final tender schedule for website on...

39
Page 1 of 39 Earnest Money Deposited vide Cash or Banker’s Cheque/Demand Draft No ............……. Dtd ……………….for Amounting ……………….. Issued by Bank…………………………………………………. BHOPAL DIVISION SIGNAL & TELECOM (Constn.) BRANCH TENDER No. BPL/N/C/Tender/Itarsi- Balance work/15-16/7 Date: 01.02.2016 NAME OF WORK: Supply, Installation, Testing & Commissioning of Automatic Fire Detection and Suppression System for Relay Room, Equipment Room, Panel Room for Signalling installation at Itarsi RRI on West Central Railway. Approx. Cost : Rs. 43,27,672.00 Completion Period : 03 Months from date of issue of LOA including Monsoon Period. Validity of offer : 04 (Four) Calendar months from the date of Opening Earnest Money : Rs. 86,600.00 (to be accepted only in “Cash or Banker’s Cheque/Demand Draft in favour of FA & CAO/W. C. Rly. Executed by SBI or any of the nationalized bank of India or by a scheduled bank”). Cost of Tender form : Non-refundable Rs.3,000.00 in person or Rs.3,500.00 for postal delivery TENDER CLOSING DATE & TIME: 15/03/2016 AT 15:00 Hrs. TENDER OPENING DATE & TIME: 15/03/2016 AT 15:30 Hrs.

Upload: lydiep

Post on 09-Mar-2018

217 views

Category:

Documents


2 download

TRANSCRIPT

Page 1: Final tender schedule for website on 01.02wcr.indianrailways.gov.in/wcr/notice/1454393807096_Final...Detection and Suppression System for Relay Room, Equipment Room, Panel Room for

Page 1 of 39

Earnest Money Deposited vide Cash or Banker’s Cheque/Demand Draft No ............……. Dtd ……………….for Amounting ……………….. Issued by Bank………………………………………………….

BHOPAL DIVISION

SIGNAL & TELECOM (Constn.) BRANCH

TENDER No. BPL/N/C/Tender/Itarsi- Balance work/15-16/7 Date: 01.02.2016

NAME OF WORK: Supply, Installation, Testing & Commissioning of Automatic Fire Detection and Suppression System for Relay Room, Equipment Room, Panel Room for Signalling installation at Itarsi RRI on West Central Railway.

Approx. Cost : Rs. 43,27,672.00

Completion Period : 03 Months from date of issue of

LOA including Monsoon Period.

Validity of offer : 04 (Four) Calendar months from the date

of Opening

Earnest Money : Rs. 86,600.00 (to be accepted only in “Cash or Banker’s Cheque/Demand Draft in favour of FA & CAO/W. C. Rly. Executed by SBI or any of the nationalized bank of India or by a scheduled bank”). Cost of Tender form : Non-refundable Rs.3,000.00 in

person or Rs.3,500.00 for postal delivery

TENDER CLOSING DATE & TIME: 15/03/2016 AT 15:00 Hrs.

TENDER OPENING DATE & TIME: 15/03/2016 AT 15:30 Hrs.

Page 2: Final tender schedule for website on 01.02wcr.indianrailways.gov.in/wcr/notice/1454393807096_Final...Detection and Suppression System for Relay Room, Equipment Room, Panel Room for

Page 2 of 39

INDEX

TENDER No. BPL/N/C/Tender/Itarsi- Balance work/15-16/7 Date: 01.02.2016 S.N. DESCRIPTION Page From To

1 IMPORTANT INSTRUCTIONS 3 -

2 TENDER NOTICE 4 5

3 TENDER FORM 6 -

4 SPECIAL CONDITION OF CONTRACT 7 22

5 APPENDIX TO SPECIAL CONDITIONS OF TENDER 23 -

6 ANNEXURES – G 24

7 TENDER SCHEDULE WITH RATES 25 26

8 TECHNICAL SPECIFICATION for Automatic Fire Detection and Suppression System

27 36

9 Specifications for Itarsi RRI AFDSS 37 38

10 Drawing No.52284140 39 -

******

Page 3: Final tender schedule for website on 01.02wcr.indianrailways.gov.in/wcr/notice/1454393807096_Final...Detection and Suppression System for Relay Room, Equipment Room, Panel Room for

Page 3 of 39

IMPORTANT INSTRUCTIONS TO TENDERERS

1) All the required certificates under clause 2 of Special Conditions, to establish that the firm is meeting with eligibility criteria, must be enclosed with original offer itself.

2) The offer will be evaluated based on certificates enclosed with the original offer only. The

Railways will not enter into any correspondence with the contractor to get these certificates subsequently and the offer shall be evaluated based on the documents submitted along with the offer.

*****

Page 4: Final tender schedule for website on 01.02wcr.indianrailways.gov.in/wcr/notice/1454393807096_Final...Detection and Suppression System for Relay Room, Equipment Room, Panel Room for

Page 4 of 39

NOTICE INVITING TENDER 1 Tender No. BPL/N/C/Tender/Itarsi- Balance work/15-16/7, Date:

01.02.2016 2 Name and address of office

inviting tender Deputy Chief Signal & Telecom Engineer (Constn.),West Central Railway, Construction Complex, 2nd Entry, Habibganj Railway Station, Habibganj, Bhopal-462024

3 Name of work Supply, Installation, Testing & Commissioning of Automatic Fire Detection and Suppression System for Relay Room, Equipment Room, Panel Room for Signalling installation at Itarsi RRI on West Central Railway.

4 Approximate cost of work Rs.43,27,672.00 5 Prescribed non-refundable Fee of

Tender Form Rs.3,000/- in person OR Rs.3,500/-, if required by post. However, Railway shall not be responsible for any loss or delay in dispatch of Blank tender booklets or receipt of completed tender documents during the transit in post.

6 Earnest Money Rs. 86,600.00 (to be accepted only in “Cash or Banker’s Cheque/Demand Draft in favour of FA & CAO/W. C. Rly. Executed by SBI or any of the nationalized bank of India or by a scheduled bank”).

7 Validity of EMD 03 Months from the date of opening.

8 Completion Period 03 Months from date of issue of Letter of acceptance (LOA) (inclusive of all season)

9 Last date & time of submission of tender

15.03.2016 at 15:00 hrs If the date as mentioned above happens to be a holiday, then the tenders will be submitted and opened at the same time and place on next working day.

10 Date & time of opening of tender 15.03.2016 at 15:30 hrs. If the date as mentioned above happens to be a holiday, then the tenders will be submitted and opened at the same time and place on next working day.

11 Validity of Offer 04 months (120 Days) from date of opening.

12 Sale of tender form From date 08.02.2016 during office hour on all

(in person) Working days and upto 12:00 hrs of date of opening. 13 Website address http://www.wcr.indianrailways.gov.in 14 Tender Form (i) Tender forms containing Special Conditions of Contract,

Schedule of work, drawings, etc. can be obtained from the office of the Deputy Chief Signal & Telecom Engineer (Constn.), West Central Railway, Construction Complex, 2nd Entry, Habibganj Railway Station, Habibganj, Bhopal-462024 on payment of prescribed fee of tender form. (ii) Tender forms containing special conditions of contract, schedule of work, Drawings etc. can also be down loaded from the website address mentioned above. However, the participating tenderer will have to attach a Demand Draft of prescribed fee of tender form payable to DY.FA & CAO/ Constn/West Central Railway, Bhopal or money receipt from Divisional Cashier, W.C.Rly, Bhopal as the cost of tender form along with the tender documents down loaded from the website otherwise tender will be treated as invalid and will be rejected. The tenderer who down loaded the tender documents from website, will also be responsible for checking any corrigendum/addendum, if any, issued by Railway, on its website from time to time and submit the same along with tender accordingly.

Page 5: Final tender schedule for website on 01.02wcr.indianrailways.gov.in/wcr/notice/1454393807096_Final...Detection and Suppression System for Relay Room, Equipment Room, Panel Room for

Page 5 of 39

15 Minimum Eligibility Criteria “Not Applicable”

16 Other Eligibility/Qualifying conditions

“NIL”

17 Joint Venture As cost of work is less than Rs.10 Cores, Joint Venture is not applicable in this tender. (Authority: Railway board letter no.________)

18 Supporting Documents All the documents in support of the Minimum Eligibility Criteria including Letter of Acceptance/Work Order, Documents showing the similar nature and total value of work, work completion report, audited balance sheet, attested certificate from Government employer, copy of I.T return, and any other documents in support of meeting technical and financial eligibility criteria, should be submitted along with the bid. Railway reserves the right to make or not to make any further reference to the tenderer regarding the fulfilment of the Minimum Eligibility Criteria and to award the tender only on the basis of the documents submitted by the tenderer along with the bid. The tenderer will not have any claim on this account.

(P.K.Paliwal) DSTE(C)/BPL For DY.CSTE/C/BPL

For and on behalf of President of India

Page 6: Final tender schedule for website on 01.02wcr.indianrailways.gov.in/wcr/notice/1454393807096_Final...Detection and Suppression System for Relay Room, Equipment Room, Panel Room for

Page 6 of 39

TENDER FORM The President of Union of India. Acting through the Deputy Chief Signal & Telecom Engineer (Constn.), West Central Railway, Bhopal 1.0 I / We……………………………………………………………………………………….. Have read the various conditions in tender attached here to and hereby agree to abide by the said conditions. I/ We also agree to keep this tender open for acceptance for a period of 120 days from the date fixed for opening the same and in defaults of there will be liable for forfeiture of my/our earnest money I / We offer to do the work for Deputy Chief Signal & Telecom Engineer (Constn.), West Central Railway, Habibganj, Bhopal at the rate quoted in the attached schedule and hereby bind myself / ourselves to complete the work in all respect within months from the date of issue of letter of acceptance of the tender. 2.0 I / We also hereby agree to abide by the general condition of the contract 1998 corrected up to printed/advance correction slip No 4 dt 5.1.2005 and amendment dated 12.5.2006, 30.5.2006, 26.6.2006, 7.12.06 & 28.9.07 and latest correction till date of tender opening to carry out the work according to the special conditions of contract and specifications of materials and works as laid down by the railway in the Annexed special condition and the current specification for material. 3.0 A sum of Rs ..is here with forwarded as earnest money. The full value of the earnest money shall stand forfeited without prejudice to any other rights or remedies in case My/Our tender accepted and if: (a) I / We do not execute the contract document within 7 days after receipt of notice issued by the Railway that such documents are ready and (b) I / We do not commence the work within 10 days after receipt of orders to that effect. 4.0 Until a formal agreement is prepared and executed, acceptance of this tender shall constitute a binding contract between us subject to modification, as may be mutually agreed to between us and indicated in the letter of acceptance of my / our offer for this work. 5.0 Tenderer must submit the following information with their tender- 1. Bank Account No------------------------------------------------------- 2. Name of Bank -------------------------------------------------------- 3. Indian Financial System Code (IFSC)---------------------------- 4. PAN No---------------------------------------------------------------------- 5. Tenderer Contact No- ----------------------------------------------- “Contractor should provide firm’s PAN, issued by Income Tax Department with his quote or within 30(Thirty) days of award of contract. No payment will be released without submission of PAN. All taxes (including surcharge & cess) shall be recovered from his payment as per tax provisions in vogue”

Signature of the Tenderer with Seal

Page 7: Final tender schedule for website on 01.02wcr.indianrailways.gov.in/wcr/notice/1454393807096_Final...Detection and Suppression System for Relay Room, Equipment Room, Panel Room for

Page 7 of 39

SPECIAL CONDITIONS OF CONTRACT

TENDER No. BPL/N/C/Tender/Itarsi- Balance work/15-16/7, Date: 01.02.2016

NAME OF WORK:-Supply, Installation, Testing & Commissioning of Automatic Fire Detection and Suppression System for Relay Room, Equipment Room, Panel Room for Signalling installation at Itarsi RRI on West Central Railway.

