-72, -160071 चंडीगढ़ के समीप पंजाब भारत...स म -क...

62
मी - बो रे ट री / Semi-Conductor Laboratory अंतिर िवभाग , भारत सरकार / Government of India, Department of Space सेटर -72, सा . . ि. नगर ( मोहाली ) -160071 , चंडीगढ़ के समीप ( पंजाब ) भारत Sector-72, S.A.S. Nagar (Mohali)-160071, Near Chandigarh (Punjab) India. फोन/Phone: +91-172-229 6166/83 फै / Fax: +91-172-2237410. ईमेल/Email: [email protected] Website: www.scl.gov.in िनिवदा सूचना सं. एससीएल/टी/161 िदनांक/ Dated: 04.11.2019 TENDER NOTICE No. SCL/PT/161 िन दे श क , एससीएल के िलए एवं उनकी ओर से से मी - कं डटर ले बो रे ट री के मुख एवं भÖडा र , िनàके िलए दो भा गɉ मɅ ऑन लाइन िनिवदा आमंित करते हɇ । For and on behalf of The Director, Head-Purchase & Stores, Semi-Conductor Laboratory (SCL) invites Online TWO part Tender for the following: मसं . Sr. No. िनिवदा या Tender Number िववरण Description या / Quantity 1 एससीएल / एस 5/ 2019E0156401 SCL/PS5/ 2019E0156401 एससीएल, सएएस नग, जाब मɅ िवɮयुत िवतरण णाली आपूित èथा प ना , परीण और कमीशन , िनिवदा दèतावेज मɅ दी गई िवèतृत जानकारी के अनुसार Supply Installation, Testing and Commissioning of Electrical Distribution System at SCL, SAS Nagar, Punjab as per details given in Tender Document. 01 No. िनिवदा दèतावेज डाउनलोड के िलए िदनांक और सम: Date & Time for download of Tender Form शुǾ/ Starts: 04.11.2019 / from 1701 बजे/hrs. (IST) समाÜत/Ends: 04.12.2019 तक/ at 1030 बजे/hrs (IST) ऑन लाइन िनिवदा को दो भागɉ मɅ èतु करने की ितिथ एवं समDate & Time of Submission of Online Tenders in TWO Parts: शुǾ/ Starts: 04.11.2019 / from 1702 बजे/hrs. (IST) समाÜत/Ends: 04.12.2019 तक/ at 1100 बजे/hrs (IST) ऑन लाइन िनिवदाएं खोलने की ितिथ एवं सम(कनीकभा) Date & Time of Opening of Online Tenders (Technical part): 11.12.2019 / from 1101 जे/hrs (IST) 12.12.2019 को/at 1700 बजे/hrs (IST) नोट/Note: 1. उपȾत िनिवदा के िनिवदा दèता वे ज को e-tender portal https://eprocure.isro.gov.in से दे ख सकते हɇ और एससीएल की वेबसाइट www.scl.gov.in / इसरो की वेबसाइट www.isro.org / सीपीपी पो ट ल ( http://eprocure.gov.in ) से डाउनलोड कर सकते हɇ Tender Document of above mentioned Tender can be accessed at e-tender portal https://eprocure.isro.gov.in and can be downloaded from SCL website (www.scl.gov.in ) /ISRO website (www.isro.gov.in)/ CPP Portal (http://eprocure.gov.in ). मुख, एवं भंडार भाग/Head, Purchase & Stores Division

Upload: others

Post on 02-Mar-2020

12 views

Category:

Documents


0 download

TRANSCRIPT

Page 1: -72, -160071 चंडीगढ़ के समीप पंजाब भारत...स म -क डक टर ल ब र टर /Semi-Conductor Laboratory अ त रक ष वभ

समी -कडकटर लबो रटरी Semi-Conductor Laboratory

अतिरकष िवभाग भारत सरकार Government of Ind ia Depar tment o f Space

सकटर -72 सा अ िस नगर (मोहाली ) -160071 चडीगढ़ क समीप ( पजाब ) भारत

Sector-72 SAS Nagar (Mohal i ) -160071 Near Chandigarh (Punjab) Ind ia

फोनPhone +91-172-229 616683 फक स Fax +91-172-2237410

ईमलEmail hpssclgovin Website wwwsclgovin

िनिवदा सचना सख या एससीएलपीटी161 िदनाक Dated 04112019

TENDER NOTICE No SCLPT161

िन दशक एससीएल क िलए एव उनकी ओर स समी - कडक टर लबो रटरी क परमख करय एव भ डार िन न क िलए दो भाग म ऑन लाइन िनिवदा आम ितरत करत ह

For and on behal f o f The Director Head-Purchase amp Stores Semi-Conductor Laboratory (SCL) inv i tes Onl ine TWO part Tender for the fo l lowing

करमस

Sr No

िनिवदा सखया

Tender Number

िववरण Descr ip t ion सखया Quant i t y

1

एससीएल पीएस5

2019E0156401 SCLPS5 2019E0156401

एससीएल एसएएस नगर पजाब म िव यत िवतरण परणाली की आप ितर थापना परीकषण और कमीशन िनिवदा द तावज म

दी गई िव तत जानकारी क अनसार

Supply Insta l la t ion Test ing and Commiss ion ing of E lect r ica l D is t r ibut ion System at SCL SAS Nagar Punjab as per deta i ls g iven in Tender Document

01 No

िनिवदा द तावज डाउनलोड क िलए िदनाक और समय Date amp Time for download of Tender Form

श Starts 04112019 स from 1701 बजhrs (IST)

समा तEnds 04122019 तक at 1030 बजhrs (IST)

ऑन लाइन िनिवदा को दो भाग म पर तत करन की ितिथ एव समय Date amp Time of Submission of Online Tenders in TWO Parts

श Starts 04112019 स from 1702 बजhrs (IST)

समा तEnds 04122019 तक at 1100 बजhrs (IST)

ऑन लाइन िनिवदाए खोलन की ितिथ एव समय (तकनीकी भाग) Date amp Time of Opening of Online Tenders (Technical part)

11122019 स from 1101 बजhrs (IST)

12122019 कोat 1700 बजhrs (IST)

नोटNote

1 उप कत िनिवदा क िनिवदा द ता वज को e- tender por ta l ht tps eprocure isrogov in स दख सकत ह और एससीएल की वबसाइट wwwsc l gov in इसरो की वबसाइट www isroorg सीपीपी पोटर ल (h t tp eprocure gov in) स डाउनलोड कर सकत ह

Tender Document of above mentioned Tender can be accessed at e-tender portal httpseprocureisrogovin and can be downloaded from SCL website (wwwsclgovin) ISRO website (wwwisrogovin) CPP Portal (httpeprocuregovin)

परमख करय एव भडार परभागHead Purchase amp Stores Division

Tender No SCLPS52019E0156401 1

TenderDetails

Tender No SCLPS52019E0156401

Tender Date 31102019

Purchase Entity Pur_Entity5

TenderNotice

E‐procurement Tender no SCLPS52019E0156401 SEMI CONDUCTOR LABORATORY (SCL) invites

ONLINE offers in TWO part system through e‐tender portal httpseprocureisrogovin for Supply

Installation Testing and Commissioning of Electrical Distribution System including Illumination MCC

Panels Fire Detection System LAN Paging etc for the Chemical Store Building at Semi‐Conductor

Laboratory (SCL SAS Nagar Mohali (Punjab) as per detailed specification and BOQ attached in tender

document

Tender Documents can be downloaded from 04112019 at 1701 hours to 04122019 up to 1030

hours The vendors need to get enrolled in the e‐tender portal to access tender and submit their offer

online Vendors need to have Digital Signature Certificate as detailed on our e‐portal and corporate e‐

mail ID to register on the above portal Only online tenders will be accepted No ManualPostalcourier

e‐mailfax tender will be entertained Please note Tender fee shall not be applicable for tenders

submitted on‐line through this portal

Vendors interested to participate in this e‐Tender are required to register themselves as vendors if not

already registered in our e‐procurement portal httpseprocureisrogovin by downloading plugins and

help demos listed on the home page of the e procurement link mentioned above to complete the

vendor registration process They can seek help from help desk 0091‐20‐253155559167969601

(Emailsupportisronextenderscom) also the home page of e procurement portal may be accessed for

any technical help for registration and subsequent process Vendors may please note that without

registering in our E‐procurement portal they will not be able to quote for this tender

Tender No SCLPS52019E0156401 2

TenderAttachments

Technical Write‐upDrawings

Attachment ‐ I

IDT00247000000000000isro05401pdf

Attachment ‐ II

IDT00247000000000000isro05402pdf

Attachment ‐ III

IDT00247000000000000isro05403pdf

Attachment ‐ IV

IDT00247000000000000isro05404pdf

Attachment ‐ V

IDT00247000000000000isro05405pdf

Standard Terms and Conditions

Instructions to Tenders (PT)1Interested tenderers may at their option login to

httpeprocureisrogovin and submit offers as per details of notification

2This being a two part tender Technical and Commercial part separate the Technical part should not

contain Pricing information The tenders containing Price details in Technical part will be treated as

unsolicited offers and rejected

3 Request for the extension of the due date will not be considered

4 SCL reserves the right to accept or reject any or all the tenders in part or full without assigning any

reasons thereof The bidder is at liberty to seek information related to bidding conditions bidding

process andor rejection of its bid

5 In this tender either the Indian Agent on behalf of the PrincipalOEM or the PrincipalOEM itself can

bid but both cannot bid simultaneously for the same item Indian agents while quoting on behalf of

Tender No SCLPS52019E0156401 3

their principals shall provide necessary latest authorization letter obtained from their

PrincipalsManufacturers in their bid

6 If an agent submits bid on behalf of the PrincipalOEM the same agent shall not submit a bid on

behalf of another PrincipalOEM in the tender for the same item If submitted all offers submitted by

the said agent shall be excluded from the procurement process

7 Late tenders delayed tenders fax quotations and e mail quotations are not considered

Bids submitted other than EGPS mode shall not be considered

8 SCL reserves the right to verify all claims made by the bidder

9 SCL reserves the right to change any milestone date of the tendering activity tender schedule

10 Tender which is not submitted in terms of instructions mentioned herein is liable to be rejected

11 If tender opening date happens to be a public holiday tender will be opened on the next working

day and interested bidders may depute their representatives to attend the Tender Opening with proper

authorization

12 The purchaser shall be under no obligation to accept the lowest or any tender and reserves the right

of acceptance of the whole or any part of the tender or portions of the quantity offered and the

tenderers shall supply the same at the rates quoted

13 It is expressly agreed that the acceptance of the Stores Contracted for is subject to final approval in

writing by the Purchaser

14 It is to be noted that the drawings specifications end use etc given by the purchaser are

confidential and shall not be disclosed to any third party

15 Prices are required to be quoted according to the units indicated in the tender When quotations are

given in terms of units other than those specified in the tender form relationship between the two sets

of units must be furnished

16 The quote should indicate quantity wise unit rate separately which have to be filled online The

Prices are to be mentioned both in figures as well as in words The taxes duties etc are to be calculated

and indicated in the column provided in online forms explicitly

17 Bidders are expected to comply with commercial and other terms and conditions given in vendor

specified terms of this tender In case of any deviation the reasons thereof should be clearly specified in

the vendor specified terms column

18 All available technical literature catalogues and other data in support of the specifications and

details of the items should be furnished along with the unraced technical offer bidder are advised not to

quote any rate with BOQ provide in technical specification document 19 Specifications Stores offered

should strictly confirm to our specifications Deviations if any should be clearly indicated by the

Tender No SCLPS52019E0156401 4

tenderer in his bid The tenderer should also indicate the MakeType number of the stores offered and

provide catalogues technical literature along with the quotations Test Certificates wherever necessary

should be forwarded along with supplies 20 The tenderer should provide the name of his bankers as

well as the latest Income Tax clearance certificate duly countersigned by the Income Tax Officer of the

Circle concerned under the seal of his office if required by the Purchaser during evaluation of tender

21 Subletting and Assignment The contractorsupplier cannot sublet transfer or assign the

orderContract or any part thereof or interests therein or benefit or advantage thereof in any manner

whatsoever to any other party save with the previous written consent of the purchaser Such consent

by the purchaser however shall not relieve or discharge the contractorsupplier from any obligation

duty or responsibility under the Purchase Order Contract

22 The contractorsupplier shall indemnify the purchaser against Workmen Compensation Act

23 The authority of the person submitting the tender if called for should be produced

24 The bids shall be opened as per schedule indicated in the Tender in the presence of the bidderstheir

authorized representatives who may like to attend the tender opening against presentation of

Authorization letter Due to any breakdown in serverlink bid opening will be continued on the

following dates

The schedule of opening of Price bids shall be intimated separately to the technically qualified bidders

only

25 PROCEDURE FOR EVALUATION OF TENDERS

Technical Evaluation Criteria

Vendor meeting the eligibility criteria and basic technical specifications mentioned in SCL Tender shall

be considered to be technically qualified

Evaluation of Price Bids

The following elements shall be considered for evaluation of Priced Commercial offer

a Price quoted by the bidder in the price bid template for meeting the functionalities given in the

Tender and Technical Specifications sheet Bid shall be evaluated on overall cost basis b Compliance

with the Payment Terms prescribed in this tender document In the event the bidder offers Payment

Terms stringent than SCL prescribed Payment Terms the bid of the bidder shall be loaded based on Base

Rate of SBI prevailing on the date of opening of price bids

c In the event of the bidder seeking a Confirmed Letter of Credit the bidders bid shall be loaded at the

rate 05 percent of the LC value towards confirmation charges

d In the event of the bidder requiring SCL to bear bank charges outside India (foreign bank charges) the

bidders bid shall be loaded at the rate 05percent of the LC value towards bank charges outside India

Tender No SCLPS52019E0156401 5

26 The bid should contain the following information

a Agency Commission Bidders are required to provide the following information in respect of their

authorised Indian Agent if any alongwith technical bid as the same is mandatory as is required for

consideration of the bid Name Address Telephone no fax no email of the Indian Agent including the

contact person A letter from the Manufacturersupplier in the current date certifying that the said

Indian Agent is their authorised Indian Agent and also indicating the responsibilitiesrole of the Indian

Agent under the proposed purchase Renumerationservice charges payable to the Indian Agent under

the proposed purchase The amount of agency commission included in the price and payable to Indian

Agent of the contractor shall be paid directly to the Indian Agents by the Purchasers in equivalent in

Indian rupees on the basis of an invoice from him applying TT buying rate of exchange ruling on the date

of placement of the Purchase Order and which shall not be subject to any further exchange variations

The payment will be released to the Indian Agents within 30 days from the date of acceptance of the

goods

b Details of any technical service if required for erection assembly commissioning and

demonstration

27 The FOBFCA prices quoted should be inclusive of all taxes levies duties arising in the tenderer

country

28 The details of Import License will be furnished in the Purchase Order

29 Instructionoperation manual containing all assembly details including wiring diagrams should be

sent wherever necessary in duplicate All documentscorrespondence should be in English Language

only

30 Part shipment is not allowed unless specifically agreed to by us

31 As far as possible stores should be dispatched by Indian Flagged Vessels Air India or through any

Agency nominated by us

32 RECOVERY OF SUM DUE

Whenever any claim for the payment of whether liquidated or not money arising out of or under this

Contract against the Contractor the purchaser shall be entitled to recover such sum by appropriating in

part or whole the security deposited by the Contractor if a security is taken against the Contract In the

event of the security being insufficient or if no security has been taken from the Contractor then the

balance or the total sum recoverable as the case may be shall be deducted from any sum then due or

which at any time thereafter may become due to the Contractor under this or any other Contract with

the purchaser Should this sum be not sufficient to cover the full amount recoverable the Contractor

shall pay to the purchaser on demand the remaining balance due Similarly if the purchaser has or

makes any claim whether liquidated or not against the Contractor under any other Contract with the

purchaser the payment of all moneys payable under the Contract to the Contractor including the

Tender No SCLPS52019E0156401 6

security deposit shall be withheld till such claims of the purchaser are finally adjudicated upon and paid

by the Contractor

33 LANGUAGE AND MEASURES

All documents pertaining to the Contract including specification schedule notice correspondence

operating and maintenance instructions drawings or any other writings shall be written in English

language The metric system of measurement shall be used exclusively in the Contract

34TECHNICAL DOCUMENTATION

The Contractor shall provide installation operation maintenance and programming manual All

documentation shall be in English language

35 CONTRACTORS DEFAULT LIABILITY

The purchaser may upon written notice of default to the Contractor terminate the Contract in

whole or in part in circumstances detailed hereunder

a) If in the judgement of the Purchaser the Contractor fails to make delivery of Stores within the

time specified in the Contractagreement or within the period for which extension has been

granted by the Purchaser to the Contractor

b) If in the judgment of the Purchaser the Contractor fails to comply with any of the other provisions of

this Contract

In the event the Purchaser terminates the Contract in whole or in part as provided in this tender

document the Purchaser reserves the right to Purchase upon such terms and in such a manner as he

may deem appropriate stores similar to that terminated and the Contractor shall be liable to the

Purchaser for any additional costs for such similar stores andor for liquidated damages for delay as

defined in Clause 24 until such reasonable time as may be required for the final supply of stores

A) If this Contract is terminated as provided in this tender document the Purchaser in addition to any

other rights provided in this Article may require the Contractor to transfer title and deliver to the

Purchaser under any of the following clauses in the manner and as directed by the Purchaser

a) Any completed stores

b) Such partially completed stores

drawing information and Contract rights (hereinafter called manufacturing material) as the Contractor

has specifically produced or acquired for the performance of the Contract as terminated The Purchaser

shall pay to the Contractor the Contract price for completed stores delivered to and accepted by the

purchaser and for manufacturing material delivered and accepted

B) In the event the Purchaser does not terminate the Contract as provided in this tender document the

Contractor shall continue the performance of the Contract in which case he shall be liable to the

Tender No SCLPS52019E0156401 7

purchaser for liquidated damages for delay as set out in this tender document until the stores are

accepted

DOS PM‐ 20

INSTRUCTIONS TO TENDERERS AND TERMS CONDITIONS OF TENDER

1 Bid Open Authorization shall be submitted on line only complying specified schedule

2 Late tenders and delayed tenders will not be considered

3 GST andor other dutieslevies legally leviable and intended to be claimed should be distinctly shown

separately in the tender

4 (a) Your quotation should be valid for 90 days (single part tender) and 120 days (two part tender)

from the date of opening of the tender

(b)Prices are required to be quoted according to the units indicated in the annexed tender form

