not prevent fire alarm being activated in any other zonesimultaneously.

13. Any fault signal including fault testing which the panel might be experiencing shall notprevent the fire alarm being given if any detector activates at the same time in other zones.

When Fire is detected, the corresponding zone LEDs shall flash when the alarm is firstsignaled and will glow steadily after the silence button is pressed.

14. Three ‘NO’ and ‘NC’ contacts shall be provided for panels monitoring.

15. When a Fire is detected, all alarms in all zones will give continuous dual tone forEvacuate condition.

16. It shall be possible to program on the panel for isolating the power supply to zones formaintenance purpose.

SUPPLY:-1) The entire system shall be suitable to operate on 230 ± 10% 50 HZ single phase AC supply

with 12 / 24 V DC sealed maintenance free battery as secondary source.

2) The power supply and shall consist of solid state power rectifier of adequate capacity so asto provide 12/24 V stabilized DC power as output while reducing 230 V ± 10%,50 Hz single phase AC supply.

3) Battery Voltage shall be activated at 10.5 V for 12 V battery and 21 V for 24 V battery.

4) The unit shall have automatic change over facility from Mains to battery and vice versa.

5) The Battery shall be housed inside the control panel itself.

6) Battery charging voltage shall not be greater than 13.6 V for 12 V battery and 27.2 V for 24V battery.

7) The Battery shall be isolated from MS sheet enclosure by means of rubber pad. 8)Testing of battery is not required at site.

NOTE:

1. Since the work is to be taken up in the working exchange and with the working system, due careshall be taken to reduce down time of the panels and that the detection system is not kept off forlong time.

2. After completion of work, the firm has to handover the installation to the AMC agency and tillhandover the agency is responsible for probable faults if, any in the panel

3. The supplied items shall be guaranteed for one year from the date of completion.

Page 33: Name of Work: -Replacement of AFD panel for Block 11 with ...tender.bsnl.co.in/bsnltenders/bsnltender/download... · VII Floor, TNT Complex, Chennai-600008 TENDER DOCUMENT Name of

Name of Work:- Replacement of AFD panel for Block 11 with new Microprocessor based Fire alarm Panels for RGMTTC ,Meenambakkam, Chennai .[2ND RECALL]

Contractor Internet downloaded Copy EE(E)Page 33 of 34

LIST OF APPROVED MAKES- BSNL ELECTRICAL WING

S.No.

Item Makes

1 Engine Ashok Leyland /Cummins/ Cater pillar /KOEL/ Volvo Penta / Mahindra &Mahindra (up to 40 KVA) /Escorts (up to30 KVA)/ Eicher (up to 20 KVA)

2 Alternator(Brushless) Crompton Greaves (AL. series) / KEC /Leroy Somer / Stamford/Jyoti Ltd

3 Battery (Lead Acid /Mntc. Free)

Amara Raja / AMCO / Farukawa / Hitachi/ Exide/ Prestolite / Standard

4 HV Switchgear(Vacuum Circuit Breaker/SF6 )

Biecco Lawrie / Crompton / Kirloskar /MEI / Jyoti Ltd

5 Transformer (Oil filled/ Dry type)

ABB / Schneider Electric /Andrew Yule /Bharat Bijlee / Crompton / EMCO /Kirloskar/Siemensa) Above 400 KVA

b) Up to 400 KVA In addition to above makes,Uttam/Automatic Electric Gear(AEG)/ Patson/ RajasthanTransformer and Switchgear