ELIGIBILITY CRITERIA FOR QUOTING IN THIS TENDER:-

1. The work covered by this tender is extremely skilled and technical in nature and only the firms having sufficiently skilled and experienced staff with them and who have carried out such type of works in the past need quote against this Tender.

2. Tender forms containing Special Conditions of Contract, Schedule of work, drawings, etc. can

be obtained from the office of Deputy Chief Signal & Telecom Engineer (Constn.), West Central Railway, Construction Complex, 2nd Entry, Habibganj Railway Station, Habibganj, Bhopal-462024 on payment of cost of tender form as mentioned above. If the tender form is required by post , then cost of tender form as mentioned above may be sent by Demand Draft only issued in favour of Deputy Financial Adviser & Chief Accounts Officer (C), West Central Railway, Bhopal) for each work. Railway shall not be responsible for any loss or delay in dispatch of Blank tender booklets or receipt of completed tender documents during the transit in post/courier.

3. The Tenderer must submit along with their offer:

(a) List of Personnel, Organization available on hand and proposed to be engaged for the subject work.

(b) List of Plant & Machinery available on hand (own) and proposed to be inducted (own and hired to be given separately) for the subject work.

(c) List of works completed in the last three financial years giving description of work, organization for whom executed, approximate value of contract at the time of award, date of award and date of scheduled completion of work. Date of actual start, actual completion and final value of contract should also be given.

(d) List of works on hand indicating description of work, contract value, and approximate value of balance work yet to be done and date of award should also be given.

(e) The tenderer should enclose the firm’s PAN issued by income tax department with his offer or all taxes shall be recovered from his payment as per tax provision in vogue.

(f) The tenderer for carrying out any construction work in Madhya Pradesh must get themselves registered from the registering office under Section-7 of the building and other construction worker act, 1996 and rule made thereto by the Madhya Pradesh government and submit certificate of the registration issued from the registering officer of the Madhya Pradesh government (labour department). For enactment of this act the tenderer shall be required to pay cess at the rate of 1% of the cost of construction work to be deducted from each bill. Cost of material shall be outside the preview of the cess, when supplied under a separate schedule item.

(g) The tenderer should be registered with the service tax department and should be holding a valid service tax registration number

(h) Tenderer may carefully note that contract agreement for this work is liable to be terminated at any time later, in case any of the information furnished by them is found to be untrue or any adverse point come to the light subsequently. The decision of Railway in this regards shall be final and binding.

Note: In case of items (c) and (d) above, supportive documents/certificates from the organizations with whom they worked/ are working should be enclosed. Certificates

from private individuals for whom such works are executed/being executed will not be accepted.

Page 8: Final tender schedule for website on 01.02wcr.indianrailways.gov.in/wcr/notice/1454393807096_Final...Detection and Suppression System for Relay Room, Equipment Room, Panel Room for

Page 8 of 39

4. The Tenderer if they so desire before quoting, can inspect the site of work in detail at their own cost and acquaint themselves about the terrain, approach road and other site conditions affecting the execution of this work.

5. The resultant Contract of this tender will be governed by the Tender Conditions, Instructions to

Tenderers and General Condition of Contract as applicable to West Central Railway and Special Conditions mentioned here. In case of contradiction between the General conditions of the contract and the special conditions of the contract, the later will prevail over former.

6. The Tenderer shall keep their offer valid for the period of 04 (Four) Calendar months from the

date of opening of tender.

Note: Copy of General Conditions of Contract can be obtained from the office of Chief Engineer, West Central Railway, Jabalpur on payment of requisite charges.

NATURE OF TENDERING:- 7. The tenderer is required to submit his offer on the date of opening. The contents of the offer will

be as described later in these paragraphs. 8. The envelope will bear tender number, it’s description, name of the tenderer, date of opening. 9. The envelopes should be addressed to the President of India through Deputy Chief Signal &

Telecom Engineer (Constn.), West Central Railway, Construction Complex, 2nd Entry Habibganj Railway Station, Habibganj, Bhopal 462 024. The tender should be deposited in the Tender Box in the office of the Deputy Chief Signal & Telecom Engineer (Constn.), West Central Railway, Construction Complex, 2nd Entry Habibganj Railway Station, Habibganj, Bhopal- 462 024 before closing of the tender box before last date and time of submission specified in NIT.

10. The tenderer shall also enclose in his offer that they accept all the Railways terms and

conditions and have not offered any counter clauses. 11. The offer will consist of copy of schedule of works with prices quoted in the required space. The

tenderer will sign on each page. 12. Tender sealed and super scribed as mentioned above, can also be sent by Registered Post with

acknowledgement due, to the above mentioned office, but no tender which is received after the time and date specified above shall ordinarily be considered.

13. As far as possible the tenderer's bid should not have any condition or specification or

assumption contrary to the provisions in these tender documents on which the tenderer’s bid is based. Tenderer’s Special conditions, not in conformity with the tender specifications drawings are required to be listed separately with details of exact financial implications, if any. It needs to be emphasized that only such conditions/ stipulations which are at variance with the tender conditions and codal provision stipulated in the tender documents need to be mentioned, in case tenderer/s choose to stipulate such special conditions taking into account the restrictions mentioned elsewhere in the tender document. Only such special conditions/specifications stipulated by the tenderer which have been specifically approved by the Railways in writing shall be deemed to have been accepted by the Railways and shall form part of the Contract Agreement. The tenderer's conditions / stipulations which are at variance with the tender conditions/codal provisions and not specifically approved/ accepted by Railways, shall deemed to be withdrawn by the tenderer.

Page 9: Final tender schedule for website on 01.02wcr.indianrailways.gov.in/wcr/notice/1454393807096_Final...Detection and Suppression System for Relay Room, Equipment Room, Panel Room for

Page 9 of 39

METHOD OF QUOTING OF RATES:- 14. Estimated rates for each item of schedule have already been indicated by Railways on the

Tender schedule. 15. Tenderer will indicate their rates in the form of % below/at par/% above on overall estimated

cost of Schedule A and B in the space provided for this at the end of the schedule. Percentage (below/at the par/above) should be indicated in figures as well as in words. If rates are not quoted or there is ambiguity in rates quoted by the tenderer the offer will be rejected.

16. All corrections and over writing must be signed / attested. 17. Tenderer must sign along with seal on all pages of their offer. 18. Tender forms not accompanied by the requisite EMD will be summarily rejected. OPENING OF TENDERS:- 19. The tenders shall be opened at time and date specified in tender notice in the office of the

Deputy Chief Signal & Telecom Engineer (Constn.), West Central Railway, Construction Complex, 2nd Entry Habibganj Railway Station, Habibganj, Bhopal - 462 024 Note : If the date of opening as mentioned above happens to be a holiday then the tenders will be opened at the same time and place on the next working day. Tender Forms not accompanied by requisite Earnest Money (Bank Guarantee is not an acceptable form) in prescribed form will be summarily rejected.

20. (i) Railways’ decision in regard to acceptability of Technical Suitability of the offer shall be final.

(ii) If the tenderer fails to abide by the conditions or fails to submit documents as above, their offer is liable to be rejected.

GENERAL:- 21. Authorized agents are allowed to buy the tender documents on behalf of their Principals.

Tenders submitted by the tenderer who have not purchased the tender document themselves or through their agent will be rejected.

22. (a) Downloading of tender document from website-

“Tenderer can download the tender document from website http://www.wcr.indianrailways.gov.in. Tenderer submitting the offer on the document downloaded from website should enclose requisite cost of tender document in the form of demand draft issued in favour of DY.FA&CAO/C/Bhopal along with their offer, failing which offer is liable to be summarily rejected”. Incase drawing is referred to in the website the cost of the drawing will be the part of the tender cost.

(b) Incomplete offers and other offers received through FAX will be summarily rejected.

Special Conditions for tender documents downloaded from Internet / website:-

These special conditions are applicable to tender documents & considered as art of it, which is downloaded from internet/website.

(a) Tenderer may note that permitting of downloading of tender documents is an added facility for

convenience of tender. Railway, however reserves rights to extend this facility for selected works or continue only with direct sale of tender forms. In case, tender document is not uploaded on website or downloaded failure or delay or complete tender document downloaded, what so ever, Railway shall not be responsible in anyway. Railway shall not be responsible for any direct/indirect loss of business/profit resulting from inability to use this facility.

Page 10: Final tender schedule for website on 01.02wcr.indianrailways.gov.in/wcr/notice/1454393807096_Final...Detection and Suppression System for Relay Room, Equipment Room, Panel Room for

Page 10 of 39

(b) The tenderer shall download and print the tender document solely for purpose of bidding of above

work and downloaded document shall not be used, copied or reproduced for any other purpose. (c) End of the tender document is indicated by “End of the tender document” marker. Tenderer/s should carefully see that above marker appears on the last page of downloaded tender document

to ensure that downloaded document is complete. Tenderer is suggested to check the integrity and completeness of document before submission.

(d) The tender document downloaded from website though does not bear signature of Railway authority

& shall have same authority as having direct purchase from railway office. Tenderer while submitting his offer must sign all pages of tender document. The downloaded and printed tender document along with various other documents should be submitted as per the details mentioned in the tender document. The tenderer should clearly write on main tender cover and also on the sealed cover “Tender documents downloaded from website”

(e) The tenderer/s are required to pay non refundable cost of tender document in the form of prescribed

in tender notice while submitting their offer. In case, they fail to furnish the requisite cost of tender document in prescribed form, their offer shall be rejected. The cost of EMD shall not be merged with cost of tender form and shall be separately furnished. In case, tender document is downloaded from website, the cost of tender document, (as specified in NIT) non refundable should be paid separately and should not be merged with earnest money. The cost of tender form will be accepted in following forms and should be attached with the offered document, failing which the tender will be summarily rejected:

(i) Cost of tender document in cash may be deposited with Chief Cashier or Chief Booking

Supervisor, West Central Railway, Habibganj/Bhopal and production of money receipt to that effect.

(ii) Pay order/demand draft drawn in favor of DY.FA&CAO/C/West Central Railway, Bhopal issued by scheduled/nationalized bank.

(f) The tenderer/s shall maintain the integrity of downloaded tender document and shall not make any

change/addition/deletion/tempering, whatsoever in the downloaded documents. The tender/s offer shall be rejected and full earnest money shall be forfeited in case it is detected after submission of offer, that they have made any modification in downloaded documents. In case, such modification is noticed even after award of contract, Railway is liable to terminate the contract on contractors default. In addition, Railway reserves the right to take action against the tenderer/s as deemed fit, which may include banning of business dealing with the tenderer/s and the tenderer/s is also liable to be prosecuted as per the law. After award of the work agreement will be prepared based on the master copy of tender document available in the Railways office. In case, any discrepancies is noticed in tender document submitted by the tenderer, the master document kept with the Railway shall prevail and decision of Railway thereon shall be final and binding on tenderer/s.

(g) Tenderer/s shall print the tender document on 'Good quality paper' and printed document shall be

legible. The document shall be properly bound and page numbers shall be in serial order as mentioned in downloaded documents. The tenderer/s shall not be reimbursed the cost of stationary, printing and binding etc. Offer of tenderer/s is liable to be rejected by the Railway if the tender document is not printed or bound as per above instructions. Further, tenderer shall bear expenses of internet connection and telephone charges if any, for downloading of tender document.