When quotations are given in terms of units other than those specified in the tender form relationship

between the two sets of units must be furnished

5 Preference will be given to those tenders offering supplies from ready stocks and on the basis of FOR

destinationdelivery at site

6 (a) All available technical literature catalogues and other data in support of the specifications and

details of the items should be furnished along with the offer

(b) Samples if called for should be submitted free of all charges by the tenderer and the Purchaser

shall not be responsible for any loss or damage thereof due to any reason whatsoever In the event of

non acceptance of tender the tenderer will have to remove the samples at his own expense

(c) Approximate net and gross weight of the items offered shall be indicated in your offer If

dimensional details are available the same should also be indicated in your offer

(d) Specifications Stores offered should strictly confirm to our specifications Deviations if any should

be clearly indicated by the tenderer in his quotation The tenderer should also indicate the MakeType

number of the stores offered and provide catalogues technical literature and samples wherever

necessary along with the quotations Test Certificates wherever necessary should be forwarded along

with supplies Wherever options have been called for in our specifications the tenderer should address

all such options Wherever specifically mentioned by us the tenderer could suggest changes to

specifications with appropriate response for the same

Tender No SCLPS52019E0156401 8

7 The purchaser shall be under no obligation to accept the lowest or any tender and reserves the right

of acceptance of the whole or any part of the tender or portions of the quantity offered and the

tenderers shall supply the same at the rates quoted

8 The tenderer should supply along with his tender the name of his bankers as well as the latest

Income Tax clearance certificate duly countersigned by the Income Tax Officer of the Circle concerned

under the seal of his office if required by the Purchaser

9 The Purchaser reserves the right to place order on the successful tenderer for additional quantity up

to 25 of the quantity offered by them at the rates quoted

10 The authority of the person signing the tender if called for should be produced

TERMS CONDITIONS OF TENDER

1 DEFINITIONS

(a) The term PURCHASER shall mean the President of India or his successors or assigns

(b) The term CONTRACTOR shall mean the person firm or company with whom or with which the

order for the supply of stores is placed and shall be deemed to include the Contractors successors

representative heirs executors and administrators unless excluded by the Contract

(c) The term STORES shall mean what the Contractor agrees to supply under the Contract as specified

in the Purchase Order including erection of plants machinery and subsequent testing should such a

condition is included in the Purchase Order

(d) The term PURCHASE ORDER shall mean the communication signed on behalf of the Purchaser by an

Officer duly authorised intimating the acceptance on behalf of the Purchaser on the terms and

conditions mentioned or referred to in the said communication accepting the tender or offer of the

Contractor for supply of stores or plant machinery or equipment or part thereof

2 PRICESTender offering firm prices will be preferred Where a price variation clause is insisted upon by

a tenderer quotation with a reasonable ceiling should be submitted Such offers should invariably be

supported by the base price taken into account at the time of tendering and also the formula for any

such variations

3 SECURITY DEPOSITOn acceptance of the tender the Contractor shall at the option of the Purchaser

and within the period specified by him deposit with him in cash or in any other form as the Purchaser

may determine security deposit not exceeding ten percent of the value of the Contract as the Purchaser

shall specify If the Contractor is called upon by the Purchaser to deposit AtildelsaquoAringldquoSecurity and the

Contractor fails to provide the security within the period specified such failure shall constitute a breach

of the Contract and the Purchaser shall be entitled to make other arrangements for the re purchase of

Tender No SCLPS52019E0156401 9

the stores contracted at the risk of the Contractor in terms of Sub Clause (ii) and (iii) of clause 10(b)

hereof andor to recover from the Contractor damages arising from such cancellation

4 GUARANTEE REPLACEMENT

(a) The Contractor shall guarantee that the stores supplied shall comply fully with thespecifications laid

down for material workmanship and performance

(b) For a period of twelve months after the acceptance of the stores if any defects arediscovered

therein or any defects therein found to have developed under proper use arising from faulty stores

design or workmanship the Contractor shall remedy such defects at his own cost provided he is called

upon to do so within a period of 14 months from the date of acceptance thereof by the purchaser who

shall state in writing in what respect the stores or any part thereof are faulty

(c) If in the opinion of the purchaser it becomes necessary to replace or renew any efective stores

such replacement or renewal shall be made by the Contractor free of all costs to the purchaser

provided the notice informing the Contractor of the defect is given by the purchaser in this regard within

the said period of 14 months from the date of acceptance thereof

(d) Should the Contractor fail to rectify the defects the purchaser shall have the right to reject or

repair or replace at the cost of the Contractor the whole or any portion of the defective stores

(e) The decision of the purchaser notwithstanding any prior approval or acceptance or inspection

thereof on behalf of the purchaser as to whether or not the stores supplied by the Contractor are

defective or any defect has developed within the said period of 12 months or as to whether the nature

of the defects requires renewal or replacement shall be final conclusive and binding on the Contractor

(f) To fulfil guarantee conditions outlined in clause 4 (a) to (e) above the Contractor shall at the

option of the purchaser furnish a Bank Guarantee (as prescribed by the purchaser) from a Bank

approved by the purchaser for an amount equivalent to 10 of the value of the Contract along with first

shipment documents On the performance and completion of the Contract in all respects the Bank

Guarantee will be returned to the Contractor without any interest

(g) All the replacement stores shall also be guaranteed for a period of 12 months from the date of

arrival of the stores at purchasers site

(h) Even while the 12 months guarantee applies to all stores in case where a greater period is called

for by our specifications then such a specification shall apply in such cases the period of 14 months

referred to in para 4 (b) (c) shall be the asked for guarantee period plus two months

5 PACKING FORWARDING INSURANCEThe Contractor will be held responsible for the stores being

sufficiently and properly packed for transport by rail road sea or air to withstand transit hazards and

ensure safe arrival at the destination The packing and marking of packages shall be done by and at the

expense of the Contractor The purchaser will not pay separately for transit insurance all risks in transit

Tender No SCLPS52019E0156401 10

being exclusively of the Contractor and the Purchaser shall pay only for such stores as are actually

received in good condition in accordance with the Contract

6 DESPATCHThe Contractor is responsible for obtaining a clear receipt from the Transport Authorities

specifying the goods dispatched The consignment should be dispatched with clear Railway

ReceiptLorry Receipt If sent in any other mode it shall be at the risk of the Contractor Purchaser will

take no responsibility for short deliveries or wrong supply of goods when the same are booked on said

to contain basis Purchaser shall pay for only such stores as are actually received by them in accordance

with the Contract

7 TEST CERTIFICATEWherever required test certificates should be sent along with the dispatch

documents

8 ACCEPTANCE OF STORES

(a) The stores shall be tendered by the Contractor for inspection at such places as may be specified by

the purchaser at the Contractors own risk expense and cost

(b) It is expressly agreed that the acceptance of the stores Contracted for is subject to final approval

by the purchaser whose decision shall be final

(c) If in the opinion of the purchaser all or any of the stores do not meet the performance or quality

requirements specified in the Purchase Order they may be either rejected or accepted at a price to be

fixed by the purchaser and his decision as to rejection and the prices to be fixed shall be final and

binding on the Contractor

(d) If the whole or any part of the stores supplied are rejected in accordance with Clause No 8 (c)

above the purchaser shall be at liberty with or without notice to the Contractor to purchase in the

open market at the expense of the Contractor stores meeting the necessary performance and quality

Contracted for in place of those rejected provided that either the purchase or the agreement to

purchase from another supplier is made within six months from the date of rejection of the stores as

aforesaid

9 REJECTED STORESRejected stores will remain at destination at the Contractors risk and responsibility

If instructions for their disposal are not received from the Contractor within a period of 14 days from the

date of receipt of the advice of rejection the purchaser or his representative has at his discretion the

right to scrap or sell or consign the rejected stores to Contractors address at the Contractors entire risk

and expense freight being payable by the Contractor at actuals

10 DELIVERY

(a) The time for and the date of delivery of the stores stipulated in the Purchase Order shall be deemed

to be the essence of the Contract and delivery must be completed on or before the specified dates

Tender No SCLPS52019E0156401 11

(b) Should the Contractor fail to deliver the stores or any consignment thereof within the period

prescribed for such delivery the purchaser shall be entitled at his option either

(i) to recover from the Contractor as agreed liquidated damages and not by way of penalty a sum of

05 per week of the price of any stores which the Contractor has failed to deliver as aforesaid or during

which the delivery of such store may be in arrears subject to a minimum of 10 or

(ii) to purchase from elsewhere without notice to the Contractor on the account and at the risk of the

Contractor the stores not delivered or others of a similar description (where others exactly complying

with the particulars are not in the opinion of the purchaser readily procurable such opinion being

final) without cancelling the Contract in respect of the consignment (s) not yet due for delivery or

(iii) to cancel the Contract or a portion thereof and if so desired to purchase or authorise the purchase of

stores not so delivered or others of a similar description (where others exactly if complying with the

particulars are not in the opinion of the purchaser readily procurable such opinion final) at the risk and

cost of the Contractor In the event of action being taken under sub clause (ii) (iii) of clause 10 (b) above

the Contractor shall be liable for any loss which the purchaser may sustain on that account provided

that the re purchase or if there is an agreement to repurchase then such agreement is made within six

months from the date of such failure But the Contractor shall not be entitled to any gain on such re

purchase made against default The manner and method of such re purchase shall be at the discretion of

the purchaser whose decision shall be final It shall not be necessary for the purchaser to serve a notice

of such re purchase on the defaulting Contractor This right shall be without prejudice to the right of the

purchaser to recover damages for breach of Contract by the Contractor

11EXTENSION OF TIMEAs soon as it is apparent that the Contract dates cannot be adhered to an

application shall be sent by the Contractor to the purchaser If failure on the part of the Contractor to

deliver the stores in proper time shall have arisen from any cause which the purchaser may admit as

reasonable ground for an extension of the time (and his decision shall be final) he may allow such

additional time as he considers it to be justified by circumstances of the case without prejudice to the

purchasers right to recover liquidated damages under clause 10 thereof

12 ERECTION OF PLANT MACHINERYWherever erection of a plant or machinery is the responsibility of

the Contractor as per the terms of the Contract and in case the Contractor fails to carry out the erection

as and when called upon to do so within the period specified by the purchaser the purchaser shall have

the right to get the erection done through any source of his choice In such an event the Contractor

shall be liable to bear any additional expenditure that the purchaser is liable to incur towards erection

The Contractor shall however not be entitled to any gain due to such an action by the purchaser

13 PAYMENT Contractors bill will be passed for payment only after the stores have been received

inspected and accepted by the Purchaser

14 MODE OF PAYMENT Normally payment will be made for the accepted stores within 30 days from

the date of receipt of the materials

Tender No SCLPS52019E0156401 12

15 RECOVERY OF SUM DUE Whenever any claim for the payment of whether liquidated or not money

arising out of or under this Contract against the Contractor the purchaser shall be entitled to recover

such sum by appropriating in part or whole the security deposited by the Contractor if a security is

taken against the Contract In the event of the security being insufficient or if no security has been taken

from the Contractor then the balance or the total sum recoverable as the case may be shall be

deducted from any sum then due or which at any time thereafter may become due to the Contractor

under this or any other Contract with the purchaser Should this sum be not sufficient to cover the full

amount recoverable the Contractor shall pay to the purchaser on demand the remaining balance due

Similarly if the purchaser has or makes any claim whether liquidated or not against the Contractor

under any other Contract with the purchaser the payment of all moneys payable under the Contract to

the Contractor including the security deposit shall be withheld till such claims of the purchaser are

finally adjudicated upon and paid by the Contractor

16 INDEMNITY The Contractor shall warrant and be deemed to have warranted that all stores supplied

against this Contract are free and clean of infringement of any Patent Copyright or Trademark and shall

at all times indemnify the purchaser against all claims which may be made in respect of the stores for

infringement of any right protected by Patent Registration of design or Trade mark and shall take all risk

of accidents or damage which may cause a failure of the supply from whatever cause arising and the

entire responsibility for sufficiency of all means used by him for the fulfilment of the contact

17 ARBITRATION In the event of any disputes differences or claims arising out of or relating to the

interpretation and application of the Contract such disputes or differences or claims shall be settled

amicably by mutual consultations of the good Offices of the respective Parties and recognizing their

mutual interests attempt to reach a solution satisfactory to both the parties If such a resolution is not

possible within 30 days from the date of receipt of written notice of the existence of such disputes

then the unresolved disputes or differences or claims shall be referred to the Sole Arbitrator

appointed by the Parties by mutual consent in accordance with the rules and procedures of Arbitration

and Conciliation Act 1996 as amended from time to time The arbitration shall be conducted in New

Delhi in the Arbitration and Conciliation Centre New Delhi (Domestic and International) as per its rules

and regulations The expenses for the Arbitration shall be shared equally or as may be determined by

the Arbitrator The considered and written decision of the Arbitrator shall be final and binding between

the Parties The applicable language for Arbitration shall be English only

Work under the Contract shall be continued by the CONTRACTOR during the pendency of arbitration

proceedings without prejudice to a final adjustment in accordance with the decision of the Arbitrator

unless otherwise directed in writing by the Purchaser or unless the matter is such that the works cannot

be possibly continued until the decision (whether final or interim) of the Arbitrator is obtained

18 COUNTER TERMS AND CONDITION OF SUPPLIERS Where counter terms and conditions printed or

cyclostyled conditions have been offered by the supplier the same shall not be deemed to have been

accepted by the Purchaser unless specific written acceptance thereof is obtained

Tender No SCLPS52019E0156401 13

19 SECURITY FOR PURCHASE OF MATERIALS Successful tenderer will have to furnish in the form of a

bank guarantee or any other form as called for by the purchaser towards adequate security for the

materials and properties provided by the Purchaser for the due execution of the Contract

20 In eprocurement system submission of bid is a two step process After submission of their bids

bidders have to wait for bid sealing by Purchaser Subsequently bidders have to complete open

authorization in the eprocurement system to enable the Purchaser to open the bid If open

authorization is not completed by the bidder then Purchaser will not be able to open the bid and the

bid becomes invalid

In case bidder encounters any technical snag pertaining to eprocurement system while acting on the

tender computer screen shot of the error message with date time stamp on the web browser along

with the query shall be e mailed by the bidder to the help desk for resolution of the problem at least 2

working days before the due date and time of bid submission The contact detail of the help desk is

available on the home page of the eprocurement website

Purchaser will make all efforts to resolve technical queries reported by the bidders but will not be bound

to do so if the problems are reported beyond the time mentioned above Purchaser will not be

responsible for non submission of bids for such cases

The time taken to ascertain evaluate and suggest a solution for the problem reported by bidder may

vary from case to case Hence bidders are advised to submit the bid well in advance before closing date

and time to avoid last minute issues

DOS PM‐ 22

Instruction to Tenderer

1 Bid Open Authorization shall be submitted online only complying specified schedule and complete in

all respects with technical specifications including pamphlets and catalogues

2 A Proforma Invoice may also be given which should contain the following information

a) The FOBFCA value the C and F value for import by Sea freight Air freight up to and for air parcel

post up to should be separately indicated

b) Agency Commission The amount of commission included in the price and payable to the Indian Agent

of the Contractor shall be paid directly to the Indian Agent by the Purchaser in equivalent Indian Rupees

on the basis of an Invoice from him applying TT buying rate of exchange ruling on the date of

placement of the Purchase Order and which shall not be subject to any further exchange variations This

payment will be released to the Indian Agent immediately after Customs clearance of the goods in India

Tender No SCLPS52019E0156401 14

c) The Contractor shall invoice only for the net amount payable to deducting the amount of Agency

Commission included in the invoice which will be paid to the Indian Agent directly by the Purchaser

However the Contractors invoice should separately reflect the amount of commission payable to his

Indian Agent

d) The earliest delivery period and country of origin of the Stores

e) Bankers name address telephonefax Nos and eMail ID of the Contractor

f) The approximate net and gross weight and dimensions of packages cases

g) Recommended spares for satisfactory operation for a minimum period of one year

h) Details of any technical service if required for erection assembly commissioning and demonstration

3 The FOBFCA and C and F prices quoted should be inclusive of all taxes levies duties arising in the

tenderers country

4 The offer should be valid for a minimum period of 90 days (single part tender) and 120 days (Two part

tender) from the due date of opening of the tender

5 Samples if called for should be sent free of all charges

6 Late and delayed tenders will not be considered Quotations by cable must be followed by detailed

offers

7 Offers made by Indian Agents on behalf of their Principals should besupported by the proforma

invoice of their Principals

8 The details of Import Licence will be furnished in the Purchase Order

9 The authority of person signing the tender if called for shall be produced

10 Instructions Operation Manual containing all assembly details including wiring diagrams should be

sent wherever necessary in duplicate All documents correspondence should be in English language

only

11 The Purchaser reserves the right to accept or reject the lowest or any offer in whole or part without

assigning any reason

12 It is expressly agreed that the acceptance of the Stores Contracted for is subject to final approval in

writing by the Purchaser

13 a) Part shipment is not allowed unless specifically agreed to by us

b) As far as possible stores should be despatched by Indian Flag Vessels Air India through any Agency

nominated by us

Tender No SCLPS52019E0156401 15

14 Inspection Test Certificate should be provided for the goods after testing it thoroughly at the

Contractors works If any Inspection by Lloyds or any other testing agency is considered necessary it

shall be arranged by Contractors

15 Where erection or assembly or commissioning is a part of the Contract it should be done

immediately on notification The Contractor shall beresponsible for any lossdamage sustained due to

delay in fulfilling this responsibility

16 For items having shelf life those with maximum shelf life should be supplied if order is placed

TERMS AND CONDITIONS

1 DEFINITIONS

(a) The term Purchaser shall mean the President of India or his successors or assignees

(b) The term Contractor shall mean the person firm or company with whom or with which the order for

the supply of stores is placed and shall be deemed to include the Contractors Successors

representatives heirs executors and administrators unless excluded by the Contract

(c) The term Purchase Order shall mean the communication signed on behalf of the Purchaser by an

officer duly authorised intimating the acceptance on behalf of the Purchaser on the terms and

conditions mentioned or referred to in the said communication accepting the Tender or offer of the

Contractor for supply of stores of plant machinery or equipment of part thereof

(d) The term Stores shall mean what the Contractor agrees to supplyunder the Contract as specified in

the Purchase Order

2 PRICES

Tenders offering firm prices will be preferred Where a price variation clause is insisted upon by a

tenderer quotations with a reasonable ceiling should be submitted Such offers should invariably be

supported by the base price taken into account at the time of tendering and also the formula for any

such variations

3 TERMS OF PAYMENT

31 Being a Department of the Government of India the normal terms of payment are by Sight Draft

However other terms of payment like establishment of Letter of Credit may be considered by the