6 Air Circuit Breaker L&T/ Schneider Electric / Siemens

7 MCCB(Ics=Icu) L&T/ Schneider Electric / Siemens

8 SDF units L&T/ Schneider Electric / Siemens/HPL/Havells

9 Power Contactors L&T/ Schneider Electric / Siemens/Lakshmi(LECS)

10 Change Over Switch HPL / Havells / H-H Elcon

11 Intelligent APFC Relay L&T/EPCOS(Siemens)/ Schneider Electric/ Neptune Ducati/Syntron/ABB

12 Bus Bar Trunking/Sandwiched Bus Duct

Moeller/L&T/SchneiderElectric/ABB/Legrand/Zeta

13 Power Capacitors(MPP/APP)

L&T/EPCOS(Siemens)/ABB/Crompton/Schneider Electric/Neptune Ducati

14 Digital/ KWHr meter Schneider Electric/ AE/ Digitron / IMP/Meco / Rishabh / Universal/HPL/ L&T/ ABB

15 Cold shrink HT/LT Cable Joint Denson / 3M(M-Seal )/ Raychem16 Rubber Matting ISI mark17 MCB/ lsolator

/ELCB/RCCB/Distribution Board

Crompton / Havells / lndokopp / MDSLegrand/ L&T / Schneider Electric/Siemens / Standard/ C&S/ABB/HPL

18 MS/ PVC Conduit ISI mark19 Cable Tray MEM/Bharti/Ratan/Slotco/Profab

20 HT/LT Cables ISI mark21 PVC insulated copper conductor wire ISI mark22 Centrifugal Pump Amrut / BE / Beacon / Batliboi /

Crompton / Jyoti / Kirloskar / KSB /

Page 34: Name of Work: -Replacement of AFD panel for Block 11 with ...tender.bsnl.co.in/bsnltenders/bsnltender/download... · VII Floor, TNT Complex, Chennai-600008 TENDER DOCUMENT Name of

Name of Work:- Replacement of AFD panel for Block 11 with new Microprocessor based Fire alarm Panels for RGMTTC ,Meenambakkam, Chennai .[2ND RECALL]

Contractor Internet downloaded Copy EE(E)Page 34 of 34

Mather & platt / WASP/Grundfos23 Submersible Pump Crompton/Amrut / BE / Calama /

Kirloskar / KSB24 Motors ABB/ Bharat Bijlee / Crompton Greaves /

Schneider Electric / HBB/KEC/Siemens /Jyoti Ltd25 Fresh Air Fans GE / Khaitan/Almonard/Crompton26 Starter ABB / BCH / Schneider Electric / L&T /Siemens /27 Single Phase Preventer L&T / Minilec / Siemens / Zerotrip

28 GI/MS Pipe ATC / ATL / BST / GSI / ITC / ITS / IIA /JST / Jindal/TTA / Tata/Zenith

29 Foot Valve ISI mark30 Gate Valve Advance/Audco/Johnson Controls/ Zoloto/Annapurna /

Fountain /Kirloskar / Leader / Sant / Trishul31 Compressors Carrier/Emerson 34opeland/York/Danfoss(for chillers

only)32 Resin Bonded Glasswool Fibre Glass / Pilkingston / UP Twiga33 Expanded Polystyrene BASF(India) Ltd.34 Gauge Feibig / H.Guru / Pricol35 Controls FLICA / Honeywell / Indfoss / Penn-Danfoss / Ranco /

Ranutrol / Sporland36 Fine Filters Anfiltra Effluent / ARW / Athlete/ Airtake/ Dyna /

Kirsloskar/ Puromatic/Purafill/ Purolator / Tenacity37 GI Sheet HSU Jindal / National / Nippon Denro /Sail / Tata38 Heat Detector Appollo / Chemtron/ Edward / Fenwal/Hochiki / Nitton

/System Sensor/Wormald/Honeywell Essar/Notifier39 Ionization Detector Appollo Appollo / Cerebrus / Edward/ /Fenwal /Hochiki / Nitton /

System Sensor /Wormald40 Photo Electric Smoke

DetectorAppollo / Cerebrus / Edward / Fenwal/Hochiki / Nitton / Wormald

41 Fire Panel(Microprocessorbased)

Agni Instruments / Agni Devices/ ArunaAgencies/ CarmelSensor / Ravel Elect./Honeywell Essar/Notifier/NavinSystems

42 Sprinkler/ Hose Reel &Hose Pipe

ISI mark

43 Fire Extinguisher ISI mark44 Lift OTIS, Kone, Mitsubishi , Schindler, Johnson