(h) The tenderer/s shall keep themselves updated about any modification in tender notice and tender document, issued by Railway through news papers ,website or email or any other means and shall act accordingly. It is the responsibility of tenderer to check any correction or any modification published subsequently in website and the same shall be taken into account while submitting the

Page 11: Final tender schedule for website on 01.02wcr.indianrailways.gov.in/wcr/notice/1454393807096_Final...Detection and Suppression System for Relay Room, Equipment Room, Panel Room for

Page 11 of 39

tender. Tenderer/s offer is liable to be rejected if they have not enclosed all the correction/corrigendum along with downloaded tender documents.

The “conditions for tender documents downloaded from website” must be signed by the tenderer and enclosed along with the tender document failing which tender is liable to be rejected.

(i) The following declaration should be given by the tenderer while submitting the tender. The

tendered document will also contain following declaration to be signed by the contractor.” Declaration by the tenderer for the tender document download”.

“I / We hereby declare that we have downloaded the tendered document from Indian Government Website- http://www.wcr.indianrailways.gov.in and printed the same. We have verified the content of the printed document from the website and there is no addition, no deletion and no alteration to the content of the tender document. In case the document is found to be tampered / modified. I/we understand that my / our offer tender is liable to be rejected and full earnest money deposited will be forfeited and I/we am /are liable to be banned from doing business with Railways and or prosecuted ".

Signature of tenderer (If downloaded from website)

23. The tenderer should read the conditions carefully and also see the schedules of supply and

works before submitting the offer and also ascertain site conditions and the magnitude of works involved. The tenderer must furnish information regarding similar works executed by them, work in hand and other documents along with their offer itself. FAX and incomplete offers will be summarily rejected.

24. The documents submitted along with the offer shall be page numbered, signed by the tenderer

with their seal. The copy of the credential certificate etc. should be attested. The work covered by this tender is urgent safety work required to be completed within the completion period as specified from the date of issue of acceptance letter and hence all measures to curtail the time required for awarding the contract is taken which are considered necessary.

25. Non-adherence to these as well as stipulations of Special Conditions at variance to those

specified herein and having financial implications is likely to make their tenders non-acceptable.

RATES:- 26. The rates quoted in the offer by the tenderer will be inclusive of basic cost, excise duty, sales

tax, inter state tax, VAT, statutory levies and duties, works contract tax, service tax, transportation, loading, unloading charge, labour charges etc., wherever leviable. Octroi exemption certificates and any other statutory duties shall be issued by the Railway in the name of contractor only, subject to this being permissible under prevailing relevant rules. However no additional payment is admissible in case the exemption certificates are not honored by concerned authorities. The price quoted should be firm and no price variation clause will be acceptable. 'D' form for concessional sales Tax will not be issued by the Railways.

27. Variation in statutory levies and duties shall be permissible on production of documentary

evidence. Towards this extent, the tenderer should indicate the percentage of components of those items in the all inclusive quoted prices, in the absence of which no increase in duties will be permissible if offers are received from tenderers with different VAT/TAX/Duties as applicable to the state of selling dealer, the increase in such statutory levies and duties will be payable only till such limit, crossing of which will result in vitiation of the tender. Rate quoted by tenderer is considered inclusive of all applicable taxes, statutory duties or levies imposed by government, it shall be refunded on production of documentary evidence. All the offers shall be evaluated as per Tax regime as applicable on the date of tender opening.

Page 12: Final tender schedule for website on 01.02wcr.indianrailways.gov.in/wcr/notice/1454393807096_Final...Detection and Suppression System for Relay Room, Equipment Room, Panel Room for

Page 12 of 39

28. In specific circumstances if due to delay in inspection by RITES/RDSO or any other unforeseen reason like transporter strike, strike in manufacturer’s factory etc., the material to be supplied by the contractor is delayed; such material can be issued to the contractor on purely loan basis if available in the concerned depot. However, this will not be contractor right to get material on loan. Railway reserves the right to refuse to give the material on loan. Any delay in giving material on loan by the railway or refusal should not cause any delay in progress of work and the contractor cannot escape of his responsibilities in such case. Material on loan should be given only in exceptional cases, if decided by site engineer. If the contractor fails to return such material, the cost of such material will be recovered from the contractor as per railway rules.

Note: “For tender/contract exceeding Rs.10 lakhs in value & having item/items of services covered

under “Taxable Services” as per “Service Tax Registration”, tenderer(s) should possess a valid “Service Tax Registration number” failing which his/her/their offer shall not be considered. A copy of valid “Service Tax Registration” must be enclosed along with the tender.” (CPDE/WCR’s letter no W-HQ/WG/Service Tax/53 dtd. 15/09/2011).

EARNEST MONEY:-

29. The tenderer shall be required to deposit earnest money Rs. 86,600.00 with the tender for the due performance with the stipulation to keep the offer open till such date as specified in the tender, under the conditions of tender. The earnest money shall be as specified in tender notice.

30. The Earnest money deposit in the form of Bank guarantee will not be acceptable, EMD as

specified in tender notice should be submitted by the tenderer in favour of FA & CAO/West Central Railway, in any of the form as under:-

31. The Earnest money to be accepted only in “Cash or Banker’s Cheque/Demand Draft in Favour of FA & CAO/West Central Railway executed by SBI or any of the nationalized bank of India or by a schedule bank (As per Railway Board’s letter no.2013/CE-I/CT/O/45/JV dtd.22/09/2014 forwarded by FA & CAO vide their office letter No.HQ/AC/FX/Earnest Money dtd.22/06/2015). EMD should be prepared by the name of firm or by proprietor’s name in whose name tender form is issued.

32. The earnest money deposited by the successful tenderer/tenderers will be retained towards the

Security deposit for the due and faithful fulfillment of the contract, but shall be forfeited if the Contractor fails/contractors fail to execute the agreement bond or start the work within a reasonable time (to be determined by the Engineer-in –charge) after notification of the acceptance of his/their tender.

33. SCOPE OF WORK: - The Scope of work is Supply, Installation, Testing & Commissioning of Automatic Fire

Detection and Suppression System for Relay Room, Equipment Room, Panel Room for Signalling installation at Itarsi RRI on West Central Railway.

SECURITY DEPOSIT:- 34. The Security Deposit / rate of recovery /mode of recovery shall be as under:- a. Security Deposit for the work will be 5% of the contract value.

b. The rate of recovery will be at the rate of 10% of the bill amount till the full security deposit is recovered,

c. Security Deposits will be recovered only from the running bills of the contract and no other mode of collecting SD such as SD in the form of instruments like BG, FD etc. shall be accepted towards Security Deposit.

d. Guarantee period will be one year from the date of commissioning. Any defect noticed

Page 13: Final tender schedule for website on 01.02wcr.indianrailways.gov.in/wcr/notice/1454393807096_Final...Detection and Suppression System for Relay Room, Equipment Room, Panel Room for

Page 13 of 39

during this period will be rectified by the contractor promptly at his own cost. e. After the work is physically completed, security deposit recovered from the running bill of

the contractor can be returned to him if he so desired, in lieu of FDR/irrevocable Bank Guarantee for equivalent amount to be submitted by him.

f. Security Deposit shall be returned to the contractor after the physical Completion of the

work and the Guarantee/warranty/Maintenance period is over and after passing the final bill based on no claim certificate as certified by the Competent Authority. The Competent Authority shall normally be the authority who is competent to sign the contract. If this Competent Authority is of the rank lower than JA Grade, then a JA Grade Officer (concerned with the work) should issue the certificate. The certificate, inter alia, should mention that the work has been completed in all respects and that all the contractual obligations have been fulfilled by the contractors and that there is no due from the contractor to Railways against the contract concerned. Before releasing the SD, an unconditional and unequivocal no claim certificate from the contractor concerned should be obtained.

35. No interest will be payable upon the Earnest Money and Security Deposit amounts payable to

the Contractor under the contract. 36. PERFORMANCE GUARANTEE (P.G.):- (As per Revised Clause 16 (4) to Indian Railways General Conditions of contract (Ref: Item-I to

Railway Board’s letter No. 2007/CE.I/CT/18 Pt.XII dated.31/12/2010).

The procedure for obtaining Performance Guarantee is outlined below:- (a) The successful bidder shall have to submit a Performance Guarantee (PG) within 30(thirty)

days from the date of issue of Letter of Acceptance (LOA). Extension of time for submission of PG beyond 30 (thirty) days and upto 60 days from the date of issue of LOA may be given by the Authority who is competent to sign the contract agreement. However, a penal interest of 15% per annum shall be charged for the delay beyond 30 (thirty) days i.e. from 31st day after the date of issue of LOA. In case the contractor fails to submit the requisite PG even after 60 days from the date of issue of LOA, the contract shall be terminated duly forfeiting EMD and other dues, if any payable against that contract. The failed contractor shall be debarred from participating in re-tender for that work.

(b) The successful bidder shall submit the Performance Guarantee (PG) in any of the following

forms, amounting to 5% of the contract value:

i) A deposit of cash. ii) Irrevocable Bank Guarantee iii) Government Securities including State Loan Bonds at 5% below the market value. iv) Deposit Receipts, pay Orders, Demand Drafts and Guarantee Bonds. These forms of

Performance Guarantee could be either of the State Bank of India or of any of the Nationalized Bank.

v) Guarantee Bonds executed or Deposits Receipts tendered by all Schedule Banks. vi) A Deposit in the Post Office Saving Bank. vii) A Deposit in the National Savings Certificates. viii)Twelve years National Defence Certificates. ix) Ten years Defence Deposits. x) National Defence Bonds and xi) Unit Trust Certificates at 5% below market value or at the face value whichever is less Also FDR in favour of DY.FA & CAO/C/BPL (free from any encumbrance) may be accepted. NOTE: The instruments as listed above will also be acceptable for Guarantees in case of Mobilization Advance.

Page 14: Final tender schedule for website on 01.02wcr.indianrailways.gov.in/wcr/notice/1454393807096_Final...Detection and Suppression System for Relay Room, Equipment Room, Panel Room for

Page 14 of 39

(c) The Performance Guarantee shall be submitted by the successful bidder after the Letter of Acceptance (LOA) has been issued, but before signing of the contract agreement. This P.G. shall be initially valid up to the stipulated date of completion plus 60 days beyond that. In case, the time for completion of work gets extended. The contractor shall get the validity of P.G. extended to cover such extended time for completion of work plus 60 days.

(d) The value of PG to be submitted by the contractor will not change for variation up to 25%

(either increase or decrease). In case during the course of execution, value of the contract increases by more than 25% of the original contract value, on additional Performance Guarantee amounting to 5% (five percent) for the excess value over the original contract value shall be deposited by the contractor.

(e) The Performance Guarantee (PG) shall be released after physical completion of the work

based on "Completion Certificate" issued by the competent authority stating that the contractor has completed the work in all respect satisfactorily. The Security Deposit shall, however, be released only after expiry of the maintenance period and after passing the final bill based on "No Claim Certificate" from the contractor.

(f) Whenever the contract is rescinded, the Security Deposit shall be forfeited and the

Performance Guarantee shall be en cashed. The balance work shall be got done independently without risk & cost of the failed contractor. The failed contractor shall be debarred from participating in the tender for executing the balance work. If the failed contractor is a JV or a Partnership firm, then every member/partner of such a firm shall be debarred from participating in the tender for the balance work in his/her individual capacity or as a partner of any other JV/Partnership firm.