Purchaser on such terms and conditions as may be agreed upon

32 The Sight Draft Letter of Credit will be operative on presentation of the under mentioned

documents

a) Original Bill of Lading Airway Bill

Tender No SCLPS52019E0156401 16

b) Commercially certified invoices describing the stores delivered quantity unit rate and their total

value in triplicate The invoice should indicate the discounts if any and Agency Commission separately

c) Packing List showing individual dimensions and weight of packages

d) Country of Origin Certificate in duplicate

e) Test Certificate

f) Declaration by the Seller that the contents in each case are not less than those entered in the invoices

and the quality of the Stores are guaranteed as per the specifications asked for by the Purchaser

g) Warrantee and guarantee Certificates vide Clause 20 herein below

4 IMPORTANT LICENCE

Reference to Import License No and date and Contract number and date shall be prominently indicated

in all the documents

5 DEMURRAGE

Supplier shall bear demurrage charges if any incurred by the purchaser due to delayed presentation of

shipping documents as prescribed in the bankers within a reasonable time (say within 10 to 12 days)

from the date of bill of lading for sea consignments and within 3 to 4 days from the date of Air Way Bill

for air consignments

6 ADDRESS OF INDIAN AGENTS

7 GUARANTEED TIME DELIVERY

The time for and the date of delivery stipulated in the Purchase Order shall be deemed to be the

essence of the Contract Delivery must be completed within the date specified therein

8 INSPECTION AND ACCEPTANCE TEST

81 The Purchaser representatives shall also be entitled at all reasonabletimes during manufacture to

inspect examine and test on the Contractors premises the material and workmanship of all stores to be

supplied under this Contract and if part of the said stores is being manufactured on other premises the

Contractor shall obtain for the purchasers representative permission to inspect examine and test as if

the equipment were being manufactured on the Contractors premises Such inspection examination

and testing shall not release the Contractor from the obligations under this Contract

82 For tests on the premises of the Contractor or of any of his subContractors the Contractor shall

provide free of cost assistance labourmaterial electricity fuel and instruments as may be required or

as may be reasonably needed by the purchasers representative to carry out the tests efficiently

Tender No SCLPS52019E0156401 17

83 When the stores have passed the specified test the purchasers representative shall furnish a

certificate to the effect in writing to the Contractor The Contractor shall provide copies of the tests

certificates to the purchaser as may be required

9 MODE OF DESPATCH

Generally stores should be despatched through Indian Flagged Vessel Air India or through any other

Agency nominated by the purchaser A copy of the invoice and packing list should invariably be kept

inside each of the packages

10 PORT OF ENTRY

New Delhi Mumbai

11 CONSIGNEE

Purchase and Stores Officer Stores

12 SHIPPING MARKS

The mark on the shipping documents such as invoice bill of lading and on the packages should be as

follow

PURCHASE ORDER NO

DATED

GOVERNMENT OF INDIA

DEPARTMENT OF SPACE

(name of the CentreUnit)

Destination

Port of Entry

13 INSURANCE OF THE STORES

The necessity or otherwise of insurance will be as indicated in the Purchase Order

14 CONTRACTORS DEFAULT LIABILITY

141 The purchaser may upon written notice of default to the Contractorterminate the Contract in

whole or in part in circumstances detailedhereunder

Tender No SCLPS52019E0156401 18

a) If in the judgement of the Purchaser the Contractor fails to makedelivery of Stores within the time

specified in the Contract agreement or within the period for which extension has been granted by the

Purchaser to the Contractor

b) If in the judgment of the Purchaser the Contractor fails to comply with any of the other provisions of

this Contract

15 In the event the Purchaser terminates the Contract in whole or in part as provided in Clause 14 the

Purchaser reserves the right to Purchase upon such terms and in such a manner as he may deem

appropriate stores similar to that terminated and the Contractor shall be liable to the Purchaser for any

additional costs for such similar stores andor for liquidated damages for delay as defined in Clause 19

until such reasonable time as may be required for the final supply of stores

151If this Contract is terminated as provided in Clause 14 the Purchaser in addition to any other rights

provided in this Article may require the Contractor to transfer title and deliver to the Purchaser under

any of the following clauses in the manner and as directed by the Purchaser

a) Any completed stores

b)Such partially completed stores drawing information and Contract rights (hereinafter called

manufacturing material) as the Contractor has specifically produced or acquired for the performance of

the Contract as terminated The Purchaser shall pay to the Contractor the Contract price for completed

stores delivered to and accepted by the purchaser and for manufacturing material delivered and

accepted

152 In the event the Purchaser does not terminate the Contract as provided in Clause 14 the

Contractor shall continue the performance of the Contract in which case he shall be liable to the

purchaser for liquidated damages for delay as set out in Clause for DELAY IN COMPLETION

LIQUIDATED DAMAGES until the stores are accepted

16 REPLACEMENT

If the stores or any portion thereof is damaged or lost during transit thePurchaser shall give notice to

the Contractor setting forth particulars of such stores damaged or lost during transit The replacement

of such stores shall be effected by the Contractor within a reasonable time to avoid unnecessary delay in

the intended usage of the Stores In case the purchaser agrees the price towards replacement items

shall be paid by the purchaser on the basis of original price quoted in the tender or as reasonably

worked out from the tender

17 REJECTION

In the event that any of the stores supplied by the Contractor is found defective in material or

workmanship or otherwise not in conformity with the requirements of the Contract specifications the

purchaser shall either reject the stores or request the Contractor in writing to rectify the same The

Tender No SCLPS52019E0156401 19

Contractor on receipt of such notification shall either rectify or replace the defective stores free of cost

to the purchaser If the Contractor fails to do so the purchaser may at his option either

a) replace or rectify such defective stores and recover the extra cost so involved from the Contractor or

b) terminate the Contract for default as provided under clause 14 above or

c) acquire the defective stores at a reduced price considered equitable under the circumstances The

provision of this article shall not prejudice the Purchasers rights under clause 19

18 EXTENSION OF TIME

If the completion of supply of stores is delayed due to reason of force majeure such as acts of god acts

of public enemy acts of Government fires floods epidemics quarantine restriction strikes freight

embargoes etc the Contractor shall give notice within 15 days to the purchaser in writing of his claim

for an extension of time The purchaser on receipt of such notice after verification if necessary may

agree to extend the Contract delivery date as may be reasonable but without prejudice to other terms

and conditions of the Contract

19 DELAY IN COMPLETION LIQUIDATED DAMAGES

If the Contractor fails to deliver the stores within the time specified in theContract or any extension

thereof the purchaser shall recover from theContractor as liquidated damages a sum of onehalf of one

percent (05percent) of the Contract price of the undelivered stores for each calendar week of delay

The total liquidated damages shall not exceed ten percent (10 percent) of the Contract price of the unit

or units so delayed Stores will be deemed to have been delivered only when all their component parts

are also delivered If certain components are not delivered in time the stores will be considered as

delayed until such time as the missing parts are delivered

20 GUARANTEE and REPLACEMENT

a) The Contractor shall guarantee that the stores supplied shall comply fully with the specifications laid

down for material workmanship and performance

b) For a period of twelve months after the acceptance of the stores if any defects are discovered

therein or any defects therein are found to have developed under proper use arising from faulty

materials design or workmanship the Contractor shall remedy such defects at his own cost provided he

is called upon to do so within a period of 14 months from the date of acceptance thereof by the

Purchaser who shall state in writing in what respect the stores or any parts thereof are faulty

c) If in the opinion of the purchaser it becomes necessary to replace or renew any defective stores such

replacements or renewals shall be made by the Contractor free of all costs to the purchaser provided

the notice informing the Contractor of the defect is given by the purchaser in this regard within the said

period of 14 months from the date of acceptance thereof

Tender No SCLPS52019E0156401 20

d) Should the Contractor fail to rectify the defects the purchaser shall have the right to reject or repair

or replace at the cost of the Contractor the whole or any portion of the defective stores

e) The decision of the Purchaser notwithstanding any prior approval or acceptance or inspection

thereof on behalf of the purchaser as to whether or not the stores supplied by the Contractor are

defective or any defects has developed within the said period of 12 months or as to whether the nature

of the defects requires renewal or replacement shall be final conclusive and binding on the Contractor

f) To fulfill guarantee conditions outlined in Clause 20 (a) to (e) above the Contractor shall at the option

of the purchaser furnish a Bank Guarantee (as prescribed by the purchaser Bank Guarantee format

enclosed) from a Bank approved by the purchaser for an amount equivalent to 10Percent of the value of

the Contract along with first shipment documents On the performance and completion of the Contract

in all respects the Bank Guarantee will be returned to the Contractor without any interest

g) All the replacement stores shall also be guaranteed for a period of 12 months from the date of arrival

of stores at purchasers site

h) Even while the 12 months guarantee applies to all stores in case where a greater period is called for

by our specifications then such a specification shall apply and in such cases the period of 14 months

referred to in Clause 20 (b) and (c) shall be asked for guarantee period plus two months

21 REQUIREMENT OF ADDITIONAL NUMBERS OF THE STORESSPARE PARTS ORDERED

The Contractor shall also undertake the supply of additional number of items covered by the order as

considered necessary by the purchaser at a later date the actual price to be paid shall be mutually

agreed to after negotiations

22 PACKING

a) The Contractor wherever applicable shall pack and crate all stores for sea air shipment as applicable

in a manner suitable for export to a tropical humid climate in accordance with internationally accepted

export practices and in such a manner so as to protect it from damage and deterioration in transit by

road rail or sea for space qualified stores The Contractors shallbe held responsible for all damages due

to improper packing

b) The Contractor shall ensure that each box unit of shipment is legible and properly marked for

correct identification The failure to comply with this requirement shall make the Contractor liable for

additional expenses involved

c) The Contractor shall notify the purchaser of the date of shipment from the port of embarkation as

well as the expected date of arrival of such shipment at the designated port of arrival

d) The Contractor shall give complete shipment information concerning the weight size content of each

packages etc

Tender No SCLPS52019E0156401 21

e) Transshipment of equipment shall not be permitted except with the written permission of the

purchaser

f) Apart from the despatch documents negotiated through Bank the following documents shall also be

airmailed to the purchaser within 7 days from the date of shipment by sea and within 3 days in case of

air consignments

a) Commercial Bill of Lading Air Way Bill Post parcel Receipt (Two nonnegotiable copies)

b) Invoice (3 copies)

c) Packing List (3 copies)

d) Test Certificate (3 copies)

e) Certificate of Origin

The Contractor shall also ensure that one copy of the packing list is enclosed in each case

23 ARBITRATION

In the event of any disputes differences or claims arising out of or relating to the interpretation and

application of the Contract such disputes or differences or claims shall be settled amicably by mutual

consultations of the good Offices of the respective Parties and recognizing their mutual interests

attempt to reach a solution satisfactory to both the parties If such a resolution is not possible within 30

days from the date of receipt of written notice of the existence of such disputes then the unresolved

disputes or differences or claims shall be referred to the Sole Arbitrator appointed by the Parties by

mutual consent in accordance with the rules and procedures of Arbitration and Conciliation Act 1996 as

amended from time to time The arbitration shall be conducted in New Delhi in the Arbitration and

Conciliation Centre New Delhi (Domestic and International) as per its rules and regulations The

expenses for the Arbitration shall be shared equally or as may be determined by the Arbitrator The

considered and written decision of the Arbitrator shall be final and binding between the Parties The

applicable language for Arbitration shall be English only

Work under the Contract shall be continued by the CONTRACTOR during the pendency of arbitration

proceedings without prejudice to a final adjustment in accordance with the decision of the Arbitrator

unless otherwise directed in writing by the Purchaser or unless the matter is such that the works cannot

be possibly continued until the decision (whether final or interim) of the Arbitrator is obtained

24 LANGUAGE AND MEASURES

All documents pertaining to the Contract including specification schedule notice correspondence

operating and maintenance instructions drawings or any other writings shall be written in English

language The metric system of measurement shall be used exclusively in the Contract

25 INDEMNITY

Tender No SCLPS52019E0156401 22

The Contractor shall warrant and be deemed to have warranted that all Stores supplied against this

Contract are free and clean of infringement of any patent copyright or trade mark and shall at all times

indemnify the purchaser against all claims which may be made in respect of stores for infringement of

any right protected by Patent Registration of design or Trade Mark and shall take all risk of accident or

damage which may cause a failure of the supply from whatever cause arising and the entire

responsibility for the sufficiency of all the means used by him for the fulfillment of the Contract

26 COUNTER TERMS AND CONDITIONS OF SUPPLIERS

Where counter terms and conditionsprinted or cyclostyled conditions have been offered by the

supplier the same shall not be deemed to have been accepted by the purchaser unless specific written

acceptance thereof is obtained

27 SECURITY INTEREST

On each item to be delivered under this Contract including an item of work in progress in respect of

which payments have been made in accordance with the terms of the Contract purchaser shall have a

security interest in such items which shall be deemed to be released only at the time when the

applicable deliverable item is finally accepted and delivered to the purchaser in accordance with the

terms of the Contract Such security interest of the purchaser shall constitute a prior charge as against

any other charge or interest created in respect of such items by any entity

28 BANK CHARGES

While the purchaser shall bear the bank charge payable to his Bankers (State Bank of India) the

Contractor shall bear the Bank charges payable to his Bankers including the cheques towards advising

amendment commissions

29 TRAINING

The Contractor shall if required by the purchaser provide facilities for the practical training of

Purchasers engineering technical personnel from India and for their active association on the

manufacturing processes throughout the manufacturing period of the Contract stores number of such

personnel to be mutually agreed upon

30 APPLICABLE LAW

The Contract shall be interpreted construed and governed by the laws of India

Tender No SCLPS52019E0156401 23

BidTemplates

GENERAL CONDITIONS

Item Specifications

Sl No Specifications Complianc

e (Yes No)

Offered Specifications Remarks

1 Intent of the ProjectaThe scope of Project includes Supply

Installation Testing and Commissioning of electrical

distribution system including illumination MCC Panels fire

detection system Local Area Network (LAN) Paging etc for

the Chemical Store Building at Semi‐Conductor Laboratory

(SCL) Sector‐ 72 SAS Nagar Mohali (Punjab) bScope

includes receiving unloading storage insurance in‐plant

transportation and all equipment amp accessories covered under

this specificationcTechnical SpecificationBrief overview of

Equipment amp services under this specification is described

hereiGeneral SpecificationiiSupply amp Installation of

Electrical MCCPCC Panels MCB DB exhaust fan light fixtures

etciiiSupply amp Installation of wire cables conduits Modules

SwitchSockets termination earthing etcivSupply amp

Installation of Fire detection system and its

accessoriesvSupply amp Installation of NetworksLAN

systemviSupply and installation of material for Earthing and

lightning protection system viiAny other electrical

requirement for execution of the work dDrawing amp notes All

drawing amp notes as listed in the annexure form a part of this

specification

Tender No SCLPS52019E0156401 24

2 General Information for Site Condition The Contractor may

visit the site of work at SCL to acquaint themselves of the

actual site conditions

3 Code amp Standards All electrical equipment and accessories to

be furnished installed and commissioned under scope of

these specifications shall be designed manufactured tested

and installed in accordance with relevant Indian Standard

Specifications (ISS) Indian electricity rules and any other

applicable regulations

4 Period of CompletionThe time allowed for supply installation

testing and commissioning of the entire work shall be six (6)

months to be reckoned from the 7th day of issue of Purchase

order by SCL

5 Drawing Data and ManualsFollowing drawings documents

shall be submitted by the selected contractor for approval of

SCL for execution of the workaFoundation drawing of all

floor mounted Electrical panelsbGeneral Layout (GA)

drawing with dimension of all electrical equipment and Single

line drawings (SLDs) of electrical PanelcMake type and

catalogue of Switchgears of Electrical MCC Panels Power DBs

Power Cables and related accessories along with technical

leaflets data sheets etc to be provided by the contractor

The contractor shall offer recommended makes mentioned in

this document dEquipment data sheets furnishing

guaranteed performance figure for each type of

equipmenteTest certificates test results for each type of

equipmentfCheck lists and tests to be conducted during

erection testing amp commissioning of the individual

equipmentOn successful completion of the entire work the

Contractor shall provide lsquoAs Builtrsquo drawings for all the Systems

executed under the Contract Three (03) sets of hard copies

and one (01) set in soft copy (CDDVD) in Auto‐CAD and PDF

Tender No SCLPS52019E0156401 25

format shall be provided to SCL for its record and reference

Contractor shall also provide instruction Operation

manual(s) and maintenance manuals for the all equipment

system installed under the project

6 Eligibility Criteria Only those bidders meeting the below

mentioned eligibility criteria are eligible to participate in the

tendera Should have satisfactorily executed at‐least two (2)

similar works of value not less than Rs 50 Lakh each

involving inter alia power distribution works consisting of

MCCsPCCs of rating not less than 400 A 415 V 35 kA ( fault

level) MCBDBs lighting systems cabling during the last 5

years To ascertain eligibility for the work the participating

bidders shall enclose copy (ies) of the detailed Purchase

Order(s) and their completion certificate(s) evidencing

satisfactory completion of similar works issued by the

respective clientsorganisations Completion certificate for

works issued by private parties shall be supported by TDSb

Should not have incurred any loss in more than two years

during the last five (5) financial years ending 31st March 2019

c The Contractor should possess valid license of Class lsquoArsquo

Category Electrical Contractor issued by the State Licensing

Authorityd The contractor shall carry out the work in co‐

ordination with the civil works undertaken by other contractor

engaged by SCL

7 DeviationaContractor to clearly mention deviation(s) if any

from the specification in the unpriced techno‐commercial bid

bUnless such deviations are recorded in the deviation sheets

and submitted with the bid it will be assumed that the offer is

made in conformity with the tendered specification in all

respectscThe deviations shall be evaluated by SCL and

acceptance of the same shall be at the sole discretion of SCL

Tender No SCLPS52019E0156401 26

8 Quantity variationThe quantities indicated against each item

in the Bill of Quantities (BOQ) are indicative and are for the

purpose of bidding only Variation in quantities upto + 25

shall be carried out by the contractor on the agreedPurchase

Order (PO) rates and terms amp conditions as in the Purchase

Order (PO) In case of contract items which exceed the said

limit of +25 the contractor may claim revision of rates

supported by proof analysis and if the rate claimed in excess

of the rate specified in the bill of quantities SCLrsquos engineerndashin‐

charge of the work shall after giving consideration to the

analysis of rates submitted by the contractor determine the

rates on the basis of market rates and the contractor shall be

paid in accordance with the rates so determined The

Contractorrsquos profit amp OH shall be factored in the rate

analysis15

9 Extra ItemsIn case of extra items (that are completely new

and are in addition to the items contained in the contract) the

contractor may claim rates supported by proper analysis and

SCLrsquos engineer‐in‐charge of the work shall after giving

consideration to the analysis of the rates submitted by the

contractor determine the rates on the basis of market rates

and the contractor shall be paid in accordance with the rates

so determined The Contractorrsquos profit amp OH shall be factored

in the rate analysis15

10 Construction Power SupplyElectricity if available in the

premises may be provided to the contractor by Department

(SCL) only at a single point free of cost subject to the following

conditions ‐a)The Contractor has to make his own

arrangement to tap Electricity from a 3 phasesingle phase

supply from the location decided by the SCLrsquos Engineer‐in‐

charge (E‐I‐C)

Tender No SCLPS52019E0156401 27

11 Storage space site office Contractor will be provided a

lockable room within SCL premises for storage space subject

to availability Contractor will make at his own cost

temporary site office close to work site as per the location

decided by the E‐I‐C

12 Materialsystem submittalsMaterialssystems etc procured

by the selected Contractor for incorporation in the work will

be only of MakesManufacturers specified in the tender

document Submittals of the same shall be submitted by the

contractor for SCL review and approval

13 Other RequirementsbullErection testing amp commissioning of

items as per BOQbullSpecial tools amp tackles Party shall arrange

the ladderscaffoldingstair for working at height for cable

laying Fire detection system installation of light fixture

bullWork shall be executed as per the ISRO contractor safety

Manual Contractor to ensure that the manpower is equipped

with PPE for working at the site bullAll relevant drawing data

catalogues with instruction and trouble shoot manuals type

test certificates for the above accessoriesbullMaterials and

accessories which are necessary or used for satisfactory and

trouble free operation and maintenance of the above

equipmentrsquosmaterial shall also be furnished bullContractor

shall deploy skilled amp unskilled Labor qualified technical

Supervisor(s) erection tools amp tackles testing tools amp

equipment supplies consumables and hardware and

transport for timely and efficient execution of the

workbullContractor shall guarantee LED fixtures

(flameproofnon‐flameproof) for a period of 5 years from the

date of acceptance The contractorrsquos guarantee shall be

supported with a guarantee from the manufacturer(s) in this

regard

Tender No SCLPS52019E0156401 28

TECHNICAL SPECIFICATION‐1

Item Specifications ‐I

Sl No Specifications Compliance

(Yes No)

Offered Specifications Remarks

1 Internal Wiringa The electrical wiring installations and other

accessories shall comply with latest IS code 732 (part‐II) 1983

and National Electric Code‐1985b The word concealed means

it involves cutting of floor wall and making good after laying

the conduitMetal raceway as per the enclosed drawings by

the contractor as requiredc The contractor shall provide all

necessary components fixing materials accessories and

interconnections as per standard practice It is to be noted

that ceiling rose forms a part of the specifications hence not

indicated separately and shall be provided by the contractor

as requiredd Scope includes termination of wire ferruling

dressing cable tie etc as requirede The work shall be

executed as per the ISRO electrical specification available on

ISRO site wwwisrogovin in Schedule I to be read along with

the tender specification

2 LED LuminariesThe scope includes supply installation

testing commissioning of flame proofnon‐flameproof LED

lighting fixture at the ceiling level (about 55 meter height) in

the chemical store building outer periphery of the store

building electrical room AHU room at the first floor as per

drawings and discretion of E‐I‐C Architectural plan of the

building is attached Supply of required accessories such as

mounting brackets nuts bolts screws washers glands and

any other material required for installation of LED fixture as

per specifications mentioned in BOQ shall be part of the

specification Junction box as required for loop‐in and loop‐

Tender No SCLPS52019E0156401 29

out of the cable for flame proof light fixture will be in the

scope of the contractor LED light fittings will be suitable for

operation on 230V single phase AC supply The fitting shall

be supplied with all fixing material such as brackets nuts

bolts etc as required for installation of fittings Special

Conditions aLuminaire make (Brand) from among the

recommended make mentioned in the tender document shall

be clearly mentioned in Technical Bid along with complete

technical detailsbThe LED light fitting and its driver unit etc

shall have warranty for a period of 5 years from the date of

installation and commissioningcThe flame proof fixture shall

be provided along with the Petroleum and Explosives Safety

Organization (PESO) certification

3 Detailed Specification for LED Fixture a Flame Proof LED

Fixtures Supply and installation of flameexplosion proof high

efficiency 1 Phase 230 V 60W LED light fitting as per IS 2206

with luminous efficiency 100Lmwatt or better CRI gt 08 amp

THDlt10 IP‐66 as per ISIEC 605292001 made of Die cast

aluminium alloy Heat resistant amp tough clear dome glass

having enclosure as per Ex‐d GAS Gr IIA IIB IIC AS PER ISIEC

60079‐12007 amp ISIEC 60079‐02004 Area of classification

ZONE‐1 2 21 amp 22 and temperature class T‐6 or better as per

ISIEC 60079 complete with loop‐in loop‐out provision

Mounting bracket for mounting on the ceiling Double

compression cable gland shall be provided and install by the

contractor along with the light fitting Recommended Make of

fixture Baliga Stahl Sudhir SwitchgearRecommended make

of LED NICHIA CREE PHILIPS LUMILED OSRAMb General

LED fixtures Supply amp fixing of wallceiling mounted batten

type 20W LED tube light (Four feet) luminaire with efficient

driver (efficiency shall be more than 90) amp with minimum

lumens output of 2000 lumens per lamp comprising of nano

diffuser technology complete with efficient amp constant

Tender No SCLPS52019E0156401 30

current output driver suitable for operation on 230V single

phase 50Hz AC supply efficient heat sink effective thermal

management and with colour temperature shall be gt 6000K

The LED with suitable control gear and power factor gt09 LM

79 certification for luminaireLM80 certificate for LED shall be

submitted and with other standard accessories prewired

including necessary interconnections complete in all respects

and as directed by EIC (Similar to Philips Astra or equivalent)

Recommended make of fixture Philips GE Trilux

LTRecommended make of LED NICHIA CREE PHILIPS

LUMILED OSRAM

4 c Street Light Fixture Supply and installation of 72W75W

LED Street Light fixture with High‐brightness White LEDs

sources with high transmittance flat toughed glass cover and

peanut LENS on each LEDs System luminous efficacy 100

LmsWatt 5600K colour temperature amp 70 CRI value for

ensuring good quality light output Life of at‐least 50000

hours at 70 lumen maintenance ampLED driver efficiency gt

85 Power factor greater than 095 THDlt10 amp min 3KV

surge protection with operating voltage range from 120‐270V

for ensuring lifelong high performance of luminaire the

fixture shall be made of LM‐6 Pressure die‐cast aluminium

with engraved company name amp have IK05 amp IP66 Class

protection with NABL Accredited LM‐79 amp LM‐80 Report

Mounting pole mounted upto a height of 8 meter and pole

bracket diameter of 48‐60 mm (adjustable) Recommended

make of fixture Trilux Philips GE LTRecommended make of

LED NICHIA CREE PHILIPS LUMILED OSRAM

5 Street Light Pole Providing and installation of hot dipped

galvanized swaged tubular 9‐meter‐long with planting depth

15 metersiexclbrvbar street light poles The effective length of each

section shall be‐ bottom 5 meters middle 2 meters and top 2

meters The outside dia and thickness of pole shall be

Tender No SCLPS52019E0156401 31

minimum 11430x440mm 889x4085mm 761x325mm

respectively as required The pole shall be provided with

necessary bracket (inclination 105115 degree length 15

meter dia 45 mm ) for mounting upto 72 W LED street light

fixture Each pole shall have a weather proof

loopingterminal box clamped at 550 mm above ground level

along with a suitable earth terminal The looping box shall be

provided with a suitable Power terminal arrangement to loop

4C x10sqmm size cable and MCB5A fuse cut‐out A base

plate 300 x300x10mm shall be welded to the bottom of the

pole Both underground cable and GI earth wire shall be

terminated at the terminal looping box in the looping zone

Further wiring to the light fixture shall be done with three

core flexible copper wire (2core for power supply and third

core for earthing)GI tubular pole shall be installed in cement

concrete 136 (1 cement 3 coarse sand 6 graded stone

aggregate 40 mm nominal size) foundation including

excavation and refilling etc Party to cast 2 run of 32 mm MS

conduit for cables upto a height of 550mm from ground level

for loop in loop out of cable The civil work for street light pole

foundation forms a part of installation of the work and will be

done by the party as required for commissioning of lighting

poleFor earthing of street light poles coilspiral earthing

using 8 SWG GI wire shall be used The GI wire shall be buried

to a minimum depth of 15 m with excavation refilling of

earth and connecting GI wire to pole using GI bolt and nut

complete as per requirementMake of Pole Reputed make

with ISI mark Note Party shall submit Drawing of the street

light pole for SCL approval before start of manufacturing

6 Cables wire conduit earthing Switchboards

SwitchesSockets etca Cables The scope includes the Supply

and installation of XLPE insulated overall FRLS PVC outer

sheathed AlCu armored cable on wallsurfacesoilexisting

Tender No SCLPS52019E0156401 32

cable tray as required for MCC Panel and MCB DBs as per the

detailed specification and quantity in this document All

necessary hardware for installation of cable like cable tie

clamps tags etc is in the scope of Contractor Contractor to

ensure that cable laid on the cable tray is properly clamped

with GI clamps and cable is properly secured on cable tray b

Wire The scope includes the Supply and installation of FRLS

Copper wire of different size quantity amp Specification for

power distribution and lighting and power etc as per the

requirement c Conduit The scope includes the Supply and

installation of ISI makes MS Conduits of different size as per

Specification for power and lighting distribution switch

sockets etc as per the requirement Flexible conduit shall be

of GId Cable tray The scope includes the supply and

installation of GIMS cable trays as per specificationse

Earthing The scope includes the supply and providing

earthing for Panels DBs cable trays light fixtures and poles

flameproof accessories fire panel speakers exhaust fans etc

matching the specifications given in this tender documentf

Lightning protection The scope includes the supply and

providing earthing for lightning protection of the building as

per the IS 2309 specification and quantities as per the BOQ

The scope includes horizontal and vertical runs earth pits test

point earthing of building periphery for contour etcg Rack

earthing The scope includes the supply and providing

earthing for racks as per specificationsh Switchboards and

SwitchSockets The scope includes the Supply and installation

of different size of flameproofnon‐flameproof Switchboards

and switchsocket for Lighting Power Distribution as per

specificationi MSGI Conduits flexible GI conduit earthing

materials doublesingle compression brass cable glands

cable lugs (Al amp Cu as required) cable ties cablewire

identification tags required for the installation and

maintenance of trouble free operation of the downstream

Tender No SCLPS52019E0156401 33

system and accessories are covered under this specificationj

MS junction box conduit along with all related accessories as

per specification

TECHNICAL SPECIFICATION‐2

Item Specifications ‐II

Sl No Specifications Compliance

(Yes No)

Offered Specifications Remarks

1 Electrical Panel SpecificationGeneralaPanel shall be

fabricated as per IEC 61439 part 1 amp 2 bPanel shall be indoor

metal clad air insulated floor mounted extendable to side

single front construction front wired front

connectedcMinimum thickness of sheet metal used shall be

2 mm and panel shall confirm to IP54 protectiondThe

working height of the Panel shall be limited as per standard

engineering practicese The design should be fully

compartmentalized with metal partitions between

compartments All doors shall be gasketed Each vertical

section shall have removable back coverfAll switches push

buttons lamps indicating instruments shall be flush

mountedgA full height vertical cable chamber with cable

supports shall be provided in each section to facilitate unit

wiring Cable chamber shall be sized to accommodate all cable

and shall have removable covers A horizontal wire way

extending the entire length shall be provided at the top of

panel for inter panel wiringhPanel shall be with minimum

75mm high base MS channel frameiThe panel shall undergo

seven tank or better process as per relevant IS

standardsjLifting hook shall be provided at each section for

easy transportationkDifferent compartment of the panel

shall be provided with dust proof type air filter louvers

explosion vents or similar safety arrangements in the panels

Tender No SCLPS52019E0156401 34

to let out gases under pressure generated during event of any

fault inside the panellPanel shall have pocket for the Panel

drawing in the incomer section

2 Busbar and Bus TapsaThe main bus and connections shall be

of high connectivity AluminiumAluminium alloy sized for

specified current ratings with maximum temperature limited

to 85amp778 C ie 35amp778 C rise and ambient 50amp778

bSeparate vertical bus bars shall be provided for each vertical

panelcAdequate contact pressure shall be ensured at bus

connections by means of two bolt connections with plain and

spring washers and lock nutsdBus bar and connections shall

be fully insulated for working voltages with adequate

phaseground clearances Insulating sleeves heat shrink type

for bus bar and shrouds removable type joints shall be

provided Bus insulators shall be flame retardanteBus bar

shall be color coded for easy identificationfBusbar should be

connected in such a way that it can be dismantledassembled

while separating different section of the panelgShrouds of

transparent sheet on the exposed bus in cable alleys for

adequate safety measurehBus bar Conductor shall be

confirming to IS‐5082iMinimum clearance (PH‐PH PH‐N and

PH‐E) between Bus bars shall be maintained as per latest

ISjBus Bar supporting Material shall be of

SMCDMCkMaterial of Aluminium Bus bar shall be of E91

gradelBus bar shall be protected from the transparent

insulated material for stand safety point

3 3Control ModuleaFixed type control module shall house the

control components for a circuitbThe equipment layout shall

provide sufficient working space in between the components

and subject to SCL approval cEach control module shall be

equipped with ACDC potential free Relays (230V AC24V DC)

Contactors etc for seamless interface of the operation of

Drives from FCMS (PLC)dVendor to provide the potential free

Tender No SCLPS52019E0156401 35

contact to facilitate local operation from MCC and remote

operation from FCMSPLC Vendor shall provide with each

drive module automanual selector switch and each drive

module shall be wired up to the terminal block for localauto

selection ON OFF trip feedback to SCLrsquos control station and

ONOFF command room FCMSPLC as welleMCC panel and

LPBS shall have selector switches for MCCLocal and

LocalRemote selection respectively Control (OnOff) of the

Drivesheaters will be as per following selection If selector

switch (SS) at MCC is selected to MCC ONOFF operation can

be done from MCC only irrespective of position of SS at LPBSIf

selector switches both at MCC amp LPBS are selected to LOCAL

ONOFF operation can be done from LPBS onlyIf SS at MCC is

selected to LOCAL and SS at LPBS is selected to REMOTE

ONOFF operation can be done from FCMS only

4 VFDVFD shall be of Allen Bradley PF400 series having

redundant Control Net communication option as well to

communicate with the existing Facilities Control amp Monitoring

System (FCMs) Control Net Bridge Coaxial Straight T‐Tap

1786‐TPS must also be supplied along with VFDs Line

reactorchoke of suitable rating shall be connected before the

VFD

5 Thyristor based Heater ControlaDYDAC Make Thyristor

power controller Type 3003 or equivalent rating 85kW

Control input 4‐20mA Thyristor input supply 415VAC (3‐Ouml)

Thyristor output supply 415VAC (3‐Ouml) which shall be provided

by the vendor in a separate compartment of the MCC 4‐20mA

Control signal from the heater PID will modulate the thyristor

controller output to maintain the fresh air temperature at set

value Heater ON and OFF set points shall be adjustable in the

SCADA in FCMSbThyristor controller run command run

feedback 4‐20mA modulating signal shall be wired up to the

terminal block in the cable alley in the MCC Thyristor

Tender No SCLPS52019E0156401 36

Panelcompartment shall be complete with inter module

control and power wiring 220V AC supply shall be drawn from

one of the phase and neutral of the incoming 415VAC and

connect to the Thyristor supply terminals through MCB

Circuit breaker lsquoswitch ONrsquo and Thyristor control unit lsquoRUN

commandrsquo will get activated from FCMS if air temperature is

below ON set point Circuit breaker lsquoswitch OFFrsquo and Thyristor

control unit lsquoRUN command withdraws will get activated

from FCMS when temperature becomes above OFF set point

6 Fire Suppression system amp Fire Protection systemPanel shall

be equipped with required materials such as fire suppression

cylinders filled with fire suppression agents Fire detection

tubes Heat sensor tubes end of line adaptor with gauge

electrical Relays differential pressure valves etc to provide

the fire suppression and fire protection system in cable alley

and bus bar chambers of the electrical panel

7 MCCBaThe MCCBs should be extra current limiting type with

trip time of less than 10 m sec under short circuit conditions

The current limiting action should be achieved with repulsion

principle The MCCBs should preferably have an anti‐reclosing

featurebThe MCCBs should be 3 or 4 poles as per SLDcThe

MCCBs should have a Service short circuit breaking capacity

(Ics) of not less than 35 kA rms at 415 Volts 50Hz AC for

incomer The service breaking capacity should be equal to

ultimate breaking capacities (Icu) (ie Ics= Icu=100)dThe

release should be thermal magnetic having adjustable

overload and short circuiteSwitches shall be triple pole air

break AC23 motor duty for motor starter feedersfCubicle

doors of incoming and outgoing shall be mechanically

interlocked with switchgear to prevent unintentional openings

of the door while the unit is in energized condition However

defeat interlock provision is also to be providedgAll incoming

and outgoing feeders shall be provided with bolted disconnect

Tender No SCLPS52019E0156401 37

link for isolation of neutral if necessary Selector switches

shall be of rotary typehThe MCCB shall be provided with

rotary drive kit spreader terminals and ONOFFTrip (MCCB)

position of switch handle to be clearly markediDuct Heater

MCCB shall be motorized to control (ONoff) from FCMSjFor

incomers it should be EDO microprocessor based

communicable MCCB (35 kA or above) with numerical

releases for OL SC amp EFR (With mechanical and Electrical

interlocking for operation of only one ACB at any point of

time)

8 MPCBaThe MPCBs should be of 3 pole air break type AC3

Duty continuous rating as specifiedbMPCBs should have at

least 1NO+1NC contactcThese should have trip indication

test trip functiondThe release should be thermal magnetic

having adjustable overload trip settingeThe service breaking

capacity should be equal to ultimate breaking capacities (Icu)