(g) The engineer shall not make a claim under the Performance Guarantee except for amounts

to which the President of India is entitled under the contract (not withstanding and/or without prejudice to any other provisions in the contract agreement) in the event of: i) Failure by the contractor to extend the validity of the Performance Guarantee as

described herein above, in which event the Engineer may claim the full amount of the Performance Guarantee.

ii) Failure by the contractor to pay President of India any amount due, either as agreed by the contractor or determined under any of the clauses/conditions of the Agreement, within 30 days of the service of notice to this effect by Engineer.

iii) The Contract being determined or rescinded under provision of the GCC, the Performance Guarantee shall be forfeited in full and shall be absolutely at the disposal of the President of India.

Note: - 1. Bank guarantee should be drawn in proper format and on the non-

judicial stamp of 0.25 percent of the amount, subject to a maximum of twenty five thousand rupees.

2. Confirmation of Bank Guarantee should be obtained. 3. Legal vetting charges of Rs. 200/- per documents or as applicable (bank

Guarantee, Power of Attorney, Indemnity Bond, Partnership Deed etc. should be deposited.

37. MATERIAL AND WORKMANSHIP (Ref. L. No. WCR/S&T/N-HQ/150/Wks-18,Dtd.

04.01.2010 ANNEXURE 'A') (i) All the materials and workmanship used in this work shall be of extremely good Quality and

high class in every respect and it expected to give trouble free service.

(ii) The equipments/materials as per Technical specifications are to be procured from the approved sources and they should be taken from approved sources only.

Page 15: Final tender schedule for website on 01.02wcr.indianrailways.gov.in/wcr/notice/1454393807096_Final...Detection and Suppression System for Relay Room, Equipment Room, Panel Room for

Page 15 of 39

(iii) All the materials should be strictly as per specification indicated. All the materials to be supplied by the Tenderer are to be supplied at the Sr. Section Engineer. (Sig/construction) Bhopal’s Depot at Bhopal. The loading, unloading and transportation of these materials from the Depot to the site of the work at a later stage will have to be done by Tenderer at his own cost. Alternatively, if the site of work is ready and work is in progress, physically, the materials can be brought to the site and directly supplied. The security of the material brought to the site of work will remain with the Tenderer. The Tenderer will have to furnish a Bank Guarantee from a Nationalized/ Scheduled Bank for an equivalent amount before the payment is claimed for such materials .(Modified Clause).

(iv) Materials required to carry out of this work, if supplied by the Railways, will be issued from the

nominated Depots. The contractor will have to load, transport these materials to the site of the work and unload the material at his own cost. Empty cable drums and balance materials after completion of work, if any should be returned back at the Depot of the Sr. Section Engineer (Sig/ construction) Bhopal at Bhopal.

(v) The Tenderer will have to furnish a Bank Guarantee value of 15% of Contract Agreement value

from a Nationalized/Scheduled Bank for the security of the Railway Material issued to him, the beneficiary of the Bank Guarantee will be the DY.FA & CAO/Construction/West Central Bhopal. The value of such BG will be increased at the direction of Engineer in charge of the work depending upon the quantity of material issued at a time. However at any stage the value of the material issued to the tenderer and not utilized/installed/fixed should not exceed the value of Bank Guarantee.

Note: Vide HQ’s letter no. WCR/N-HQ/150/Works/1, 2 & 3 dated 03/07/2014 following policy has

been adopted against submission of Bank Guaranty towards issue of materials. FA & CAO concurred the policy and conveyed vide their office letter no. HQ/AC/FX/S&T/Misc/ dtd. 09/04/2015 and GM sanctioned communicated by HQ vide their office letter no. WCR/NHQ/150/Works/1, 2 & 3 dated 01/06/2015.

a) For works contract of value exceeding 50 lakhs, (in which MEC is applicable)

Indemnity bond of contract value should be taken for issue of material to contractor and thus no requirement of Bank Guarantee for this purpose.

b) For works contract of value less than 50 lakhs B. G of value of 15% of CA value,

should be taken as material bank guarantee. (vi) The cost of transit insurance required as per rules will be borne by the tenderer. 38. Bank Guarantee for the security of the Railway Material will be released after commissioning of

work and when on balance material returned by the contractor. 39. All the consumable and the sundry installation materials required for execution of this schedule

will have to be brought by the tenderer at his own cost. 40. Cement & Steel for use in the works should be procured by the Tenderer at their own cost from

the main producers /their authorized dealers /authorized stock-yards which should confirm to IS specification. Individual rates quoted by the Tenderer should be inclusive of cost of Cement / Steel wherever applicable.

41. The tenderer shall furnish guarantee of materials/equipments supplied by him for a period of

minimum one year after commissioning or as prescribed else where in the tender for trouble free performance. Any defects noted during this period will have to rectified by him promptly at his own cost. (Modified Clause).

Page 16: Final tender schedule for website on 01.02wcr.indianrailways.gov.in/wcr/notice/1454393807096_Final...Detection and Suppression System for Relay Room, Equipment Room, Panel Room for

Page 16 of 39

Note-1 (vide HQ’s policy letter no WCR/N-HQ/150/Wks/Policy-15 dtd. 01/11/2011), Sub: Inspection of the supply items related to works contracts:-

“In regard to items to be inspected by consignee being supplied through works contract in line with policy circular given in para-I) above, consignee inspection of schedule item covering supply having schedule item value upto Rs. 1 lakh shall be carried out by S&T supervisors (JE/SE/SSE) and having schedule item value above Rs. 1 lakh shall be carried out at officers level (Junior scale/Senior scale). However the electrical signalling materials as per RDSO specification/drawing contained in Railway Board letter no L. No. 74/RS(G)/379/2-Pt. Dated 04.03.1991 & 18.06.1991, shall have to be inspected at officers level only irrespective of value of item, in case of consignee inspection, if inspection of such item is not undertaken by RDSO & RITES. The monetary limit for consignee inspection to be carried out at supervisors and officers level as mentioned above has been fixed with approval of CSTE”

Note-2 (vide HQ’s policy letter no WCR/N-HQ/150/Wks/Policy-15 dtd. 25/10/2011): In connection with this office earlier policy circulars related to inspection of S&T items pertaining to works contracts, further following system improvement regarding inspection of the supply items related to works contracts are being reiterated/issued. i) Detailed procedures to be followed for inspection of S&T items have already been

issued to divisions and construction units of this railway vide Lr. No. WCR/S&T/N-HQ/150/Wks-18 dated 06/01/2010 as Annexure-B (copy enclosed). It has been clearly defined in Annexure-B for “Inspection” about the items to be inspected by RDSO, RITES, and Consignee.

ii) Inspection clause to be mentioned in tender schedule should be unambiguous and as per policy circular mentioned in Para (i) above. Only one inspection agency should be mentioned against respective schedule item i.e. either RDSO or RITES or Consignee. Inspection agency more than one like RDSO/RITES/Consignee shall not be mentioned anywhere.

iii) In regard to items to be inspected by consignee being supplied through works

contract in line with policy circular given in Para (i) above, consignee inspection of supply item costing up to Rs.1 lakh shall be carried out by S&T Supervisors (JE/SE/SSE) and costing above Rs.1 lakh shall be carried out at Officers level (Jr. Scale / Sr. Scale). However, the electrical signaling materials as per RDSO specification/drawing contained in Railway Board Letter No. 74/RS(G)/379/2-Pt. Dated 04/03/1991 & 18/06/1991, shall have to be inspected at officers level only irrespective of value of item, in case of consignee inspection, if inspection of such item is not undertaken by RDSO & RITES.

The monetary limit for consignee inspection to be carried out at supervisors and officers level as mentioned above has been fixed with approval of CSTE.

iv) Proper procedures are to be followed for rejection of materials related to works contracts by consignee as per Railway Lr. No. 2000/RS/G/379/2 dated 13/03/2009 and Store code Para 762 on “Rejected Stores” as circulated vide this office letter No. WCR/N-HQ/150/Wks/1,2,3 dated 14/09/2011.

Note-3 (Railway Board’s letter no. 2000/RS (G)/379/2 dtd. 10/09/2013 and HQ’s letter no WCR/NHQ/150/Wks/1,2,3 dtd. 06/03/2014 regarding pre-inspection of material by RITES/RDSO – minimum value of stores):

Board has decided to enhance the minimum value limit of the purchase order to be pre-inspected by third party i.e. M/s RITES/RDSO from Rs. 1 lakh to Rs. 1.5 Lakhs. All other

Page 17: Final tender schedule for website on 01.02wcr.indianrailways.gov.in/wcr/notice/1454393807096_Final...Detection and Suppression System for Relay Room, Equipment Room, Panel Room for

Page 17 of 39

aspects of inspection will remain unchanged. This issues with the concurrence of Finance Directorate of Ministry of Railways

42. CONSIGNEE’S RIGHT OF REJECTION.

Notwithstanding any approval which the inspecting Officer may have given in respect of the stores or any materials or the work or workmanship involved in the performance of the contract (whether with or without any test carried out by the contractor or the Inspecting Officer or under the direction of the Inspecting Officer) and notwithstanding delivery of the stores where so provided to the interim consignee, it shall be lawful for the consignee, on behalf of the purchaser, to reject the stores or any part, portion of consignment thereof after actual delivery thereof to him at the place or destination specified in the contract if such stores or part, portion of consignment thereof is not in all respects in conformity with the terms and conditions of the contract whether on account of any loss, deterioration damage before dispatch or delivery or during transit or otherwise howsoever.

43. CONSEQUENCES OF REJECTION (Rejected stores).

When any stores delivered at the consignee's depots are rejected, the contractor shall remove this within 30 days from the date of rejection. Such rejected stores shall lie at the contractor's risk from the date of rejection. If the stores are not removed by the contractor within this period, the Railway nominee shall have the right to dispose of such stores, as thought fit, at the contractor's risk and account.

The Railway shall also be entitled to recover from the contractor, handling and ground rent/demurrage and any other charges for the period during which rejected stores remain with the railways after the notice regarding rejection is issued as mentioned above.

Material should not be procured from any sources banned for business dealing with Railways under any circumstances.

44. COMPLETION PERIOD:-

The entire work as per the Contract will have to be completed within completion period specified in tender notice from the Date of issue of acceptance letter on a progressive basis. The Tenderer will be responsible for progress of work on progressive basis from the date of issue of acceptance letter. Since the progress of the work is critically related to the supply of material by the contractor, he will have to supply materials on a progressive basis, so that the work can be completed within completion period specified in tender notice progressively. It would be clearly borne in mind that the works which are not dependent upon the receipt of material duly inspected by RDSO/RITES or on Rly’s own share of works, are to be progressed and completed by the contractor well before the final date of completion to avoid accumulation of works towards the fag end. If for any unforeseen reason, the work is delayed on railways account, then suitable extension to the completion period shall be granted without liquidated damages.

45. The Tenderer shall employ sufficient technical, non-technical manpower and labour to complete

the work within specified time to the entire satisfaction of engineer in-charge.