(ie Ics= Icu=100)fThe MPCBs should be suitable for din rail

type mounting

9 Capacitor Bank Supply and installation of Capacitor Bank ‐

Box Type Dry construction Conforming to IS 13340‐41IEC

60831 440V 50Hz Rated Current (In) as per Load Heavy

Duty Dielectric MPP Low loss type with overall loss lt

05WkVAR Delta Connection with Discharge Device

10 ContactoraThe contactor shall be 3 pole air break type AC3

Duty continuous rating for motor starter feeders with non‐

bouncing silver silver alloy contactsbContactor shall be of

electromagnetic type rated for uninterrupted duty as per

relevant standards and also suitable for capacitor duty

cContactor shall be provided with adequate auxiliary contacts

rated for 10Amps 240VAC for interfacing with control

schemedContactor coil rating shall be minimum pick up of

85 of rated voltage and minimum drop out of 75 rated

Tender No SCLPS52019E0156401 38

voltage

11 Control and IndicationsaPush buttons will be heavy duty oil

tight and push to actuate type with integral plate marked

with its functionbEach push button shall be provided with

2NO+2NC contacts rated for 10Amps 240VACcLamps shall

be LED type rated for 240V AC Lens and lamps shall be

replaceable from the front dThe control supply shall be

through a 415V230V transformer and the vendor shall

provide 1 no 415V230V transformer for the same Vendor

shall also provide Power module for 24V DC Supply for the

operation of heaters control module

12 MetersaAll indicating instruments shall be digital

Switchboard type with accuracy class +‐ 2 full scalebMFM

of suitable rating shall be used in the incomer

feedercSelector switches shall be furnished at outgoing

feeders as per SLD for ammeterdAmmeter shall be of analog

type flush mounted industrial pattern of size 96x96 mm with

accuracy class 10 eMultifunction meter shall be of digital

type flush mounted industrial pattern of size 96x96 mm with

accuracy class 10 as per IEC 6205253 suitable for

measurement of Current Voltage Power Frequency Power

factor Energy and ready port to communicate with FCMS

through RS 485 The Meter should have Modbus

communication port as well

13 CT (Current transformer)CT will be cast resin type rated 15VA

or more burden with Maximum accuracy limit of class 1

14 Secondary wiringaPanel shall be fully wired at the factory to

ensure proper functioning of control and protectionbFuse

and links shall be provided to permit individual circuit

protection from bus wires without disturbing other circuits All

spare contacts of relays push buttons and other devices shall

Tender No SCLPS52019E0156401 39

be wired up to terminal blockscWiring shall be done with

flexible 25sqmm copper 1100V grade PVC insulated

switchboard wires Each wire shall be identified at both ends

with permanent markers bearing wire numbers as per wiring

diagramdWire termination shall be done with crimping type

connector with insulating sleeve

15 Powercontrol Terminal BlocksaTerminal block shall be 660V

grade box clamp type with marking strips similar to ELMEX 10

mm2 or equal for ControlbTerminal for CT secondary leads

shall have provision for shortingcNot more than two wires

shall be connected to any terminaldSpare terminals equal in

number to 20 active terminals shall be providedeTerminal

blocks shall be suitably located in cable alleysfFor Power

cable Bus Bar type cable connector (Melamine material) shall

be providedgFor Control cable heavy duty screw type cable

connector (Melamine material) shall be provided

16 Cable terminationaPanel shall be designed for cable entry

from topbEach cable shall be clearly marked at both ends

with an indestructible marker preferably a cable tag made of

Aluminium tacked with indicating cable number amp both end

feeder tags with switchboard tags Cable tags at ends of cable

shall be provided inside the gland plate as well as outside the

gland platecAll provisions and accessories shall be furnished

for termination of cables including removable gland plates

cable supports and terminal blocksdGland plate shall be

minimum 3 mm thick

17 Ground BusA GI ground bus rated to carry the maximum fault

current shall extend full length of Panel The ground bus shall

be provided with 2 bolts with GI bolt and nuts at each end to

receive 50x6mm GI flat

18 NameplateaThe nameplate of approved design shall be

Tender No SCLPS52019E0156401 40

provided for each compartment and also at the top of each

panel Nameplate shall be minimum 20x70mm and 3mm

thickbDrawing Pouch shall be provided at the incomer cable

allay

19 PaintingPanel shall be painted with light grey epoxy painted

(Siemens Gray RAL 7032) and caution notice plate shall be

fixed at the back of each vertical panel

20 Make of Switchgears aMCCBSiemensSchneiderbPush

button SiemensSchneider TekniccSelector

SwitchSiemensSchneider Teknic

dFuseSchneiderSiemenseTimerSiemensSchneiderfContro

l TransformerAEIMPIndcoilgTerminal

BlockElmexConnectwellFTChMeters Conzerv LampT

AEiCTs amp PTsKappaAutomatic

Electric(AE)NippenjContactorsSchneiderSiemenskIndicatio

ns SiemensSchneider

TekniclRelaysSchneiderSiemensPLAmMCBSchneiderSiem

ensnCooling Fan

RexnordSunonoVFDsAllen bradlypThyristor moduleDYDAC

qRCBOSiemensSchneiderrMCB

DBSiemensABBLegrandsLine reactorchokeAllen

BradleytCapacitor BankNeptune Schneider Siemens

21 Local Push Button Station (LPBS)The Scope includes supply

and installation of LPBS for Chiller Pumps AHUs Heaters as

per the BOQ and detailed specification given below aLPBS

shall be indoor metal clad air insulated wallAngle frame

mounted as required single front construction front wired

front connected hinged lockable door LPBS for Chiller Pumps

system shall be suitable for outdoor installationbMinimum

thickness of sheet metal used shall be 2 mm and panel shall

conform to IP54 protection for indoor installation and IP65 for

outdoor type LPBScAll switches push buttons with indicating

Tender No SCLPS52019E0156401 41

LED lamps indicating instruments shall be flush

mounteddThe LPBS shall be used for remote operation of

drives Equipment and HeaterseTo facilitate the localremote

operation LPBS shall have LocalRemote selector switch and

provided with Start push button lockable Stop push button

ammeter of suitable range Terminal Block and lockable

Emergency off Switch etc fLPBS shall be equipped with AC

(230V)DC (24V) Relays Contactors etc for seamless interface

of the operation of Drives from FCMS (PLC)gLPBS should be

suitable for wall mounting and provided with necessary

mounting arrangementhWiring shall be done with flexible

25sqmm copper 650V grade PVC insulated switchboard

wires Each wire shall be identified at both ends with

permanent markers bearing wire numbers as per wiring

diagramiWire termination shall be done with crimping type

connector with insulating sleevejGland plate shall be

minimum 3 mm thickkThe nameplate of approved design

shall be provided for each compartment and also at the top of

each panel Nameplate shall be minimum 20x70mm and 3mm

thicklLPBS shall be painted with light grey epoxy painted

(Siemens Gray RAL 7032)

22 Make of Electrical panel As per DOS Approved Panel

manufacturer list (attached)

TECHNICAL SPECIFICATION‐3

Item Specifications ‐III

Sl No Specifications Compliance

(Yes No)

Offered Specifications Remarks

Tender No SCLPS52019E0156401 42

1 Fire Detection System Scope for fire detection system

includes supply installation testing commissioning of Fire

panel Addressable Fire detection devices Manual Call Points

Addressable loop sounders Switch Monitoring unit (SMU) UV

IR sensor for detection of methanol flame Cable MS junction

boxes for loop in loop out of cable as per specifications and

integrating the same with existing repeater panel as per the

requirement The detailed specifications for the different

component of fire deduction system are as follows

2 A Multi‐sensor Detectors The smoke detectors shall be multi‐

sensor (heat and smoke) detector with isolator suitable for

detecting a wide range of smoke from slow smoldering and

fast flaming fire The detector shall have following features

bullSolid state addressing arrangement in combination with a

hand held programmer to configure the sensor

addressbullElectronics free mounting basebullTwin alarm LEDs for

360 Degree viewing and shall have blinking LED facilitybullThe

sensor shall have s removable chamber for ease of cleaning or

replacementbullAutomatic compensation for smoke sensor

contaminationbullShall have a built in test facility which allows

the fire alarm control panel to adjust the alarm threshold

levels to compensate for contamination and shall have a

maintenance alarm display when threshold can no longer be

adjustedbullOperating temperature ‐ 10 DegC to 50 DegC and

operating RH at 40 DegC‐95 RH

3 B Manual call stations Manual Call Stations should have in

built monitor module and pressbreak and resettable

capability constructed of high impact LEXAN sheet with clearly

visible operating instructions on the cover and the word FIRE

shall appear on front and suitable for surface mountingflush

mounting complete as required

Tender No SCLPS52019E0156401 43

4 C UV IR SensorThe UV‐IR flame detector shall operate on 24

VDC 0‐24mA current output suitable for detection of

Methanol flame with automatic built in test for reliable

operations and suitable for installation in Hazardous area zone

1and 2 with Class I Division 12 Gas group A B C The detector

shall not be susceptible to environmental conditions to

generate false alarms The entire system shall be rated for IP

66 or better and supplied with suitable mounting bracket The

system shall comply to the detailed specifications as listed

belowbullDetection Technology UV ‐ IR Electro‐optical

detectionbullDetection range 75 meterbullField of View greater

than equal to 90deg Both Horizontal and verticalbullResponse

Time less than equal to 5 secondsbullBuilt in Test Automatic

bullOperating Temperature Range 0 to + 75degCbullOperating

Humidity Range Continuous 95 non‐condensingbullAnalog

Output signal 4‐20mAbullAlarms amp Fault Normal 4 mA Fault

02 mA Alarm 20 mA + 10 verifiedbullOperating voltage 24

VDC ( 18‐32VDC)bullPower consumption Vendor to specify for

Standby and Alarm conditionbullSensor Calibration

Verification Sensor calibration as per OEM for certified

performancebullSensor Life 2 Years (minimum)bullSensor

Calibration vendor to carry out sensor calibration at site and

submit calibration certificate valid for one yearbullRFI EMI

SusceptibilitybullRequired EN 616326‐3 and EN 6100006‐3 or

equivalent IP protectionbullIP protection IP 66 or betterbullFault

Diagnostic Sensor Fault (end of life) other informationbullSelf‐

Check Test Automatic during start‐upbullHousing SS 316

Epoxy Painted Aluminium die castbullStart‐up Time Vendor to

specifybullApprovalcertification PESO and ATEX ‐ Ex d IIC C

Class 1 Div 12 Group A B C DNote Vendor shall arrange

the 230V AC to 24V DC Power supply module along with half

an hour Battery Back up in MS powder coated Enclosure

Input Power supply (230V AC) for Power Supply module shall

Tender No SCLPS52019E0156401 44

be provided by SCL

5 D SMU Unit for UV IR sensor Supply installation testing and

commissioning of Switch Monitoring Unit (SMU) to configure

the UV IR sensors with fire detection system as requiredE

SoundersAddressable Sounders shall be loop powered with

all fixing materials complete as required The sound level shall

be 100dB (A)

6 F Fire Alarm Control Panel (FACP) bullFACP shall be of 2

loopsbullFACP shall be suitable for 230V 50 Hz AC supply and

detectors shall be powered using FACP based detection

circuits Devices shall receive power and communication from

the same pair of conductorsbullFACP shall provide for resetting

detectors fault isolation and sensor loop operationbullFACP

shall be suitable for mixing different fire devices and beam

smoke detectors within the same loop to optimize field

wiringbullFACP shall have alarm indication of individual sensors

detector trouble alarm indication for dust accumulation The

panel shall check detector once in every 24 hours for

contamination for this purposebullThe FACP shall regularly

supervise all the sensors and devices on the loop and initiate

fire or trouble alarm whenever requiredbullFACP shall have 2

wire circuits to connect minimum of 126 addressable devices

per loopbullFACP shall be with repeater interface and suitable

24V battery with built in software and 2 x 40 character

alphanumeric LCD display and necessary front panel control

keys FACP shall display the date time and description for

Analog sensors to indicate alarms and trouble

situationsbullFACP switches shall allow authorized personnel to

accomplish the following ‐bullInitiate a general alarm

conditionbullSilence the local audiblebullSilence the alarm

signalsbullReset all zonespointsbullFACP shall have walk test

facilitybullShall have facility for programming from the key

board or utilizing PC set up software via laptopdesk top

Tender No SCLPS52019E0156401 45

computerbullShall have memory data for panel configuration

and operation reside in non‐volatile memory (EPROM)bullFACP

shall have facility for speech processor (to record pre‐

recorded message of 20 S) and also have Auto Dialer facility

(can dial up to 8 different lines)bullAll addressable units shall be

connected to the FACP through the loop cards and shall be

addressed though individualized numbers The FACP shall be

able to obtain analog value for all detectors in the circuit

through a pulsed digitized current data The FACP shall be

able to analyze all analog inputs from all addressable units

and though its own software and ambient level screening the

FACP shall be able to identify fire possible fire or fault

conditions The unit supervision shall be dynamic and

continuousbullThe FACP shall itself have all loop cards in it No

isolated mother board or transponder shall be

consideredbullShortopen circuit units shall also be reported at

the FACP in such cases the system through the use of fault

isolators shall be able to isolate that segment between the

two fault isolators The missing DetectorsDevices shall also

be reported to the FACP with identification of the

locationbullThe FACP shall have the facility to set smoke sensor

sensitivity remotely to either high sensitivity manually or on a

pre‐programmed sequence (Ie DayNight) period When an

alarm condition is sensed at the FACP from a smoke or heat

detector a delay timealarm verification period shall be

started If the sensor is still in alarm after the delay time

expired an alarm condition is reported The delay time shall

be adjustable from 0 to 990 secondsbullThe FACP shall have

either an in‐built or external printer coupled to the FACP

which shall log all events with time The printout shall clearly

indicate the event‐FirePre‐AlarmFault etc with the unit

address and timebullThe FACP shall also be able to discriminate

between false alarms and fire conditions as well as priority

selection of alarm in case alarm activities in two or more

Tender No SCLPS52019E0156401 46

remotely located units simultaneously In such cases the

Manual Call stations shall have the highest prioritybullThe FACP

shall also be able to actuate switches automatically in case of

Fire condition of AHUs and power supply or other system such

as piped pressurized gas supplybullThe system shall be fail safe

and adequate safe guards should be under taken that in the

event of a failure of a part of the system it shall not handicap

the complete system The loop cards shall be of Modular

constructionbullThe FACP shall have its own battery backup of a

minimum of 48 hours in normal run and then half an hour in

alarm condition The backup time calculation shall be done as

per TAC standards The Battery shall be 2 x 12V (24V) DC and

of sealed maintenance free type housed inside the FACPbullIt

shall be able to withstand temperature variations from 0

Degree Centigrade to 55 Degree Centigrade Further Relative

Humidity (non‐condensing type) up to 93 shall not hamper

its performance The voltage rating shall be from 17V DC to

31V DC though the voltage may be change depending upon

the working voltages of a proprietary FACPbullThe FACP shall be

totally enclosed dust and vermin proof type made of

minimum 16‐gauge dust inhibited sheet with even baked

finish The FACP shall be of completely solid state designbullThe

logic circuitry shall be based on high noise immunity solid‐

state hardware employing modular construction Logic cards

shall be of epoxy fiber glass constructionbullThe FACP shall have

EN 54ULFM approvalbullThe panel shall have an extra loop

card to serve as standby in case of burnout or malfunctioning

of any operating loop cardsbullThe FACP shall be capable of

being networked (future expansion) with other similar FACPs

located at different locations of SCL premises through a single

RS 485 busbullThe FACP shall have provision for interfacing with

the Public Address System

7 G Repeater panelScope comprises of supply and installation

Tender No SCLPS52019E0156401 47

of Repeater Panel which display fire fault message

simultaneously with the FACP bullIt shall be capable of

interfacing with the FACP on a single RS 485 Bus bullThe panel

shall be capable of operating on 24V DC supplybullThe

independent 24V DC supply source to be installed in MS

cubicle Box duly powder coated paint along with repeater

panelbullThe panel shall have 2 x 40‐character backlit display

which shall display date time and description of alarm

trouble events are that displayed in the panel shall be

powered from the FACPbullIt shall have control keys for sound

silence mute and to reset the FACP from the repeater

stationsbullThe repeater panel shall have the following LEDs

indicationsbullSupply bullFault bullMute bullSilent bullDisabled

bullFire

8 H Fire CableSupply and installation of 2Cx15mm2 Copper

extruded PVC inner sheath armored and overall FRLS PVC

outer sheathed 11 KV grade as per IS 7098 (Part I bearing ISI

certification) on existing cable traywallsoft soilhard soil as

required

9 I Fire Cable terminationSupplying and making end

termination with brass compression gland and copper lugs for

2Cx15mm2 Copper cable in MS Box of Size 4X4 installed

above the false ceilingwallsurface as required

10 J Junction Box for Fire devicesSupply installation testing and

commissioning of MS painted box Size 4X4 with ELMEX type

terminal block for loop in loop out of 2c x15 sq mm copper

armored cable and connection to the fire detector device on

wallsurfacerecess including wall cutting and providing

necessary hardware for mounting fixing including all

material for fixing as required

Tender No SCLPS52019E0156401 48

TECHNICAL SPECIFICATION‐4

Item Specifications ‐IV

Sl No Specifications Compliance

(Yes No)