46. SUPPLY OF MATERIALS BY RAILWAYS a. Railway’s materials such as cables, or any other items as are stipulated in the agreement to

be issued to the contractor for the work either free of charge or on payment as the case may be, will be issued to him at the Railway depot/goods shed at concerned depot and will have to be transported by the contractor to the site of work at his cost. All such materials will be used by the contractor for the work in such quantities as are indicated in the schedule or in relevant specifications or drawing or as approved by the Engineers whose, decision thereon shall be final. Wastage of or damage to such materials in any manner shall be totally

Page 18: Final tender schedule for website on 01.02wcr.indianrailways.gov.in/wcr/notice/1454393807096_Final...Detection and Suppression System for Relay Room, Equipment Room, Panel Room for

Page 18 of 39

avoided. If surplus material issued, if any, is not returned in goods conditions immediately after completion of the work or damaged or if any quantity of material supplied by the Railway is consumed in excess or wasted or damaged or lost or not satisfactorily accounted for in that case recovery will be made from the contractor at twice the market rate or twice book rate at the time of last issue, whichever is higher plus 5% freight and 2% incidental charges plus 12.5% supervision charges on the above cost arrived at for the quantity of material consumed in excess or wasted or damaged, lost or not satisfactorily accounted for.

In case it is discovered that the quantity of steel or any other items issued by the Railway as

actually used in the work is less than the quantity/quantities specified to be used, the cost of steel and for other such items not so used shall also be recovered from the contractors on the basis stipulated in sub-para above.

Action under this clause will be without prejudice to the right of the Railway to take action

against the contractors/under the conditions of the contract for not doing/completing the work according to the prescribed specifications and approved drawings.

Railway’s materials will be issued on specific requisitions by the contractor and as per

requirement consistent with the progress of works and or progress of supply of fabricated materials to the Railway. If the Railway materials required to be issued to the contractor for the works, are to be taken to the contractor’s workshop outside Railway premises a guarantee bond for the amount to cover cost of Railway material should be furnished by the Contractor before such materials are issued to him.

b. All material left over as ‘surplus’ or as ‘scraps’ out of materials supplied by the Railway

should be returned to the Railway’s stores at concerned depot failing which the cost will be recovered, as per the provision of clause 76a of the special condition of contact.

47. Rate of recovery of Conservancy Cess Charges with effect from 01.07.2012 to be recovered

from contractors as per Annexure to Board’s L.No .F(X) I-95/1/1 Dtd.16.07.2012. Description of Category Average no. of

Labours or workman employed per day

Conservancy Cess Charges to be recovered – Per month

1. Railway Contractors a. Engg. Works Contractors

(Engg., Elect, Mech, Signal etc.) 1 to 5 5 to 10 11 to 25

Rs.106/- Rs.208/- Rs.523/-

48. DEPLOYMENT/EMPLOYMENT of Qualified Diploma Holders/Qualified Graduate Engineers

at Site by the Contractor under GCC clause 26 and 26 A vide Rly. Board letter No.2012/CE-I/CT/0/20, Dated: 10.05.2013 & CSTE/WCR letter No.WCR/N-HQ/150/Wks/Policy/14/PT-IV, Dated: 28.02.2014. Sr. Nos.

Value of Contract Deployment of qualified diploma holder (Nos)

Deployment of qualified Graduate Engineer (Nos)

1 Less than 25 lakhs NIL NIL 2 From 25 lakhs to 2 Crores 1 NIL 3 From 2 Crores to 4 Crores NIL 1 4 From 4 Crores to 6 Crores 1 1

5 From 6 Crores to 8 Crores 2 1 6 From 8 Crores to 10 Crores 2 2 7 For more than 10 Crores One additional diploma holder for every 2

Crores or Part of it.

Page 19: Final tender schedule for website on 01.02wcr.indianrailways.gov.in/wcr/notice/1454393807096_Final...Detection and Suppression System for Relay Room, Equipment Room, Panel Room for

Page 19 of 39

The Tenderer shall employ “One qualified diploma holder” at site for various activities in the work contract for this work. If Contractor was fail to employ the Qualified Engineer as per requirement of the work, Contractor shall be liable to pay as amount of Rs.40,000/- per engineer and Rs.25,000/- per diploma holder for each month or part thereof for the default period.

49. PAYMENT :- Payment of on account bill for the Tendered work will be arranged by the officer in charge of the work as specified in Appendix to special conditions through the associate Finance Officer.

Note:- “All measurements for small or scattered works are to be neatly taken down in ink in measurement book and in no others. The description of the situation of the work must be lucid, so as to admit easy identification and check. The measurement should show the quantities of work done as per last measurement, and the total to date. A reference to the pages of the measurement book where the previous measurement are to be found should also be given”. It may also be noted that the printed instructions for recording measurements on the MB do indicate that, “ the description of the situation of the work, must be lucid so as to admit easy identification and check”. Hence it is advised to all concerned officials to necessarily indicate the complete details of the measurement checked by them (11 th issue of vigilant Bulletin circulated vide CSTE/Project’s letter no WCR/N-HQ/150/Wks/Policy-15 dtd. 02/11/2011).

Payment of on account bill for the Tendered work will be arranged by the Engineer in charge of

work through the associate Accounts Officer. (a) For Supply items:–

(i) 90% of the accepted cost of material supplied against Schedule “A” will be paid when the materials are supplied subject to furnishing of Inspection certificate and delivery challan/ receipt order by the nominated consignee. Similarly payments for items which are to be inspected by consignee shall be released only upon submission of performance/test and guarantee/ warranty certificate issued by the Original Equipment Manufacturer.

(ii) For the items other than supply i.e. Installation, Testing & Commissioning which will be part of

schedule ‘B’ items, 100% on account payment will be made on the basis of measurement

recorded.

(iii) 100% will be paid for spares and for items, which are not required to be installed by the contractor, on receipt of the equipment and its inspection.

(iv) For items other than supply- On account payment will be on the basis of measurements

recorded.

(v) Balance 10% of the accepted cost (in addition to the 90% released above) shall be paid after installation/erection, successful commissioning of each system.

(vi) For Schedule “C” work related with Comprehensive Annual Maintenance 100% payment will be

made quarterly after every three months on the basis of measurement recorded.

Note: No work should be allowed to be commissioned unless OEM certificates have been issued & QA check has been made by the CSTE’s appointed officer comprising of (a) Dy CSTE/Signal/HQ, (b) AESTE/Signal/HQ. This team will visit the sites of construction/project work for carrying out QA check in the zone (As per letter circulated by HQ vide letter no WCR/N-HQ/100-110/Misc-1 dtd. 02/11/2011).

50. However balance 10% payment of schedule ‘A’ items and schedule ‘B’ items which are also to be

installed can be released against Bank Guarantee of equal amount on the discretion of the

Page 20: Final tender schedule for website on 01.02wcr.indianrailways.gov.in/wcr/notice/1454393807096_Final...Detection and Suppression System for Relay Room, Equipment Room, Panel Room for

Page 20 of 39

competent authority, if commissioning is held up on railway’s account for a period of more than three months after the installation is tested and kept ready for commissioning by the contractor to the full satisfaction of railway.

51. No payment will be released for installation of materials which have been supplied by Railways

in urgency to complete the work without waiting for receipt of Contractor’s supply. 52. Wherever the Central/State makes it obligatory for the Railway to deduct any amount towards

sales tax, works contract tax etc. the same will be deducted in addition to the income tax and remitted to the concerned authority. “D” form shall not be given by the Railway.

INCREASE OR DECREASE OF QUANTITIES:- 53. The procedure detailed below shall be adopted for dealing with variations in quantities during

execution of works contracts Rly. Board’s Ltr. No.2007/CE.1/CT/18 dtd.28/09/07: i. Individual NS items in contracts shall be operated with variation of plus or minus 25% and

payment would be made as per the agreement rate. For this, no finance concurrence would be required.

ii. In case an increase in quantity of an individual item by more than 25% of the agreement

quantity is considered unavoidable, the same shall be got executed by floating a fresh tender. If floating a fresh tender for operating that item is considered not practicable. Quantity of that item may be operated in excess of 125% of the agreement quantity subject to the following conditions (Para 9(ii) of Rly. Board’s Ltr. No.2007/CE.1/CT/18 dtd.28.09.07 modified as under vide Rly. Bd.’s letter No.2007/CE.1/CT/18 Pt XII dtd.31.12.2010):

(a) Operation of an item by more than 125% of the agreement quantity needs the approval of an

officer of the rank not less than S.A.Grade:

i) Quantities operated in excess of 125% but upto 140% of the agreement quantity of the concerned item, shall be paid at 98% of the rate awarded for that item in that particular tender.

ii) Quantities operated in excess of 140% but upto 150% of the agreement quantity of the concerned item shall be paid at 96% of the rate awarded for that item in that particular tender.

iii) Variation in quantities of individual items beyond 150% will be prohibited and would be permitted only in exceptional unavoidable circumstances with the concurrence of associate finance and shall be paid at 96% of the rate awarded for that item in that particular tender.

(b) The variation in quantities as per the above formula will apply only to the Individual items of the

contract and not on the overall contract value. (c) Execution of quantities beyond 150% of the overall agreemental value should not be permitted

and if found necessary should be only through fresh tenders or by negotiating with existing contractor with prior personal concurrence of FA&CAO and approval of General Manager.

i). In cases where decrease is involved during execution of contract: (a) The contract signing authority can decrease the items up to 25% of individual item without

finance concurrence. (b) For decrease beyond 25% for individual items or 25% of contract agreement value, the

approval of an officer not less than rank of S. A. Grade may be taken after obtaining 'No Claim Certificate' from the contractor and with finance concurrence giving detailed reasons for each such decrease in the quantities.

(c) It should be certified that the work proposed to be reduced will not be required in the same work.

Page 21: Final tender schedule for website on 01.02wcr.indianrailways.gov.in/wcr/notice/1454393807096_Final...Detection and Suppression System for Relay Room, Equipment Room, Panel Room for

Page 21 of 39

ii). The limit for varying quantities for minor value items shall be 100% (as against 25% prescribed for other items). A minor value item for this purpose is defined as an item whose original agreement value is less than 1% of the total original agreement value.

iii). No such quantity variation limit shall apply for foundation items. iv) As far as SOR items are concerned, the limit of 25% would apply to the value of SOR

schedule as a whole and not an individual SOR items. However, in case of NS items, the limit of 25% would apply on the individual items irrespective of the manner of quoting the rate (single percentage rate or individual item rate).

v). For the tenders accepted at Zonal Railways Level, variations in the quantities will be approved by the authority in whose powers revised value of the agreement lies.

vi). For tenders accepted by General Manager, variations up to 125% of the original agreement value may be accepted by General Manager.

vii). For tenders accepted by Board Members and Railway Ministers, variations up to 110% of the original agreement value may be accepted by General Manager.

viii). The aspect of vitiation of tender with respect to variation in quantities should be checked and avoided. In case of vitiation of the tender (both for increase as well as decrease of value of contract agreement), sanction of the competent authority as per single tender should be obtained.

54. The Railway reserves the right to split/delete certain items of the tender without assigning any

reason.

55. If there is change in in-terse position due to any variation, vitiated amount will be deducted from the dues payable.

56. No price variation clause shall be applicable to this tender.

57. MAINTENANCE OF REGISTERS AT WORK SITE: At the work site, following registers should be maintained by Railway representative for better

management:

i) Site Order Register: The instructions given to the contractor will be recorded in this register. Contractor or his site supervisor should acknowledge the same and comply it promptly.

ii) Material Register: This register will be maintained to record daily receipt and

consumption of material.

iii) Labour Register: This register will be maintained to show daily strength of labour in different categories employed by contractor.

iv) Log book of events/Program Register: All events to be chronologically logged in this register

date wise. The movement of firm representative along with details of works carried out, fault rectified, repair done etc. shall be recorded in this register.

iv) Material passing register: Material required for execution of work (like nuts, bolts, bricks, sand,

cement, ballast, paints etc.) & received directly at site but not inspected by RDSO/RITES/Consignee, shall be entered in this register & passed and used at site after inspection of supervisor in charge at site. Contractor will nominate his site supervisor, who will acknowledge the instructions/ records in above registers and take all necessary actions promptly for their compliance.