Offered Specifications Remarks

1 A NetworksLAN The detailed specification for the network

rack switch cable cords IOs face plates etc and the

required accessories shall be as below CAT 6A or better cable

shall be laid in the PVC Conduit The detailed specifications

for the different component of networksLAN are as follows

2 bull Rack Supply installation testing and commissioning of UL

listed modular type 12U network rack with front glass door

and rear perforated door floor mounted Size 550x550 with

1 No of 5 port Octagonal PDU 515Amp with MCB and Fan

Tray with minimum 2 Fans The rack should have provision of

2 nos of cable manager duct type 1U and 2 vertical manager‐

concealed type Rack should be three sides openable with

front glass door and rear perforated door and provision of

cable entry from top and bottom both with proper earthing

kit as requiredRecommended Make Rittal Netrack

Schneider Valrack

3 bull Network Switch Supply amp installation of Network Switch in

Network Rack with the following specification as belowSwitch

shall haveamp61607Port Density Minimum 8 101001000

BaseT Ports amp 4‐1G SFP Ports ready for use with SFP module

Ports shall support PoE on all ports with PoE budget of

180Wamp61607Architecture Stand‐alone rack

mountableamp61607Bandwidth minimum 56Gbps of

switching bandwidth to support above listed ports in non‐

blocking configurationamp61607StackableScable support for

Tender No SCLPS52019E0156401 49

stacking multiple switchesamp61607Stacking backplane

bandwidth Access switch shall have additional port(s) for

providing minimum 40 Gbps stacking bandwidthamp61607L2

Features 8021x authentication spanning tree

etcamp61607Networkjflowsflow or equivalent provision for

Networkjflowsflow or equivalent supportamp61607Network

Management support Network Management through

command line interface (CLI) SNMP v1 v2c v3

httpsamp61607IPv6 Readiness IPv6 Readiness from day

1amp61607RegulatorySafety confirming to UL60950 amp

EN60950amp61607EALNIAP certified Model No shall be EAL

or NIAPNDPP certifiedRecommended Make Cisco Juniper

HP Brocade dell

4 bull CAT 6A Cable Supply and installationlaying of category 6A

or better 4 pair shielded cable UFTP or FUTP in PVC

Conduit sheath type low smoke zero halogen (LSZH) with

transmission properties amp electrical properties tested

minimum up to 500MHz amp verified by ETL amp comply with

ANSITIAEIA‐568‐C2 amp ISOIEC 11801 Recommended make

Commscope Schneider Molex Siemon

5 bull Patch Panel Supply installation testing and commissioning

of CAT6A PatchJack Panel of 24 Port fully loaded in Network

rack with port identification number with self‐adhesive clear

label holder Each portjack on the panel should be

individually removable on field from the panel and have

integrated rear cable management metallic shelf and have a

separate provision of grounding Recommended make

Commscope Schneider Molex Siemon

6 bull Patch Cords (1 meter) Supply installation testing and

commissioning of Patch Cords Cat 6A shielded 1 meter in

Network rack with 4 pair shielded copper wire factory pre

terminated with shielded RJ45 plugs Aluminumpolyester

Tender No SCLPS52019E0156401 50

shield screen material with low smoke Zero halogen sheath

comply to TIA‐568‐C2 Cat 6A in IOs of Network

RackRecommended make Commscope Schneider Molex

Siemon

7 bull Patch Cords (3 meter) Supply installation testing and

commissioning of Patch Cords Cat 6A shielded 3 meter in

Network rack with 4 pair shielded copper wire factory pre

terminated with shielded RJ45 plugs Aluminumpolyester

shield screen material with low smoke Zero halogen sheath

comply to TIA‐568‐C2 Cat 6A at field side Recommended

make Commscope Schneider Molex Siemon

8 bull Information outlet Supply and installation of Shielded Cat

6A information outlet UFTP or FUTP compliance to category

6A or better TIA568C2‐500MHz at field sideRecommended

make Commscope Schneider Molex Siemon

9 bull Face Plate (Dual) Supply and installation of single gang

square face plate (Dual) and SMB Box with a provision to

support variety of jacks‐ UTP STP etc at the field

sideRecommended make Commscope Schneider Molex

SiemonbullFace plate (single) Supply and installation of square

face plate ( single) with a provision to support variety of jacks‐

UTP STP etc at the field sideRecommended make

Commscope Schneider Molex Siemon

10 bull SMB Box Supply and installation of SMB Box for face plate

(DualSingle) as required Recommended make Commscope

Schneider Molex Siemon

11 bull Other Accessories amp61607Supply and Installation of

25mm electrical grade ISI mark PVC Conduit in

wallfloorslabsurface including wallfloor cutting and

making good the same as required Recommended make

Reputed ISI Markamp61607Supply and installation of OFC SM

Tender No SCLPS52019E0156401 51

OS2 Cable in existing 32mm HDPE pipe as

requiredamp61607Supply and Laying of 32mm HDPE pipe

direct in ground including excavation sand cushioning

protective covering and refilling the trench including standard

cable route marker etc as requiredamp61607Supply and

installation of SC simplex single‐mode LSZH pigtail 1m as

requiredamp61607Supply and installation of adaptor plate

with 3 SC duplex SM adaptors as requiredamp61607Splicing of

OFC as per Core as requiredamp61607Supply and installation

of accessories for making the Chamber Pit‐ 1Mtr Depth with

Lid for housing OFC as requiredamp61607Trenching of

HardSoft Soil as required

12 B Paging The scope includes supply installation testing and

commissioning of Supply and installation of IP 65 or better

explosion proofWP loud speaker anticorrosive powder

coated red (RAL‐3000) suitable for Zone I amp II Class II C

Hardware SS304 as per IS2148 and equivalent to model FLSR

25 of Baliga with necessary support gland as required and

installing the same on wallsurface with GI supports as

required and connecting the same with wire The Scope also

includes supply and installation of 2Cx15mm2 FRLS armored

and PVC sheath twisted pair wire their termination tagging

glanding earthing etc as required for speakers and other

accessories requires for smooth commissioning of the paging

system

Vendor Specificied Terms

Description Vendor Terms

Tender No SCLPS52019E0156401 52

1Delivery Term

Prices shall be quoted on F O R destination basis ie S C L S A S Nagar Mohali

Punjab exclusive of GST and taxes as may be applicable

2 GST

Purchaser is entitled to concessional GST of 5 as per Ministry of Finance

Department of Revenue Notification No 472017 Integrated Tax (Rate) both

dated 14th November 2017 respectively and would accordingly issue Exemption

Certificate in favour of the contractor quoting in Indian Rupees The bidder

should take note of the same while quoting the prices in Indian Rupees GST on

installation services shall be applicable 18

3 DELIVERY SCHEDULEPERIOD OF COMPLETION

The time allowed for supply installation testing and commissioning of the entire

works shall be 06 (Six) months to be reckoned form the 7th day of issue of

purchase order

4 IMPORTANT

This being a two part Tender Technical and Commercial parts separate the

bidder should not attach any document(s) containing pricing information with

technical part The Contractor will provide Un priced commercial offer in

envelope 1 (Technical Part) as an attachment

The tenders containing price information in Technical Part will be treated as

unsolicited offers and rejected Contractor to confirm that Price bid is not

attached in Envelope 1 ie Technical Part

Priced Commercial offer if any should be attached in Envelope 2 (Price Bid)

under Supporting Documents from Vendor (Commercial) as an attachment

5 The prices shall remain firm until completion of entire project including

extended period if any No cost escalation shall be applicable for the work

Tender No SCLPS52019E0156401 53

6 SECURITY DEPOSIT

a) On acceptance of the tender the Contractor shall submit security deposit for

ten percent (10 percent) of the value of the Contract within 15 days from the

date of purchase order If the Contractor fails toprovide the security within the

period specified such failure shall constitute a breach of the Contract and the

Purchaser shall be entitled to make other arrangements for the re purchase of

the stores contracted at the cost and risk of the Contractor

b) Security Deposit shall be submitted through Demand Draft Bankers Cheque

fixed deposit receipt or Bank Guarantee from any of the Scheduled Banks

executed on nonjudicial stamp paper of appropriate value and shall be valid for

a period of sixty (60) days beyond the date for completion of the Purchase

OrderContract

c) In case the contractor fails to furnish the security deposit within the specified

date or extended due date the Purchase OrderContract shall be cancelled and

in addition appropriate penal action may also be considered

d) After the Purchase OrderContract is successfully executed in all respects the

Bank Guarantee towards Security Deposit may be discharged and retained

amount shall be refunded to vendors

e) In the event of non execution of the Purchase orderContract or breach of any

terms and conditions of the Purchase Order the Security Deposit shall be

forfeited

7 Warranty

The Contractor shall provide for the tendered job comprehensive warranty for

parts as well as labour for a period of 12 months from the date of successful

installation commissioning and testing of the system at Purchasers site at no

extra charges against any manufacturing defectfaulty workmanship In case any

defect arises during warranty period the Contractor should replacerectify the

same at its own cost at siteworks

The LED light fittings and its driver unit etc shall have warranty for a period of 5

Tender No SCLPS52019E0156401 54

years from the date of installation and commissioning

8 Warranty Replacements

All replacement parts if any shall be supplied by the Contractor free of cost on F

O R Purchaser site at S A S Nagar Punjab basis

9 TERMS OF PAYMENT

The payment shall be remitted as under

90 of the value of the materials supplied shall be paid within 30 days of the

receipt of the materials at purchaser site and the balance 10 amount along

with 100 installation charges shall be payable on successful installation

commissioning and acceptance of the entire project at Purchasers site against a

Performance Bank Guarantee

10 PERFORMANCE BANK GUARANTEE (PBG)

The Contractor shall furnish a Bank Guarantee (as per format given by purchaser)

from any nationalized scheduled bank for an amount equivalent to 10 of the

value of the Contract and shall be valid for a period of 60 days beyond the expiry

date of warranty period On the performance and completion of the Contract in

all respects the Bank Guarantee will be returned to the Contractor without any

interest

11 VALIDITY

The tender must be valid for a minimum period of 120 days from the date of

opening of Technical bid and 90 days after opening of Price bid

The tender where the validity period is shorter than the period specified in the

tender enquiry shall be excluded from the procurement process

12 Quantity Variation

The quantities indicated against each items in the Bill of Quantities (BOQ) are

indicative and are for the purpose of bidding only Variation in quantities up to

Tender No SCLPS52019E0156401 55

+25 percent shall be carried out by the contractor on the agreedPurchase order

(PO) rates and terms amp conditions as in the purchase order (PO)

13 GUARANTEED TIME DELIVERY

The time for and the date of delivery stipulated in the Purchase Order shall be

deemed to be the essence of the Contract Delivery must be completed within

the date specified therein

14 Extra Items

In case of extra items (that are completely new and are in addition to the items

contained in the contract) the contractor may claim rates supported by proper

analysis and purchaser engineer in charge of the work shall after giving

consideration to the analysis of the rates submitted by the contractor determine

the rates on the basis of market rates and the contractor shall be paid in

accordance with the rates so determined The contractor(s) profit amp OH shall be

factored in the rate analysis 15

15 CONSIGNEE

Sr Purchase and Stores Officer (Stores)

Semi Conductor Laboratory

Sector 72 SAS Nagar (Mohali) Punjab

India 160 071

16 INSTALLATION AND COMMISSIONING

Installation commissioning and demonstration of performance of the tendered

stores as per Purchaser tendered specifications shall be carried out by the

Contractor at Purchaser site at S A S Nagar Punjab India

The Contractor shall provide in advance guidelines for preparation of the

installation site and list of items to be supplied by Purchaser during installation

Tender No SCLPS52019E0156401 56

On receipt of intimation from the Purchaser the Contractor shall depute its

engineer(s) to Purchaser site within two weeks to carry out installation and

commissioning and will demonstrate the functionality of the tendered

equipment to Purchaser specifications as per mutually agreed acceptance

procedure The Contractor shall be responsible for any lossdamages sustained

due to delay on the part of the Contractor to send its engineer for installation

and commissioning

Failure to commission the tendered equipment successfully shall entitle

Purchaser to full refund of the payment made and the interest thereon Decision

regarding successful installation and commissioning shall rest solely with the

Purchaser

17 REJECTION

In the event that any of the stores supplied by the Contractor is found defective

in material or workmanship or otherwise not in conformity with the

requirements of the Contract specifications the purchaser shall either reject the

stores or request the Contractor in writing to rectify the same The Contractor

on receipt of such notification shall either rectify or replace the defective stores

free of cost to the purchaser If the Contractor fails to do so the purchaser may

at his option either

a) replace or rectify such defective stores and recover the extra cost so involved

from the Contractor or

b) terminate the Contract for default as provided in this tender document

18 EXTENSION OF TIME

If the completion of supply of stores is delayed due to reason of force majeure

such as acts of god acts of public enemy acts of Government fires floods

epidemics quarantine restriction strikes freight embargoes etc the

Contractor shall give notice within 15 days to the purchaser in writing of his

claim for an extension of time The purchaser on receipt of such notice after

verification if necessary may agree to extend the Contract delivery date as may

Tender No SCLPS52019E0156401 57

be reasonable but without prejudice to other terms and conditions of the

Contract

19 DELAY IN COMPLETIONLIQUIDATED DAMAGES

If the Contractor fails to deliver the stores within the time specified in the

Contract or any extension thereof the purchaser shall recover from the

Contractor as liquidated damages a sum of one half of one percent (05 percent)

of the Contract price of the undelivered stores for each calendar week of delay

The total liquidated damages shall not exceed ten percent (10 percent) of the

Contract price of the unit or units so delayed Stores will be deemed to have

been delivered only when all their component parts are also delivered If certain

components are not delivered in time the stores will be considered as delayed

until such time as the missing parts are delivered Delivery of stores shall be

complete on Installation commissioning Testing and Acceptance

20 INSPECTION AND ACCEPTANCE TEST

The Purchasers representatives shall also be entitled at all reasonable times

during manufacture to inspect examine and test on the Contractors premises

the material and workmanship of all stores to be supplied under this Contract

and if part of the said stores is being manufactured on other premises the

Contractor shall obtain for the purchasers representative permission to inspect

examine and test as if the equipment were being manufactured on the

Contractors premises

Such inspection examination and testing shall not release the Contractor from

the obligations under this Contract

For tests on the premises of the Contractor or of any of his sub Contractors the

Contractor shall provide free of cost assistance labour material electricity fuel

and instruments as may be required or as may be reasonably needed by the

purchasers representative to carry out the tests efficiently

When the stores have passed the specified test the purchaser representative

shall furnish a certificate to the effect in writing to the Contractor The

Tender No SCLPS52019E0156401 58

Contractor shall provide copies of the tests certificates to the purchaser as may

be required

21 Labour Law Contractor shall abide by all labour laws rules and regulations

which are prevailing and as enforced from time to time and SCL shall not be

responsible for any accident or mishap during the course of the contract to any

of engineer labour employee by the Contractor The contractor shall also ensure

that the statutory obligations with regards to the employment of labour under

law are complied properly and timely

22 ARBITRATION

In the event of any disputes differences or claims arising out of or relating to

the interpretation and application of the Contract such disputes or differences

or claims shall be settled amicably by mutual consultations of the good Offices

of the respective Parties and recognizing their mutual interests attempt to reach

a solution satisfactory to both the parties If such a resolution is not possible

within 30 days from the date of receipt of written notice of the existence of such

disputes then the unresolved disputes or differences or claims shall be

referred to the Sole Arbitrator appointed by the Parties by mutual consent in

accordance with the rules and procedures of Arbitration and Conciliation Act

1996 as amended from time to time The arbitration shall be conducted in New

Delhi in the Arbitration and Conciliation Centre New Delhi (Domestic and

International) as per its rules and regulations The expenses for the Arbitration

shall be shared equally or as may be determined by the Arbitrator The

considered and written decision of the Arbitrator shall be final and binding

between the Parties The applicable language for Arbitration shall be English

only Work under the Contract shall be continued by the CONTRACTOR during

the pendency of arbitration proceedings without prejudice to a final adjustment

in accordance with the decision of the Arbitrator unless otherwise directed in

writing by the DEPARTMENT or unless the matter is such that the works cannot

be possibly continued until the decision (whether final or interim) of the

Arbitrator is obtained

23 APPLICABLE LAWS The contract shall be interpreted construed and

Tender No SCLPS52019E0156401 59

governed by laws of IndiaThe contract shall be subject to exclusive Jurisdiction

of the Court of SAS Nagar (Mohali) Punjab India irrespective of anything

mentioned in any correspondences or otherwise

24 Any Other Term

Tender No SCLPS52019E0156401 60

Supporting Documents from Vendor

Attachment ‐ I

Attachment ‐ II

Price Bid Form

Item Description Slab Range Qty UOM Currency Unit Price Total Price

Supply of MCC Panels cables

cable trays lightings etc for

electrical distribution system

including fire detection

system LAN Paging etc for

the Chemical Store building as

per detailed specifications

technical write‐updrawings

attached

‐ 1 Lot ‐ ‐ ‐

Installation Testing and

Commissioning of MCC

Panels cables cable trays

lightings etc for electrical

distribution system including

fire detection system LAN

Paging etc for the Chemical

Store building as per detailed

specifications technical write‐

updrawings attached

‐ 1 Lot ‐ ‐ ‐

Tender No SCLPS52019E0156401 61

Break‐up of other taxes and other costs should be specified in respective narration columns

Sum of these Break‐up values should be specified in respective value columns

Supporting Documents from Vendor (Commercial)

Document attachment with price bid

Attachment ‐ I

Attachment ‐ II

  • pdf_document_tndr_notc_electrical_distribution_system_051119
  • pdf_document_tndr_doc_electrical_distribution_system_051119
Page 2: -72, -160071 चंडीगढ़ के समीप पंजाब भारत...स म -क डक टर ल ब र टर /Semi-Conductor Laboratory अ त रक ष वभ

Tender No SCLPS52019E0156401 1

TenderDetails

Tender No SCLPS52019E0156401

Tender Date 31102019

Purchase Entity Pur_Entity5

TenderNotice

E‐procurement Tender no SCLPS52019E0156401 SEMI CONDUCTOR LABORATORY (SCL) invites

ONLINE offers in TWO part system through e‐tender portal httpseprocureisrogovin for Supply

Installation Testing and Commissioning of Electrical Distribution System including Illumination MCC

Panels Fire Detection System LAN Paging etc for the Chemical Store Building at Semi‐Conductor

Laboratory (SCL SAS Nagar Mohali (Punjab) as per detailed specification and BOQ attached in tender

document

Tender Documents can be downloaded from 04112019 at 1701 hours to 04122019 up to 1030

hours The vendors need to get enrolled in the e‐tender portal to access tender and submit their offer

online Vendors need to have Digital Signature Certificate as detailed on our e‐portal and corporate e‐

mail ID to register on the above portal Only online tenders will be accepted No ManualPostalcourier

e‐mailfax tender will be entertained Please note Tender fee shall not be applicable for tenders

submitted on‐line through this portal

Vendors interested to participate in this e‐Tender are required to register themselves as vendors if not

already registered in our e‐procurement portal httpseprocureisrogovin by downloading plugins and

help demos listed on the home page of the e procurement link mentioned above to complete the

vendor registration process They can seek help from help desk 0091‐20‐253155559167969601

(Emailsupportisronextenderscom) also the home page of e procurement portal may be accessed for

any technical help for registration and subsequent process Vendors may please note that without

registering in our E‐procurement portal they will not be able to quote for this tender

Tender No SCLPS52019E0156401 2

TenderAttachments

Technical Write‐upDrawings

Attachment ‐ I

IDT00247000000000000isro05401pdf

Attachment ‐ II

IDT00247000000000000isro05402pdf

Attachment ‐ III

IDT00247000000000000isro05403pdf

Attachment ‐ IV

IDT00247000000000000isro05404pdf

Attachment ‐ V

IDT00247000000000000isro05405pdf

Standard Terms and Conditions

Instructions to Tenders (PT)1Interested tenderers may at their option login to

httpeprocureisrogovin and submit offers as per details of notification

2This being a two part tender Technical and Commercial part separate the Technical part should not

contain Pricing information The tenders containing Price details in Technical part will be treated as

unsolicited offers and rejected

3 Request for the extension of the due date will not be considered

4 SCL reserves the right to accept or reject any or all the tenders in part or full without assigning any

reasons thereof The bidder is at liberty to seek information related to bidding conditions bidding

process andor rejection of its bid

5 In this tender either the Indian Agent on behalf of the PrincipalOEM or the PrincipalOEM itself can

bid but both cannot bid simultaneously for the same item Indian agents while quoting on behalf of

Tender No SCLPS52019E0156401 3

their principals shall provide necessary latest authorization letter obtained from their