58. The tenderer shall make his own arrangement for accommodation, for his staff during testing and commissioning period. Water for drinking purpose if available at the station will be given. However, Railways take no guarantee for this facility. Free power will be given for installation, soldering and testing work including battery charging, wherever available. Non-availability of Power will not be a reason for the slow progress of work. If power is not available, the contractor

Page 22: Final tender schedule for website on 01.02wcr.indianrailways.gov.in/wcr/notice/1454393807096_Final...Detection and Suppression System for Relay Room, Equipment Room, Panel Room for

Page 22 of 39

shall make his own arrangement for portable Genset / electrical power. 59. The tenderer shall do no work that may interfere with train traffic until adequate protection has

been arranged as per the instruction of the Site incharge. 60. All the tools & Measuring Instruments, required for installation & Testing will have to be brought

by the tenderer at his own cost.

61. The Railway Officers / staff will be associated with the Testing & commissioning of the work. 62. The Tenderer having more than 20 labour, is required to obtain the labour license from the

licensing Officer under Provision of Contract Labour (Regulation and abolition) Act 1970 read with Contract Labour (Regulation and abolition) Central Rules 1970. They should obtain a proper and valid labour license for the concerned work from the concerned Asst. labour Commissioner or licensing officer of the area and the photo copy of the labour license must be submitted to Railway for records. Failure to do so, will attract legal action against the tenderer.

63. The schedule of rates, design and requirement of various quantities is based on metal to metal

relays of requisite configuration and design as per standard of Siemen’s make. 64. IMPLICATION OF MODVAT RULES:

The liability of the purchaser to reimburse excise duty is limited to such sum as may be found legally due and payable in respect of contract goods after availing the full credit on all the inputs used in manufacture of the finished products irrespective of whether the contractor has in fact availed of the said credit or not.

*****

Page 23: Final tender schedule for website on 01.02wcr.indianrailways.gov.in/wcr/notice/1454393807096_Final...Detection and Suppression System for Relay Room, Equipment Room, Panel Room for

Page 23 of 39

APPENDIX TO SPECIAL CONDITIONS OF TENDER.

i). Dy. Chief Signal & Telecom Engineer (Construction), W. C. Rly, Bhopal will be the Engineer-in-

charge of the work.

ii). DY.FA&CAO/Construction, W.C.Rly, Bhopal will be the Associate Finance Officer.

iii). Senior Section Engineer (Sig.) Construction, W. C. Rly, Itarsi will be the nominated Depot and Consignee for the materials.

iv). The Engineer - in- charge of the work will nominate the Field Officer/Supervisor for the work. For DY.CSTE/C/BPL

Page 24: Final tender schedule for website on 01.02wcr.indianrailways.gov.in/wcr/notice/1454393807096_Final...Detection and Suppression System for Relay Room, Equipment Room, Panel Room for

Page 24 of 39

Annexure - G

(1)Site order book (Name of the Station...........................................) Sr. No

Date Observations

instructions

Name, designation & signature of inspecting official

Action by

Compliance

Sig. of contractor’s representative

Sign of Rly. Site incharge

remarks

1 2 3 4 5 6 7 8 9 10 (2)Material Register (Name of the Station.........................................)

Sr. No

Date

Nos. supplied

Nos. issued

Nos installed/ consumed

Cumulative No supplied

Cumulative No issued

Cumulative installed/ consumed

Balance in hand

Balance with contractor

1 2 3 4 5 6 7 8 9 10 (3)Log book of events/Program Register (Name of the Station. ……………………..........) Date Programme/work

to be done Staff deputed Signature

Supervisor Contractor 1 2 3 4 5 (4)Material Passed/rejected register (Name of the Station....................)

Date Description of material

Quantity inspected

Name &designation of supervisor

Material passed/ rejected

Signature Supervisor Contractor

1 2 3 4 5 6 7

Page 25: Final tender schedule for website on 01.02wcr.indianrailways.gov.in/wcr/notice/1454393807096_Final...Detection and Suppression System for Relay Room, Equipment Room, Panel Room for

Page 25 of 39

Tender Notice No. BPL/N/C/Tender/Itarsi- Balance work/15-16/7, Date: 01.02.2016 TENDER SCHEDULE:-

Name of the work: Supply, Installation, Testing & Commissioning of Automatic Fire Detection and Suppression System for Relay Room, Equipment Room, Panel Room for Signalling installation at Itarsi RRI on West Central Railway.

SN DESCRIPTION UNIT QTY Rate Amount Inspection Agency

SCHEDULE 'A' - SUPPLY

1 Supply of 140 Litre capacity Seamless Cylinder fitted with value assembly and along with mounting starps suitable to operate at 50 bar pressure complete with safety burst disc, safety cap and with CCOE approval. As per Technical Specification attached.

Nos. 3 184689 554067.00 CONSIGNEE

2 Supply of non-toxic, environment friendly, non-corrosive, clean gaseous agent at the atmospheric pressure, safe for Electronic/ Electrical/ Telecommunication Equipment/Computers/,Human Friendly, non-residual, Non-inflammable, type agent Heptafluropropane (C3F7H) gas GLCC USA make suitable for 700 Cu. meter Volume. As per Technical Specification attached.

Kg. 381 4013 1528953.00 CONSIGNEE

3 Supply of Microprocessor Based Programmable Addressable 4-Zone Controller suitable for both Fire Alarm and Fire Suppression system. As per Technical Specification attached.

Nos. 1 61828 61828.00 CONSIGNEE

4 Supply of 50 Bar pressure/24 V DC Solenoid (Electrical) actuator assembly suitable to operate between 0 to 256 seconds. As per Technical Specification attached.

Nos. 1 39295 39295.00 CONSIGNEE

5 Supply of Actuation adopter Nos. 4 900 3600.00 CONSIGNEE

6 Supply of Manual Actuator suitable for 50 Bar operating pressure. As per Technical Specification attached.

Nos. 1 7666 7666.00 CONSIGNEE

7 Supply of Pnumatic actuator assembly suitable for 50 Bar operating pressure. As per Technical Specification attached.

Nos. 2 9548 19096.00 CONSIGNEE

8 Supply of Brass Discharge Nozzle. As per Technical Specification attached.

Nos. 5 6066.68 30333.40 CONSIGNEE

9 Supply of High Pressure Discharge hose. As per Technical Specification attached.

Nos. 3 22786 68358.00 CONSIGNEE

10 Supply of Pneumatic Actuation hose. As per Technical Specification attached.

Nos. 2 4877 9754.00 CONSIGNEE

11 Supply of Pilot House Assembly. Nos. 2 2678 5356.00 CONSIGNEE

12 Supply of Manual Gas Release Unit. As per Technical Specification attached.

Nos. 1 3572 3572.00 CONSIGNEE

13 Supply of Manual Gas Inhibit Unit. As per Technical Specification attached.

Nos. 1 3572 3572.00 CONSIGNEE

Page 26: Final tender schedule for website on 01.02wcr.indianrailways.gov.in/wcr/notice/1454393807096_Final...Detection and Suppression System for Relay Room, Equipment Room, Panel Room for

Page 26 of 39

SN DESCRIPTION UNIT QTY Rate Amount Inspection Agency

14 Supply of M.S.Seamless Pipe as per ASTM 106 Gr.B painted with 2 Coats of primer & 2 coats of Red Enamle Paint as per Design Requirement suitable for 50 Bar operating pressure.

Lot 3 40753 122259.00 CONSIGNEE

15 Supply of Discharge Pressure Switch Nos. 1 11953 11953.00 CONSIGNEE

16 Supply of Pressure Switch to Monitor the Health of Cylinder

Nos. 3 25417 76251.00 CONSIGNEE

17 Supply of 140 Ltr. Cylinder strap Nos. 3 2200 6600.00 CONSIGNEE

18 Supply of Warning Sign/Instructions stickers and Boards

Lot 1 1800 1800.00 CONSIGNEE

19 Supply of Safety malfunction device Nos. 1 6000 6000.00 CONSIGNEE

20 Supply of Reset Tools Nos. 1 5500 5500.00 CONSIGNEE

21 Supply of Aspiration type Laser Based Smoke Sensor with Internal Dual Air Filter. As per Technical Specification attached.

Nos. 2 168835 337670.00 CONSIGNEE

22 Supply of U/V Based Flame Sensor Compatible with Controller.

Nos. 2 40753 81506.00 CONSIGNEE

23 Supply of Manifold with Check valve. As per Technical Specification attached.

Nos. 3 18500 55500.00 CONSIGNEE

24 Supply of Power, Control and Data Cables for Fire Suppression System.

Lot 1 221231 221231.00 CONSIGNEE

TOTAL OF SCHEDULE 'A' 3261720.40

SCHEDULE 'B' – INSTALLATION

1 Installation, Testing & Commissioning of Automatic Fire Detection and Alarm System including Control Panel, Flame sensor, Aspiration type smoke Sensors etc,

Lot 1 203512 203512.00

TOTAL OF SCHEDULE 'B' 203512.00

SCHEDULE 'C' Maintenance

1 Comprehensive Annual Maintenance including all material (except the FM 200 gas) per Annum.

Lot 3 287480 862440.00

TOTAL OF SCHEDULE 'C' 862440.00 TOTAL OF SCHEDULE 'A' 3261720.40

TOTAL OF SCHEDULE 'B' 203512.00

GRAND TOTAL OF SCHEDULE- "A","B" & "C" 4327672.40

ROUND OFF 4327672.00

% ABOVE/BELOW/AT PAR (IN FIGURE) % ABOVE/BELOW/AT PAR (IN WORDS) Note:- Estimate rate of each item is indicated in the schedule above. Tenderers are requested to quote their rates as % above/ AT PAR/% below on overall schedule and not item wise. CONTRACTOR DSTE/C-I/BPL For DY.CSTE/C-I/BPL

Page 27: Final tender schedule for website on 01.02wcr.indianrailways.gov.in/wcr/notice/1454393807096_Final...Detection and Suppression System for Relay Room, Equipment Room, Panel Room for

Page 27 of 39

Technical Specification for Automatic Fire Detection and Suppression System for Relay Room, Equipment Room, Panel Room for Signalling installation at Itarsi RRI:-

Sr. No.

Description of Item

Design, Supply and Installation of Total Flooding System of non-toxic, environment friendly, non-corrosive, clean gaseous agent at the atmospheric pressure, safe for Electronic /Electrical/ Telecommunication Equipments/Computers, Human Friendly, non-residual, Non-inflammable, type of agent (C3F7H); for the protection of Relay Room, Equipment Room, Panel Room with Automatic sensing and Activation along with the microprocessor based programmable controller as detailed in the annexure. The 50 Bar pressure operating system should be FM and UL and VdS approved, comprising a CCOE/PESO approved seamless cylinders and should include following sub-systems:

1 140 Litre capacity Seamless cylinder fitted with valve assembly and alongwith mounting straps suitable to operate at 50 bar Pressure complete with safety burst disc, safety cap and with CCOE approval with technical details as below: (If the tenderer is not OEM then he should submit the distributor agreement or MOU with OEM)

a. The Cylinder should be of size 140 Liter with size (406mm dia. x 1440 mm height). These cylinders should be with latest seamless technology and must be CCOE/PESO approved. These cylinders should withstand the pressure of 150 bar.

b. The valve assembly should be made out from a solid block of brass and manufactured with latest technology on CNC machines with practically zero tolerance to the drawings. The valve assembly along with the cylinder must withstand the max. working pressure is 60 bar.