PrincipalsManufacturers in their bid

6 If an agent submits bid on behalf of the PrincipalOEM the same agent shall not submit a bid on

behalf of another PrincipalOEM in the tender for the same item If submitted all offers submitted by

the said agent shall be excluded from the procurement process

7 Late tenders delayed tenders fax quotations and e mail quotations are not considered

Bids submitted other than EGPS mode shall not be considered

8 SCL reserves the right to verify all claims made by the bidder

9 SCL reserves the right to change any milestone date of the tendering activity tender schedule

10 Tender which is not submitted in terms of instructions mentioned herein is liable to be rejected

11 If tender opening date happens to be a public holiday tender will be opened on the next working

day and interested bidders may depute their representatives to attend the Tender Opening with proper

authorization

12 The purchaser shall be under no obligation to accept the lowest or any tender and reserves the right

of acceptance of the whole or any part of the tender or portions of the quantity offered and the

tenderers shall supply the same at the rates quoted

13 It is expressly agreed that the acceptance of the Stores Contracted for is subject to final approval in

writing by the Purchaser

14 It is to be noted that the drawings specifications end use etc given by the purchaser are

confidential and shall not be disclosed to any third party

15 Prices are required to be quoted according to the units indicated in the tender When quotations are

given in terms of units other than those specified in the tender form relationship between the two sets

of units must be furnished

16 The quote should indicate quantity wise unit rate separately which have to be filled online The

Prices are to be mentioned both in figures as well as in words The taxes duties etc are to be calculated

and indicated in the column provided in online forms explicitly

17 Bidders are expected to comply with commercial and other terms and conditions given in vendor

specified terms of this tender In case of any deviation the reasons thereof should be clearly specified in

the vendor specified terms column

18 All available technical literature catalogues and other data in support of the specifications and

details of the items should be furnished along with the unraced technical offer bidder are advised not to

quote any rate with BOQ provide in technical specification document 19 Specifications Stores offered

should strictly confirm to our specifications Deviations if any should be clearly indicated by the

Tender No SCLPS52019E0156401 4

tenderer in his bid The tenderer should also indicate the MakeType number of the stores offered and

provide catalogues technical literature along with the quotations Test Certificates wherever necessary

should be forwarded along with supplies 20 The tenderer should provide the name of his bankers as

well as the latest Income Tax clearance certificate duly countersigned by the Income Tax Officer of the

Circle concerned under the seal of his office if required by the Purchaser during evaluation of tender

21 Subletting and Assignment The contractorsupplier cannot sublet transfer or assign the

orderContract or any part thereof or interests therein or benefit or advantage thereof in any manner

whatsoever to any other party save with the previous written consent of the purchaser Such consent

by the purchaser however shall not relieve or discharge the contractorsupplier from any obligation

duty or responsibility under the Purchase Order Contract

22 The contractorsupplier shall indemnify the purchaser against Workmen Compensation Act

23 The authority of the person submitting the tender if called for should be produced

24 The bids shall be opened as per schedule indicated in the Tender in the presence of the bidderstheir

authorized representatives who may like to attend the tender opening against presentation of

Authorization letter Due to any breakdown in serverlink bid opening will be continued on the

following dates

The schedule of opening of Price bids shall be intimated separately to the technically qualified bidders

only

25 PROCEDURE FOR EVALUATION OF TENDERS

Technical Evaluation Criteria

Vendor meeting the eligibility criteria and basic technical specifications mentioned in SCL Tender shall

be considered to be technically qualified

Evaluation of Price Bids

The following elements shall be considered for evaluation of Priced Commercial offer

a Price quoted by the bidder in the price bid template for meeting the functionalities given in the

Tender and Technical Specifications sheet Bid shall be evaluated on overall cost basis b Compliance

with the Payment Terms prescribed in this tender document In the event the bidder offers Payment

Terms stringent than SCL prescribed Payment Terms the bid of the bidder shall be loaded based on Base

Rate of SBI prevailing on the date of opening of price bids

c In the event of the bidder seeking a Confirmed Letter of Credit the bidders bid shall be loaded at the

rate 05 percent of the LC value towards confirmation charges

d In the event of the bidder requiring SCL to bear bank charges outside India (foreign bank charges) the

bidders bid shall be loaded at the rate 05percent of the LC value towards bank charges outside India

Tender No SCLPS52019E0156401 5

26 The bid should contain the following information

a Agency Commission Bidders are required to provide the following information in respect of their

authorised Indian Agent if any alongwith technical bid as the same is mandatory as is required for

consideration of the bid Name Address Telephone no fax no email of the Indian Agent including the

contact person A letter from the Manufacturersupplier in the current date certifying that the said

Indian Agent is their authorised Indian Agent and also indicating the responsibilitiesrole of the Indian

Agent under the proposed purchase Renumerationservice charges payable to the Indian Agent under

the proposed purchase The amount of agency commission included in the price and payable to Indian

Agent of the contractor shall be paid directly to the Indian Agents by the Purchasers in equivalent in

Indian rupees on the basis of an invoice from him applying TT buying rate of exchange ruling on the date

of placement of the Purchase Order and which shall not be subject to any further exchange variations

The payment will be released to the Indian Agents within 30 days from the date of acceptance of the

goods

b Details of any technical service if required for erection assembly commissioning and

demonstration

27 The FOBFCA prices quoted should be inclusive of all taxes levies duties arising in the tenderer

country

28 The details of Import License will be furnished in the Purchase Order

29 Instructionoperation manual containing all assembly details including wiring diagrams should be

sent wherever necessary in duplicate All documentscorrespondence should be in English Language

only

30 Part shipment is not allowed unless specifically agreed to by us

31 As far as possible stores should be dispatched by Indian Flagged Vessels Air India or through any

Agency nominated by us

32 RECOVERY OF SUM DUE

Whenever any claim for the payment of whether liquidated or not money arising out of or under this

Contract against the Contractor the purchaser shall be entitled to recover such sum by appropriating in

part or whole the security deposited by the Contractor if a security is taken against the Contract In the

event of the security being insufficient or if no security has been taken from the Contractor then the

balance or the total sum recoverable as the case may be shall be deducted from any sum then due or

which at any time thereafter may become due to the Contractor under this or any other Contract with

the purchaser Should this sum be not sufficient to cover the full amount recoverable the Contractor

shall pay to the purchaser on demand the remaining balance due Similarly if the purchaser has or

makes any claim whether liquidated or not against the Contractor under any other Contract with the

purchaser the payment of all moneys payable under the Contract to the Contractor including the

Tender No SCLPS52019E0156401 6

security deposit shall be withheld till such claims of the purchaser are finally adjudicated upon and paid

by the Contractor

33 LANGUAGE AND MEASURES

All documents pertaining to the Contract including specification schedule notice correspondence

operating and maintenance instructions drawings or any other writings shall be written in English

language The metric system of measurement shall be used exclusively in the Contract

34TECHNICAL DOCUMENTATION

The Contractor shall provide installation operation maintenance and programming manual All

documentation shall be in English language

35 CONTRACTORS DEFAULT LIABILITY

The purchaser may upon written notice of default to the Contractor terminate the Contract in

whole or in part in circumstances detailed hereunder

a) If in the judgement of the Purchaser the Contractor fails to make delivery of Stores within the

time specified in the Contractagreement or within the period for which extension has been

granted by the Purchaser to the Contractor

b) If in the judgment of the Purchaser the Contractor fails to comply with any of the other provisions of

this Contract

In the event the Purchaser terminates the Contract in whole or in part as provided in this tender

document the Purchaser reserves the right to Purchase upon such terms and in such a manner as he

may deem appropriate stores similar to that terminated and the Contractor shall be liable to the

Purchaser for any additional costs for such similar stores andor for liquidated damages for delay as

defined in Clause 24 until such reasonable time as may be required for the final supply of stores

A) If this Contract is terminated as provided in this tender document the Purchaser in addition to any

other rights provided in this Article may require the Contractor to transfer title and deliver to the

Purchaser under any of the following clauses in the manner and as directed by the Purchaser

a) Any completed stores

b) Such partially completed stores

drawing information and Contract rights (hereinafter called manufacturing material) as the Contractor

has specifically produced or acquired for the performance of the Contract as terminated The Purchaser

shall pay to the Contractor the Contract price for completed stores delivered to and accepted by the

purchaser and for manufacturing material delivered and accepted

B) In the event the Purchaser does not terminate the Contract as provided in this tender document the

Contractor shall continue the performance of the Contract in which case he shall be liable to the

Tender No SCLPS52019E0156401 7

purchaser for liquidated damages for delay as set out in this tender document until the stores are

accepted

DOS PM‐ 20

INSTRUCTIONS TO TENDERERS AND TERMS CONDITIONS OF TENDER

1 Bid Open Authorization shall be submitted on line only complying specified schedule

2 Late tenders and delayed tenders will not be considered

3 GST andor other dutieslevies legally leviable and intended to be claimed should be distinctly shown

separately in the tender

4 (a) Your quotation should be valid for 90 days (single part tender) and 120 days (two part tender)

from the date of opening of the tender

(b)Prices are required to be quoted according to the units indicated in the annexed tender form

When quotations are given in terms of units other than those specified in the tender form relationship

between the two sets of units must be furnished

5 Preference will be given to those tenders offering supplies from ready stocks and on the basis of FOR

destinationdelivery at site

6 (a) All available technical literature catalogues and other data in support of the specifications and

details of the items should be furnished along with the offer

(b) Samples if called for should be submitted free of all charges by the tenderer and the Purchaser

shall not be responsible for any loss or damage thereof due to any reason whatsoever In the event of

non acceptance of tender the tenderer will have to remove the samples at his own expense

(c) Approximate net and gross weight of the items offered shall be indicated in your offer If

dimensional details are available the same should also be indicated in your offer

(d) Specifications Stores offered should strictly confirm to our specifications Deviations if any should

be clearly indicated by the tenderer in his quotation The tenderer should also indicate the MakeType

number of the stores offered and provide catalogues technical literature and samples wherever

necessary along with the quotations Test Certificates wherever necessary should be forwarded along

with supplies Wherever options have been called for in our specifications the tenderer should address

all such options Wherever specifically mentioned by us the tenderer could suggest changes to

specifications with appropriate response for the same

Tender No SCLPS52019E0156401 8

7 The purchaser shall be under no obligation to accept the lowest or any tender and reserves the right

of acceptance of the whole or any part of the tender or portions of the quantity offered and the

tenderers shall supply the same at the rates quoted

8 The tenderer should supply along with his tender the name of his bankers as well as the latest

Income Tax clearance certificate duly countersigned by the Income Tax Officer of the Circle concerned

under the seal of his office if required by the Purchaser

9 The Purchaser reserves the right to place order on the successful tenderer for additional quantity up

to 25 of the quantity offered by them at the rates quoted

10 The authority of the person signing the tender if called for should be produced

TERMS CONDITIONS OF TENDER

1 DEFINITIONS

(a) The term PURCHASER shall mean the President of India or his successors or assigns

(b) The term CONTRACTOR shall mean the person firm or company with whom or with which the

order for the supply of stores is placed and shall be deemed to include the Contractors successors

representative heirs executors and administrators unless excluded by the Contract

(c) The term STORES shall mean what the Contractor agrees to supply under the Contract as specified

in the Purchase Order including erection of plants machinery and subsequent testing should such a

condition is included in the Purchase Order

(d) The term PURCHASE ORDER shall mean the communication signed on behalf of the Purchaser by an

Officer duly authorised intimating the acceptance on behalf of the Purchaser on the terms and

conditions mentioned or referred to in the said communication accepting the tender or offer of the

Contractor for supply of stores or plant machinery or equipment or part thereof

2 PRICESTender offering firm prices will be preferred Where a price variation clause is insisted upon by

a tenderer quotation with a reasonable ceiling should be submitted Such offers should invariably be

supported by the base price taken into account at the time of tendering and also the formula for any

such variations

3 SECURITY DEPOSITOn acceptance of the tender the Contractor shall at the option of the Purchaser

and within the period specified by him deposit with him in cash or in any other form as the Purchaser

may determine security deposit not exceeding ten percent of the value of the Contract as the Purchaser

shall specify If the Contractor is called upon by the Purchaser to deposit AtildelsaquoAringldquoSecurity and the

Contractor fails to provide the security within the period specified such failure shall constitute a breach

of the Contract and the Purchaser shall be entitled to make other arrangements for the re purchase of

Tender No SCLPS52019E0156401 9

the stores contracted at the risk of the Contractor in terms of Sub Clause (ii) and (iii) of clause 10(b)

hereof andor to recover from the Contractor damages arising from such cancellation

4 GUARANTEE REPLACEMENT

(a) The Contractor shall guarantee that the stores supplied shall comply fully with thespecifications laid

down for material workmanship and performance

(b) For a period of twelve months after the acceptance of the stores if any defects arediscovered

therein or any defects therein found to have developed under proper use arising from faulty stores

design or workmanship the Contractor shall remedy such defects at his own cost provided he is called

upon to do so within a period of 14 months from the date of acceptance thereof by the purchaser who

shall state in writing in what respect the stores or any part thereof are faulty

(c) If in the opinion of the purchaser it becomes necessary to replace or renew any efective stores

such replacement or renewal shall be made by the Contractor free of all costs to the purchaser

provided the notice informing the Contractor of the defect is given by the purchaser in this regard within

the said period of 14 months from the date of acceptance thereof

(d) Should the Contractor fail to rectify the defects the purchaser shall have the right to reject or

repair or replace at the cost of the Contractor the whole or any portion of the defective stores

(e) The decision of the purchaser notwithstanding any prior approval or acceptance or inspection

thereof on behalf of the purchaser as to whether or not the stores supplied by the Contractor are

defective or any defect has developed within the said period of 12 months or as to whether the nature

of the defects requires renewal or replacement shall be final conclusive and binding on the Contractor

(f) To fulfil guarantee conditions outlined in clause 4 (a) to (e) above the Contractor shall at the

option of the purchaser furnish a Bank Guarantee (as prescribed by the purchaser) from a Bank

approved by the purchaser for an amount equivalent to 10 of the value of the Contract along with first

shipment documents On the performance and completion of the Contract in all respects the Bank

Guarantee will be returned to the Contractor without any interest

(g) All the replacement stores shall also be guaranteed for a period of 12 months from the date of

arrival of the stores at purchasers site

(h) Even while the 12 months guarantee applies to all stores in case where a greater period is called

for by our specifications then such a specification shall apply in such cases the period of 14 months

referred to in para 4 (b) (c) shall be the asked for guarantee period plus two months

5 PACKING FORWARDING INSURANCEThe Contractor will be held responsible for the stores being

sufficiently and properly packed for transport by rail road sea or air to withstand transit hazards and

ensure safe arrival at the destination The packing and marking of packages shall be done by and at the

expense of the Contractor The purchaser will not pay separately for transit insurance all risks in transit

Tender No SCLPS52019E0156401 10

being exclusively of the Contractor and the Purchaser shall pay only for such stores as are actually

received in good condition in accordance with the Contract

6 DESPATCHThe Contractor is responsible for obtaining a clear receipt from the Transport Authorities

specifying the goods dispatched The consignment should be dispatched with clear Railway

ReceiptLorry Receipt If sent in any other mode it shall be at the risk of the Contractor Purchaser will

take no responsibility for short deliveries or wrong supply of goods when the same are booked on said

to contain basis Purchaser shall pay for only such stores as are actually received by them in accordance

with the Contract

7 TEST CERTIFICATEWherever required test certificates should be sent along with the dispatch

documents

8 ACCEPTANCE OF STORES

(a) The stores shall be tendered by the Contractor for inspection at such places as may be specified by

the purchaser at the Contractors own risk expense and cost

(b) It is expressly agreed that the acceptance of the stores Contracted for is subject to final approval

by the purchaser whose decision shall be final

(c) If in the opinion of the purchaser all or any of the stores do not meet the performance or quality

requirements specified in the Purchase Order they may be either rejected or accepted at a price to be

fixed by the purchaser and his decision as to rejection and the prices to be fixed shall be final and

binding on the Contractor

(d) If the whole or any part of the stores supplied are rejected in accordance with Clause No 8 (c)

above the purchaser shall be at liberty with or without notice to the Contractor to purchase in the

open market at the expense of the Contractor stores meeting the necessary performance and quality

Contracted for in place of those rejected provided that either the purchase or the agreement to

purchase from another supplier is made within six months from the date of rejection of the stores as

aforesaid

9 REJECTED STORESRejected stores will remain at destination at the Contractors risk and responsibility

If instructions for their disposal are not received from the Contractor within a period of 14 days from the

date of receipt of the advice of rejection the purchaser or his representative has at his discretion the

right to scrap or sell or consign the rejected stores to Contractors address at the Contractors entire risk

and expense freight being payable by the Contractor at actuals

10 DELIVERY

(a) The time for and the date of delivery of the stores stipulated in the Purchase Order shall be deemed

to be the essence of the Contract and delivery must be completed on or before the specified dates

Tender No SCLPS52019E0156401 11

(b) Should the Contractor fail to deliver the stores or any consignment thereof within the period

prescribed for such delivery the purchaser shall be entitled at his option either

(i) to recover from the Contractor as agreed liquidated damages and not by way of penalty a sum of

05 per week of the price of any stores which the Contractor has failed to deliver as aforesaid or during

which the delivery of such store may be in arrears subject to a minimum of 10 or

(ii) to purchase from elsewhere without notice to the Contractor on the account and at the risk of the

Contractor the stores not delivered or others of a similar description (where others exactly complying

with the particulars are not in the opinion of the purchaser readily procurable such opinion being

final) without cancelling the Contract in respect of the consignment (s) not yet due for delivery or

(iii) to cancel the Contract or a portion thereof and if so desired to purchase or authorise the purchase of

stores not so delivered or others of a similar description (where others exactly if complying with the

particulars are not in the opinion of the purchaser readily procurable such opinion final) at the risk and

cost of the Contractor In the event of action being taken under sub clause (ii) (iii) of clause 10 (b) above

the Contractor shall be liable for any loss which the purchaser may sustain on that account provided

that the re purchase or if there is an agreement to repurchase then such agreement is made within six

months from the date of such failure But the Contractor shall not be entitled to any gain on such re

purchase made against default The manner and method of such re purchase shall be at the discretion of

the purchaser whose decision shall be final It shall not be necessary for the purchaser to serve a notice

of such re purchase on the defaulting Contractor This right shall be without prejudice to the right of the

purchaser to recover damages for breach of Contract by the Contractor

11EXTENSION OF TIMEAs soon as it is apparent that the Contract dates cannot be adhered to an

application shall be sent by the Contractor to the purchaser If failure on the part of the Contractor to

deliver the stores in proper time shall have arisen from any cause which the purchaser may admit as

reasonable ground for an extension of the time (and his decision shall be final) he may allow such

additional time as he considers it to be justified by circumstances of the case without prejudice to the

purchasers right to recover liquidated damages under clause 10 thereof

12 ERECTION OF PLANT MACHINERYWherever erection of a plant or machinery is the responsibility of

the Contractor as per the terms of the Contract and in case the Contractor fails to carry out the erection

as and when called upon to do so within the period specified by the purchaser the purchaser shall have

the right to get the erection done through any source of his choice In such an event the Contractor

shall be liable to bear any additional expenditure that the purchaser is liable to incur towards erection