2 Supply of non-toxic, environment friendly, non-corrosive, clean gaseous agent at the atmospheric pressure, safe for Electronic/Electrical /Telecommunication Equipments /Equipments /Computers, Human Friendly, non-residual, Non-inflammable, type agent Heptafluropropane (C3F7H) gas (FM 200) GLCC USA make DuPont (Note:- 0.5468 Kg Meter FM 200 Gas is required for 1 Cu. Meter volume to be protected) as per detailed technical specifications as below: (If the tenderer is not OEM then he should submit the distributor agreement or MOU with OEM)

a. This fire suppressant gas should be human and environment friendly clean agent approved by FM and UL as safe gas for Green House effect. This gas should be absolutely harmless to human beings and should be extremely safe for Electronic and Electrical Equipments, Computers, Documents, Telecom Equipments.

b. This gas must be Non-toxic, Non-Corrosive, Non-residual, non-inflammable, most widely used world over as effective and clean fire suppression agent. Its boiling Point is– 16.5 degrees Centigrade (at 1.013 bar).

c. The concentration of this agent should be 7% at the discharge. d. This gas should be chemically inactive. e. This gas should not have ozone depletion potential and must meet the Kyoto

resolution for the safety of environment. f. System designed at 21degree Celsius ambient temp.

Page 28: Final tender schedule for website on 01.02wcr.indianrailways.gov.in/wcr/notice/1454393807096_Final...Detection and Suppression System for Relay Room, Equipment Room, Panel Room for

Page 28 of 39

3 Supply of microprocessor based Programmeble 8-Zone controller suitable for maximum 128 Nos. of smoke detectors and as per detailed technical specifications given below:

1) Microprocessor based programmable 4 zone controller should have following features:

1) Should be fully solid state without any electromechanical or moving parts with 16 x 4 LCD display.

2) Should be Compatible to multiple and single sensors, Addressable type smoke detectors and Aspiration type smoke detector.

3) Should be compatible to Human Occupancy sensor to detect the presence of human beings in the room.

4) Should be able to programme and control the scanning movements of flame sensor.

5) Should have Internal as well as external 110 db /24V DC hooter. 6) Should be capable to activate Fire alarm, multiple discharge/simultaneous

discharge. 7) Should have Programmable time delay from 30 sec. to 15 minutes of discharge

from the instant of detection of fire. 8) Should continuously monitor the healthiness of the Fire suppression system, and

display the same on the LCD display. 9) Should continuously monitor the healthiness of the Flame Sensor and display the

same on the LCD display. 10) Should continuously monitor the healthiness of the Aspiration Type Sensor and

display the same on the LCD display. 11) Should have the Gas leak alarm feature. 12) Should be capable of Self diagnosis and display the same on LCD display for any

fault in the system. 13) Should have different alarms for detection of fault in system and fire. 14) Should give Indications for Fire alarm, AC Mains On, fire with zone detection,

Detector health indication, Gas release timer start indication, and other programmable indications should be possible as per the requirement.

15) Should have Manual gas release and manual gas release prohibition capability with indication.

16) Should be Compatible with Data logger, Computer or any other specified telecom network.

17) Should give Relay Room occupied indication with human occupation sensor along with Relay room door opening/closing monitoring system.

18) Should have Potential free contacts with isolation, available for future use. 19) Should work 230V AC/ 24V DC power source with battery back up of 30 minutes. 20) Should be capable of Individual alarms for maximum up to 4 rooms like Relay

room, Axle Counter Room, Operating and control Panel room and Power equipment room etc. and should be capable of activating the discharge of gas in any one of the room from where the fire is detected.

21) Should be capable of manual discharge of the gas in the case of fire in human occupied room.

22) Should have on site programming facility using key board (PS-2) 23) Should have a facility to dial the pre programmed number through GSM network

or through any telecommunication network automatically in the event of fire and replay the pre-recorded message and /or SMS.

24) Should be compatible to linear heat sensing cable thereby displaying temperature and the location of fire in the cable run.

25) It should be possible to have fuzzy logic which compares the signals received from various sensors and compares it with pre programmed pattern of signals thereby confirming the presence of fire.

Page 29: Final tender schedule for website on 01.02wcr.indianrailways.gov.in/wcr/notice/1454393807096_Final...Detection and Suppression System for Relay Room, Equipment Room, Panel Room for

Page 29 of 39

4 24 V DC Solenoid (Electrical) actuator assembly suitable to actuate 50 bar system, having independent FM/UL/VdS approval as per detailed technical specifications as below: The valve assembly with integrated Solenoid Valve (Electrical Actuator) shall be made out from a solid block of brass and manufactured with latest technology on CNC machines with practically zero tolerance to the drawings. The detailed technical specifications as follow: The valve assembly with integrated Solenoid Valve (Electrical Actuator) shall be made out from a solid block of brass and manufactured with latest technology on CNC machines with practically zero tolerance to the drawings. The detailed technical specifications as follow: Designation…………………………………………B0481-B DN49 nominal diameter ..................................................DN49 (free cross-sectional area at minimum flow path 1515 mm²) operating temperature ..........................................-20 °C up to +50 °C max. working pressure at 50 °C: -- valve B0481-A DN49 .........................................60 bar minimum fill factor ................................................400 kg/m³ maximum fill factor: - FM 200 :- 50 bar 850 kg/m³ to be used for steel cylinder .................................from 80,0 l to 180,0 l valve type .............................................................type 2 acc. to EN 12094 Technical data: integrated electrical release: - voltage ...............................................................24 V DC - current intensity .................................................0,25 A ±10 % - output ................................................................6 W - protection category ...........................................IP 54 - duty cycle ..........................................................100 % Material / surface: housing, adapter, screws ....................................brass spindles, seal retainer .........................................brass O-ring / seal of seat .............................................NBR bursting disk ........................................................nickel spring ...................................................................steel Safety measures: Bursting disk operating at 88 bar

5 Manual Actuator suitable to manually actuate 50 bar pressure system having independent UL/ULC/FM/VdS approval as per the detailed technical specifications as below: It should be made from Brass and suitable for the valve assembly with integrated Solenoid Valve (Electrical Actuator) as per the specifications below: technical data: operating temperature range ................................-20 °C to +50 °C note: the manual actuation must take place at least 5 seconds application: Manual actuation of extinguishing agent cylinder valves of type One extinguishing agent cylinder valve each can be opened Manually.

Page 30: Final tender schedule for website on 01.02wcr.indianrailways.gov.in/wcr/notice/1454393807096_Final...Detection and Suppression System for Relay Room, Equipment Room, Panel Room for

Page 30 of 39

6 Pneumatic actuator assembly suitable to pneumatically actuate 50 bar pressure system having independent UL/ULC/FM/VdS approval as per the specifications below: Made out fully from Brass with stainless steel inner components and suitable for the cylinder valve assembly as per specifications below: Technical data: Response pressure ............................................min. 21 bar, max. 360 bar operating temperature range ..............................-20 °C to +50 °C Note: The actuating pressure must be applied for at least 5 seconds. The release device is equipped with two connections for pilot pipes to allow the control gas to be passed on to additional release devices.

7 Brass Nozzle: having independent UL/ULC/FM/VdS approval It should be made from brass and suitable for the gas discharge from 50 bar system. It should be as per the technical specifications as below: Medium ....................................... FM 200 with nitrogen pressure charging connection thread Rp ....................................in accordance with EN 10226 Working pressure ......................................................................min. 9,6 bar, max. 60 bar UL/ULC/FM……………………………………min 9.0 bar, max. 60 bar Coverage Area ………………………………………………….30 sq. m Area. UL/FM/FM…………………………………….100 sq. m area. Required storage pressure in extinguishing agent container dependent on system 25 bar, 42 bar or 50 bar at 21 °C nozzle body Ms ...........................................................................brass XCrNi .......................................................................stainless steel gradation of the bore hole diameters ød …………...in 0,1 mm steps temperature range ...................................................-20 °C to +50 °C

8 High Pressure Discharge Hose suitable for high pressure 50 bar system and suitable for the cylinder valve assembly having independent UL/ULC/FM/VdS approval. Technical data: Designation…………………………………. .Hose MX 200/1230 DN 40/50 90deg operating medium ........................................FM 200/Novec 1230/ Nitrogen nominal diameter .......................................................DN40 / DN50 minimum bending radius DN40 / DN50 .....................500 mm / 630 mm thread G1 / G2 DN40 ..1.7/8"-12 UNF [B1.1] / R 1.1/2" [ISO 7] DN50 ................................................2.1/2"-12 UNF [B1.1] / R 2." [ISO 7] technical data:

temperature range .........................................................-40 °C to +60 °C

Page 31: Final tender schedule for website on 01.02wcr.indianrailways.gov.in/wcr/notice/1454393807096_Final...Detection and Suppression System for Relay Room, Equipment Room, Panel Room for

Page 31 of 39

working pressure ...........................................................80 bar test pressure .................................................................120 bar burst pressure ...............................................................240 bar test certificate ...........................................EN 10204 - 3.1 (pressure test) Material / surface: union ............................................steel, galvanized, yellow chrome dulled ferrule ...........................................steel, galvanized, yellow chrome dulled flexible hose line .................................................with fabric-inserted steel hexagon nipple ...............................steel, galvanized, yellow chrome dulled Marking: manufacturer sign, type (DN.. MX200/1230), batch number, operating pressure (80 bar), approval (VdS, CE), date of manufacture (month/year) Application: to connect the valve of the extinguishing agent cylinder to the nozzle pipe, the manifold, or the check valve

9 Pneumatic actuation Hose suitable for 50 bar pressure having independent UL/ULC/FM/VdS approval. Designation…………………………………………….Hose DN4 – MX 200/1230 Technical data: operating medium………………………………..……FM 200/Novec 1230/N2/Co2 Nominal dia……………………………………………..DN4 (0.16”) Minimum bending radius…………………………….90mm (3.54”) Operating Temp……………………………………… -40 C + 60 C. working pressure .......................................................160 bar test pressure ..............................................................240 bar burst pressure ...........................................................480 bar Ferrule……………………………………PN 04 AOL conical nipple 24º with O-ring Application: To connect: -the master extinguishing agent cylinder and the pneum. Release devices of the other extinguishing agent cylinder. -two pneumatic release devices. -the pneumatic release device and the pilot pipe of multi zone systems.

10 Smoke Detectors as per the technical specifications mentioned below: Intelligent Photoelectric Smoke Detector: Features:

1. Twin LED for 360° view. 2. Electronically addressed in field. 3. Built-in microprocessor stores 14 history data. 4. Drift compensation to suit environment changing extensively. 5. Self-diagnostic. 6. Remote indicator output available. 7. Complies with EN 54-7 standard.

11 Mannual Gas Release Unit.

12 Mannual Gas Inhibit Unit.

13 Supply of MS Seamless Pipe as per ASTM 106 Gr.B painted with 2 coats of primer and 2 coats of Red Enamel paint as per the design requirements including the supply of required Bends, Elbows, Mounting Brackets made of MS Angle, holding Clamps made from 2 MM thick MS sheets etc.

Page 32: Final tender schedule for website on 01.02wcr.indianrailways.gov.in/wcr/notice/1454393807096_Final...Detection and Suppression System for Relay Room, Equipment Room, Panel Room for

Page 32 of 39

14 Pressure Gauge to monitor the health of cylinder suitable for 50 bar system having VdS approval. It is used at the side of the cylinder valve for monitoring the cylinder pressure. note switching mode: break contact (NC) / make contact (NO): Break contact or make contact by actuation of the indicator counter clockwise at the switch pressure (decrease of pressure). Technical data: pressure medium ...................................................FM 200, Novec 1230 nominal size .........................................................................50 accuracy class ......................................................................1,6 temperature ranges: product temperature, storage temperature ................-40 °C up to +60 °C ............................................................measuring medium max. +60 °C IP code ............................................................IP65 with mounted cable marking .............................................................................CE, VdS directives, standards ..EN837-1, VdS CEA 4030, EN 12094-10 measuring network, motion work .........................................copper alloy Electrical data: switching voltage ...................................................4,5 −24 V DC / VAC switching current .............................................................5 −100 mA contact load .........................................................max. 3 W, dry contact conducting wire ...........................................................two-core, 100 cm cross-section of conducting wire ............................................ø0,14 mm2 Design of instrument dial: material .....................................................................aluminium, white indicating range .......................................................0 to pressure range indicating range marked: - in red ...................................................................0 to switching point - in green ...switching point to max. working pressure at 50 °C Marking: manufacturer code (WIKA), bar, accuracy class (1,6), type designation (PGS 21.050), switch pressure via set point on dial, year (WW YY), approval sign (VdS, CE) Note for temperature ranges: Observe a working temperature from +5 °C up to +25 °C to receive an indication of loss of extinguishing agent in accordance with VdS / CE. The mechanical, electrical function of the contact pressure gauge is guaranteed within the product temperature ranges from -40 °C up to +60 °C.

15 5-stage Aspiration type Smoke sensor along with UL Approved Thermally actuating type 100 Gram Aerosol Generators FM/UL/VdS approved as per the technical details given below:

A) Aspiration Sensor: 1) The SINGLE CHANNEL system shall include all equipment’s, appliances and

necessary to install the system, complete with highly sensitive Dual Light Source Blue LED and Infra Red laser optical smoke detection for a wide range of fire detection with enhanced immunity to nuisance particulates with aspirators connected to network of sampling pipes. It should be FM and UL approved.

2) The System should have a configurable sensitivity of 0.0015 to 20% Obscuration / m.

3) The system should have the capability to generate 5 alarm signals depending

upon the level of smoke detected.

Page 33: Final tender schedule for website on 01.02wcr.indianrailways.gov.in/wcr/notice/1454393807096_Final...Detection and Suppression System for Relay Room, Equipment Room, Panel Room for

Page 33 of 39

Stage 1 (Alert) – 0.0015 to 2.05 % obs / m

Stage 2(Action1) -- 0.003 to 2.05 % obs / m Stage 3(Action2) -- 0.010 to 2.05 % obs / m Stage 4(Fire1) -- 0.040 to 20 % obs / m Stage 5(Fire2) -- 0.040 to 20% obs / m

4) The aspiration system should have the ability to integrate with the fire alarm system by utilizing 8 Form C relays : 5 for Alarm Levels, 2 for Faults and 1 to isolate

5) The aspiration units should communicate via Ethernet based inbuilt TCP/IP network to the centralized configuration / graphical software which should include configuration set up, testing, faults and alarm information.

6) The system should be effectively utilized for providing very early warning

protection for high value and enterprise critical areas. 7) The system should be a high sensitivity aspirating smoke detection with alarm

for very early warning based on the principle of Multi criteria smoke detection utilizing Blue LED light source for detection of any smoke particulates in the environment and Infra Red Laser source

8) For dust detection and nuisance rejection, aspirator and in built filter. 9) The System should have a configurable sensitivity of 0.0015 to 20%

Obscuration/m. 10) It should consist of an air sampling pipe network to transport air to the detection

system supported by calculations from a computer based design modeling software.

11) The system should have single pipe inlet with flow sensor for coverage of 8000

Sq. Feet area. 12) The filter must be a single stage disposable cartridge to filter particles in excess

of 20 microns from the air sample. 13) The system should have the capability to generate 5 alarm signals depending

upon the level of smoke detected.

Stage 1 (Alert) – 0.0015 to 2.05 % obs / m Stage 2(Action1) -- 0.003 to 2.05 % obs / m Stage 3(Action2) -- 0.010 to 2.05 % obs / m Stage 4(Fire1) -- 0.040 to 20 % obs / m Stage 5(Fire2) -- 0.040 to 20% obs / m

14) The aspiration system should have the ability to integrate with the fire alarm system by utilizing 8 Form C relays: 5 for Alarm Levels, 2 for Faults and 1 to isolate.

15) The aspiration system should have Reset Test and Disable buttons. The Reset

button should be used to reset any latching alarms and faults on the system.

Page 34: Final tender schedule for website on 01.02wcr.indianrailways.gov.in/wcr/notice/1454393807096_Final...Detection and Suppression System for Relay Room, Equipment Room, Panel Room for

Page 34 of 39

The Test button should be used to perform a test on the system. The Disable button should allow the device to be isolated from any external device or system.

16) The aspiration system should have 2 Bar Graphs for monitoring the system.

One Bar Graph with 10 Levels should be utilized to reflect the amount of particulates being detected and the second Bar Graph should represent faults and air flow. The system should be able to detect the following faults: High flow, Low flow, Isolate, Filter, Aspirator, Communication, Time, External Monitor, Sensor Fault and Configuration.

17) The system should incorporate facilities to transmit the following faults

• Low flow – If a device has decreased air flow, a Minor fault shall be generated at 20% decrease in air flow. An Urgent fault shall be generated at 50% decrease in air flow.

• Configuration – Device configuration failure. A minor fault shall be generated if a configuration update did not transfer. An Urgent fault shall be generated if no configuration exists in the system or the configuration is corrupt and the device cannot operate.

• Sensor – If the particulate sensor is not operating properly and needs immediate replacement an Urgent fault shall be generated.

• External Monitor – If the external monitor detects an open a Minor fault shall be generated.

• Time – If the internal time base needs to be updated a Minor fault shall be generated.

• Communication – If the device fails to communicate to one of its peripherals and cannot function properly, an Urgent fault shall be generated.

• Aspiration – If the aspirator is not working and requires immediate attention an Urgent fault shall be generated.

• Filter – As the filter approaches a pre-set threshold an initial warning shall be given to change the filter and a Minor fault shall be generated. If the filter is not changed within 72 hours, an Urgent fault shall be generated.

• Isolate – If the device is put into the Isolate mode, an Isolation fault shall be generated.

• High Flow – If a device has increased air flow, a Minor fault shall be generated at 20% increase in air flow. An Urgent fault shall be generated at 50% increase in air flow.

18) The aspiration units should communicate via Ethernet based TCP/IP network to

the centralized configuration / graphical software which should include configuration set up, testing, faults and alarm information.

19) The system should support 2 sensitivity modes: Acclimate mode where in the

detector should automatically adjusts itself to the environmental conditions to reduce nuisance alarms and second is Day and Night mode wherein the detector enable to preset alarm thresholds based on routine changes in the environment.

20) The system should have built-in event and smoke logging. It should store

Page 35: Final tender schedule for website on 01.02wcr.indianrailways.gov.in/wcr/notice/1454393807096_Final...Detection and Suppression System for Relay Room, Equipment Room, Panel Room for

Page 35 of 39

Smoke levels, alarm conditions and faults and user actions. The date and time of each event shall be recorded. Each detector should be capable of storing up to 18000 events with the provision to download the event logs as and when required.

SOFTWARE:

The software shall include a single software program which provides pipe network design, Aspiration units configuration, and system monitoring. The software shall provide the ability to remotely monitor the system. The software shall have the ability to provide the following:

• Test, reset, and isolate functions from remote locations • Bill of Materials for the pipe network • Pipe layout of the pipe network • Generate transportation time from the sampling holes to the detector and

sampling hole pressure • Live event monitoring • Historic event retrieval • Custom message function to input messages about a device or site • Configuration settings • Network settings • Trend graph reflecting obscuration over time

COMMUNICATION:

The aspiration units shall include an onboard Web server interface to enable remote monitoring and device configuration. Connection to the device shall be through an RJ45 jack. A password shall be required to access the Web server. The software shall include the ability to enter up to 6 e-mail addresses to send automatic updates for alarms and/or faults. Each e-mail address shall have the ability to select the type of updates which will be sent. The network shall support up to 255 devices.

B) Thermally Actuated type Aerosol Fire Fighting Generators (100Grams). (If the tenderer is not OEM then he should submit the distributor agreement or MOU with OEM):

1) 100 Grams Aerosol Fire Fighting Generators should be UL approved and should have 10 years life.

2) The N2 gas propelled Potassium based aerosol fire suppression generators must be made from potassium compound of reagent grade chemicals.

3) The generator housing will be constructed of exterior and interior stainless steel shells separated by an insulating material. Top and bottom of housing will be stainless steel and (for electrically activated units) incorporate a ¾” NPT fitting to enable direct connection to conduit. Housing will be sealed with a non-permeable membrane and will incorporate a mechanical means to insure rupture of the membrane upon activation. Housing will be non-pressurized prior to system activation. It should be finished Brushed Stainless Steel. Units should have passed salt spray corrosion testing in accordance with UL Subject 2775 as part of their listing.

4) Aerosol generated will be potassium based and agent will have no ozone depletion potential and no global warming potential. Agent will be listed by the US EPA under the SNAP program as Powered Aerosol D.

5) Aerosol generators should be listed by Underwriters Laboratories (UL) to UL

Page 36: Final tender schedule for website on 01.02wcr.indianrailways.gov.in/wcr/notice/1454393807096_Final...Detection and Suppression System for Relay Room, Equipment Room, Panel Room for

Page 36 of 39

Subject 2775 covering Fixed Condensed Aerosol Systems as per NFPA 2010 and will be cross listed with multiple UL approved panels.

6) If thermally actuated units are used, the thermal actuator will meet the Standard for Heat Responsive Links for Fire Protection Services UL 33 and will evidence compliance by UL Test Report. The aerosol generators must have approvals from internationally recognized certification labs such as UL, ULC, MCA and Active Fire.

15 Check Valves having independent UL/ULC/FM/VdS approval. Designation: ………………………………Check valve DN 50 MX – CR/CR NPT medium ....................................................FM 200, Novec 1230 , nitrogen nominal diameter .................................................................DN50 connection thread inlet ....................................................Rp 2 EN 10226 outlet .............................................................................Rc 2 ISO 7 working pressure ..................................................................60 bar test pressure…………………………………………………….90 bar leakage rate at 20 bar ..............................................≤ 20 bubbles / 1 min temperature range ........................................................-20 °C to +50 °C Material / surface: housing .......................................................................steel, galvanized internal components .........................................................stainless steel spring .............................................................................stainless steel seal ......................................................................................NBR Application: When using more than one cylinder at a conjointly pipe work a check valve is to be used with each cylinder between cylinder and pipe work. This prevent that extinguishant gets to not operated valves or escapes unaimed with dismounted cylinders.

Page 37: Final tender schedule for website on 01.02wcr.indianrailways.gov.in/wcr/notice/1454393807096_Final...Detection and Suppression System for Relay Room, Equipment Room, Panel Room for

Page 37 of 39

Page 38: Final tender schedule for website on 01.02wcr.indianrailways.gov.in/wcr/notice/1454393807096_Final...Detection and Suppression System for Relay Room, Equipment Room, Panel Room for

Page 38 of 39

Page 39: Final tender schedule for website on 01.02wcr.indianrailways.gov.in/wcr/notice/1454393807096_Final...Detection and Suppression System for Relay Room, Equipment Room, Panel Room for

Page 39 of 39

<<<<< END OF THE TENDER DOCUMENT >>>>>