The Contractor shall however not be entitled to any gain due to such an action by the purchaser

13 PAYMENT Contractors bill will be passed for payment only after the stores have been received

inspected and accepted by the Purchaser

14 MODE OF PAYMENT Normally payment will be made for the accepted stores within 30 days from

the date of receipt of the materials

Tender No SCLPS52019E0156401 12

15 RECOVERY OF SUM DUE Whenever any claim for the payment of whether liquidated or not money

arising out of or under this Contract against the Contractor the purchaser shall be entitled to recover

such sum by appropriating in part or whole the security deposited by the Contractor if a security is

taken against the Contract In the event of the security being insufficient or if no security has been taken

from the Contractor then the balance or the total sum recoverable as the case may be shall be

deducted from any sum then due or which at any time thereafter may become due to the Contractor

under this or any other Contract with the purchaser Should this sum be not sufficient to cover the full

amount recoverable the Contractor shall pay to the purchaser on demand the remaining balance due

Similarly if the purchaser has or makes any claim whether liquidated or not against the Contractor

under any other Contract with the purchaser the payment of all moneys payable under the Contract to

the Contractor including the security deposit shall be withheld till such claims of the purchaser are

finally adjudicated upon and paid by the Contractor

16 INDEMNITY The Contractor shall warrant and be deemed to have warranted that all stores supplied

against this Contract are free and clean of infringement of any Patent Copyright or Trademark and shall

at all times indemnify the purchaser against all claims which may be made in respect of the stores for

infringement of any right protected by Patent Registration of design or Trade mark and shall take all risk

of accidents or damage which may cause a failure of the supply from whatever cause arising and the

entire responsibility for sufficiency of all means used by him for the fulfilment of the contact

17 ARBITRATION In the event of any disputes differences or claims arising out of or relating to the

interpretation and application of the Contract such disputes or differences or claims shall be settled

amicably by mutual consultations of the good Offices of the respective Parties and recognizing their

mutual interests attempt to reach a solution satisfactory to both the parties If such a resolution is not

possible within 30 days from the date of receipt of written notice of the existence of such disputes

then the unresolved disputes or differences or claims shall be referred to the Sole Arbitrator

appointed by the Parties by mutual consent in accordance with the rules and procedures of Arbitration

and Conciliation Act 1996 as amended from time to time The arbitration shall be conducted in New

Delhi in the Arbitration and Conciliation Centre New Delhi (Domestic and International) as per its rules

and regulations The expenses for the Arbitration shall be shared equally or as may be determined by

the Arbitrator The considered and written decision of the Arbitrator shall be final and binding between

the Parties The applicable language for Arbitration shall be English only

Work under the Contract shall be continued by the CONTRACTOR during the pendency of arbitration

proceedings without prejudice to a final adjustment in accordance with the decision of the Arbitrator

unless otherwise directed in writing by the Purchaser or unless the matter is such that the works cannot

be possibly continued until the decision (whether final or interim) of the Arbitrator is obtained

18 COUNTER TERMS AND CONDITION OF SUPPLIERS Where counter terms and conditions printed or

cyclostyled conditions have been offered by the supplier the same shall not be deemed to have been

accepted by the Purchaser unless specific written acceptance thereof is obtained

Tender No SCLPS52019E0156401 13

19 SECURITY FOR PURCHASE OF MATERIALS Successful tenderer will have to furnish in the form of a

bank guarantee or any other form as called for by the purchaser towards adequate security for the

materials and properties provided by the Purchaser for the due execution of the Contract

20 In eprocurement system submission of bid is a two step process After submission of their bids

bidders have to wait for bid sealing by Purchaser Subsequently bidders have to complete open

authorization in the eprocurement system to enable the Purchaser to open the bid If open

authorization is not completed by the bidder then Purchaser will not be able to open the bid and the

bid becomes invalid

In case bidder encounters any technical snag pertaining to eprocurement system while acting on the

tender computer screen shot of the error message with date time stamp on the web browser along

with the query shall be e mailed by the bidder to the help desk for resolution of the problem at least 2

working days before the due date and time of bid submission The contact detail of the help desk is

available on the home page of the eprocurement website

Purchaser will make all efforts to resolve technical queries reported by the bidders but will not be bound

to do so if the problems are reported beyond the time mentioned above Purchaser will not be

responsible for non submission of bids for such cases

The time taken to ascertain evaluate and suggest a solution for the problem reported by bidder may

vary from case to case Hence bidders are advised to submit the bid well in advance before closing date

and time to avoid last minute issues

DOS PM‐ 22

Instruction to Tenderer

1 Bid Open Authorization shall be submitted online only complying specified schedule and complete in

all respects with technical specifications including pamphlets and catalogues

2 A Proforma Invoice may also be given which should contain the following information

a) The FOBFCA value the C and F value for import by Sea freight Air freight up to and for air parcel

post up to should be separately indicated

b) Agency Commission The amount of commission included in the price and payable to the Indian Agent

of the Contractor shall be paid directly to the Indian Agent by the Purchaser in equivalent Indian Rupees

on the basis of an Invoice from him applying TT buying rate of exchange ruling on the date of

placement of the Purchase Order and which shall not be subject to any further exchange variations This

payment will be released to the Indian Agent immediately after Customs clearance of the goods in India

Tender No SCLPS52019E0156401 14

c) The Contractor shall invoice only for the net amount payable to deducting the amount of Agency

Commission included in the invoice which will be paid to the Indian Agent directly by the Purchaser

However the Contractors invoice should separately reflect the amount of commission payable to his

Indian Agent

d) The earliest delivery period and country of origin of the Stores

e) Bankers name address telephonefax Nos and eMail ID of the Contractor

f) The approximate net and gross weight and dimensions of packages cases

g) Recommended spares for satisfactory operation for a minimum period of one year

h) Details of any technical service if required for erection assembly commissioning and demonstration

3 The FOBFCA and C and F prices quoted should be inclusive of all taxes levies duties arising in the

tenderers country

4 The offer should be valid for a minimum period of 90 days (single part tender) and 120 days (Two part

tender) from the due date of opening of the tender

5 Samples if called for should be sent free of all charges

6 Late and delayed tenders will not be considered Quotations by cable must be followed by detailed

offers

7 Offers made by Indian Agents on behalf of their Principals should besupported by the proforma

invoice of their Principals

8 The details of Import Licence will be furnished in the Purchase Order

9 The authority of person signing the tender if called for shall be produced

10 Instructions Operation Manual containing all assembly details including wiring diagrams should be

sent wherever necessary in duplicate All documents correspondence should be in English language

only

11 The Purchaser reserves the right to accept or reject the lowest or any offer in whole or part without

assigning any reason

12 It is expressly agreed that the acceptance of the Stores Contracted for is subject to final approval in

writing by the Purchaser

13 a) Part shipment is not allowed unless specifically agreed to by us

b) As far as possible stores should be despatched by Indian Flag Vessels Air India through any Agency

nominated by us

Tender No SCLPS52019E0156401 15

14 Inspection Test Certificate should be provided for the goods after testing it thoroughly at the

Contractors works If any Inspection by Lloyds or any other testing agency is considered necessary it

shall be arranged by Contractors

15 Where erection or assembly or commissioning is a part of the Contract it should be done

immediately on notification The Contractor shall beresponsible for any lossdamage sustained due to

delay in fulfilling this responsibility

16 For items having shelf life those with maximum shelf life should be supplied if order is placed

TERMS AND CONDITIONS

1 DEFINITIONS

(a) The term Purchaser shall mean the President of India or his successors or assignees

(b) The term Contractor shall mean the person firm or company with whom or with which the order for

the supply of stores is placed and shall be deemed to include the Contractors Successors

representatives heirs executors and administrators unless excluded by the Contract

(c) The term Purchase Order shall mean the communication signed on behalf of the Purchaser by an

officer duly authorised intimating the acceptance on behalf of the Purchaser on the terms and

conditions mentioned or referred to in the said communication accepting the Tender or offer of the

Contractor for supply of stores of plant machinery or equipment of part thereof

(d) The term Stores shall mean what the Contractor agrees to supplyunder the Contract as specified in

the Purchase Order

2 PRICES

Tenders offering firm prices will be preferred Where a price variation clause is insisted upon by a

tenderer quotations with a reasonable ceiling should be submitted Such offers should invariably be

supported by the base price taken into account at the time of tendering and also the formula for any

such variations

3 TERMS OF PAYMENT

31 Being a Department of the Government of India the normal terms of payment are by Sight Draft

However other terms of payment like establishment of Letter of Credit may be considered by the

Purchaser on such terms and conditions as may be agreed upon

32 The Sight Draft Letter of Credit will be operative on presentation of the under mentioned

documents

a) Original Bill of Lading Airway Bill

Tender No SCLPS52019E0156401 16

b) Commercially certified invoices describing the stores delivered quantity unit rate and their total

value in triplicate The invoice should indicate the discounts if any and Agency Commission separately

c) Packing List showing individual dimensions and weight of packages

d) Country of Origin Certificate in duplicate

e) Test Certificate

f) Declaration by the Seller that the contents in each case are not less than those entered in the invoices

and the quality of the Stores are guaranteed as per the specifications asked for by the Purchaser

g) Warrantee and guarantee Certificates vide Clause 20 herein below

4 IMPORTANT LICENCE

Reference to Import License No and date and Contract number and date shall be prominently indicated

in all the documents

5 DEMURRAGE

Supplier shall bear demurrage charges if any incurred by the purchaser due to delayed presentation of

shipping documents as prescribed in the bankers within a reasonable time (say within 10 to 12 days)

from the date of bill of lading for sea consignments and within 3 to 4 days from the date of Air Way Bill

for air consignments

6 ADDRESS OF INDIAN AGENTS

7 GUARANTEED TIME DELIVERY

The time for and the date of delivery stipulated in the Purchase Order shall be deemed to be the

essence of the Contract Delivery must be completed within the date specified therein

8 INSPECTION AND ACCEPTANCE TEST

81 The Purchaser representatives shall also be entitled at all reasonabletimes during manufacture to

inspect examine and test on the Contractors premises the material and workmanship of all stores to be

supplied under this Contract and if part of the said stores is being manufactured on other premises the

Contractor shall obtain for the purchasers representative permission to inspect examine and test as if

the equipment were being manufactured on the Contractors premises Such inspection examination

and testing shall not release the Contractor from the obligations under this Contract

82 For tests on the premises of the Contractor or of any of his subContractors the Contractor shall

provide free of cost assistance labourmaterial electricity fuel and instruments as may be required or

as may be reasonably needed by the purchasers representative to carry out the tests efficiently

Tender No SCLPS52019E0156401 17

83 When the stores have passed the specified test the purchasers representative shall furnish a

certificate to the effect in writing to the Contractor The Contractor shall provide copies of the tests

certificates to the purchaser as may be required

9 MODE OF DESPATCH

Generally stores should be despatched through Indian Flagged Vessel Air India or through any other

Agency nominated by the purchaser A copy of the invoice and packing list should invariably be kept

inside each of the packages

10 PORT OF ENTRY

New Delhi Mumbai

11 CONSIGNEE

Purchase and Stores Officer Stores

12 SHIPPING MARKS

The mark on the shipping documents such as invoice bill of lading and on the packages should be as

follow

PURCHASE ORDER NO

DATED

GOVERNMENT OF INDIA

DEPARTMENT OF SPACE

(name of the CentreUnit)

Destination

Port of Entry

13 INSURANCE OF THE STORES

The necessity or otherwise of insurance will be as indicated in the Purchase Order

14 CONTRACTORS DEFAULT LIABILITY

141 The purchaser may upon written notice of default to the Contractorterminate the Contract in

whole or in part in circumstances detailedhereunder

Tender No SCLPS52019E0156401 18

a) If in the judgement of the Purchaser the Contractor fails to makedelivery of Stores within the time

specified in the Contract agreement or within the period for which extension has been granted by the

Purchaser to the Contractor

b) If in the judgment of the Purchaser the Contractor fails to comply with any of the other provisions of

this Contract

15 In the event the Purchaser terminates the Contract in whole or in part as provided in Clause 14 the

Purchaser reserves the right to Purchase upon such terms and in such a manner as he may deem

appropriate stores similar to that terminated and the Contractor shall be liable to the Purchaser for any

additional costs for such similar stores andor for liquidated damages for delay as defined in Clause 19

until such reasonable time as may be required for the final supply of stores

151If this Contract is terminated as provided in Clause 14 the Purchaser in addition to any other rights

provided in this Article may require the Contractor to transfer title and deliver to the Purchaser under

any of the following clauses in the manner and as directed by the Purchaser

a) Any completed stores

b)Such partially completed stores drawing information and Contract rights (hereinafter called

manufacturing material) as the Contractor has specifically produced or acquired for the performance of

the Contract as terminated The Purchaser shall pay to the Contractor the Contract price for completed

stores delivered to and accepted by the purchaser and for manufacturing material delivered and

accepted

152 In the event the Purchaser does not terminate the Contract as provided in Clause 14 the

Contractor shall continue the performance of the Contract in which case he shall be liable to the

purchaser for liquidated damages for delay as set out in Clause for DELAY IN COMPLETION

LIQUIDATED DAMAGES until the stores are accepted

16 REPLACEMENT

If the stores or any portion thereof is damaged or lost during transit thePurchaser shall give notice to

the Contractor setting forth particulars of such stores damaged or lost during transit The replacement

of such stores shall be effected by the Contractor within a reasonable time to avoid unnecessary delay in

the intended usage of the Stores In case the purchaser agrees the price towards replacement items

shall be paid by the purchaser on the basis of original price quoted in the tender or as reasonably

worked out from the tender

17 REJECTION

In the event that any of the stores supplied by the Contractor is found defective in material or

workmanship or otherwise not in conformity with the requirements of the Contract specifications the

purchaser shall either reject the stores or request the Contractor in writing to rectify the same The

Tender No SCLPS52019E0156401 19

Contractor on receipt of such notification shall either rectify or replace the defective stores free of cost

to the purchaser If the Contractor fails to do so the purchaser may at his option either

a) replace or rectify such defective stores and recover the extra cost so involved from the Contractor or

b) terminate the Contract for default as provided under clause 14 above or

c) acquire the defective stores at a reduced price considered equitable under the circumstances The

provision of this article shall not prejudice the Purchasers rights under clause 19

18 EXTENSION OF TIME

If the completion of supply of stores is delayed due to reason of force majeure such as acts of god acts

of public enemy acts of Government fires floods epidemics quarantine restriction strikes freight

embargoes etc the Contractor shall give notice within 15 days to the purchaser in writing of his claim

for an extension of time The purchaser on receipt of such notice after verification if necessary may

agree to extend the Contract delivery date as may be reasonable but without prejudice to other terms

and conditions of the Contract

19 DELAY IN COMPLETION LIQUIDATED DAMAGES

If the Contractor fails to deliver the stores within the time specified in theContract or any extension

thereof the purchaser shall recover from theContractor as liquidated damages a sum of onehalf of one

percent (05percent) of the Contract price of the undelivered stores for each calendar week of delay

The total liquidated damages shall not exceed ten percent (10 percent) of the Contract price of the unit

or units so delayed Stores will be deemed to have been delivered only when all their component parts

are also delivered If certain components are not delivered in time the stores will be considered as

delayed until such time as the missing parts are delivered

20 GUARANTEE and REPLACEMENT

a) The Contractor shall guarantee that the stores supplied shall comply fully with the specifications laid

down for material workmanship and performance

b) For a period of twelve months after the acceptance of the stores if any defects are discovered

therein or any defects therein are found to have developed under proper use arising from faulty

materials design or workmanship the Contractor shall remedy such defects at his own cost provided he

is called upon to do so within a period of 14 months from the date of acceptance thereof by the

Purchaser who shall state in writing in what respect the stores or any parts thereof are faulty

c) If in the opinion of the purchaser it becomes necessary to replace or renew any defective stores such

replacements or renewals shall be made by the Contractor free of all costs to the purchaser provided

the notice informing the Contractor of the defect is given by the purchaser in this regard within the said

period of 14 months from the date of acceptance thereof

Tender No SCLPS52019E0156401 20

d) Should the Contractor fail to rectify the defects the purchaser shall have the right to reject or repair

or replace at the cost of the Contractor the whole or any portion of the defective stores

e) The decision of the Purchaser notwithstanding any prior approval or acceptance or inspection

thereof on behalf of the purchaser as to whether or not the stores supplied by the Contractor are

defective or any defects has developed within the said period of 12 months or as to whether the nature

of the defects requires renewal or replacement shall be final conclusive and binding on the Contractor

f) To fulfill guarantee conditions outlined in Clause 20 (a) to (e) above the Contractor shall at the option

of the purchaser furnish a Bank Guarantee (as prescribed by the purchaser Bank Guarantee format

enclosed) from a Bank approved by the purchaser for an amount equivalent to 10Percent of the value of

the Contract along with first shipment documents On the performance and completion of the Contract

in all respects the Bank Guarantee will be returned to the Contractor without any interest

g) All the replacement stores shall also be guaranteed for a period of 12 months from the date of arrival

of stores at purchasers site

h) Even while the 12 months guarantee applies to all stores in case where a greater period is called for

by our specifications then such a specification shall apply and in such cases the period of 14 months

referred to in Clause 20 (b) and (c) shall be asked for guarantee period plus two months

21 REQUIREMENT OF ADDITIONAL NUMBERS OF THE STORESSPARE PARTS ORDERED

The Contractor shall also undertake the supply of additional number of items covered by the order as

considered necessary by the purchaser at a later date the actual price to be paid shall be mutually

agreed to after negotiations

22 PACKING

a) The Contractor wherever applicable shall pack and crate all stores for sea air shipment as applicable

in a manner suitable for export to a tropical humid climate in accordance with internationally accepted

export practices and in such a manner so as to protect it from damage and deterioration in transit by

road rail or sea for space qualified stores The Contractors shallbe held responsible for all damages due

to improper packing

b) The Contractor shall ensure that each box unit of shipment is legible and properly marked for

correct identification The failure to comply with this requirement shall make the Contractor liable for

additional expenses involved

c) The Contractor shall notify the purchaser of the date of shipment from the port of embarkation as

well as the expected date of arrival of such shipment at the designated port of arrival

d) The Contractor shall give complete shipment information concerning the weight size content of each

packages etc

Tender No SCLPS52019E0156401 21

e) Transshipment of equipment shall not be permitted except with the written permission of the

purchaser

f) Apart from the despatch documents negotiated through Bank the following documents shall also be

airmailed to the purchaser within 7 days from the date of shipment by sea and within 3 days in case of

air consignments

a) Commercial Bill of Lading Air Way Bill Post parcel Receipt (Two nonnegotiable copies)

b) Invoice (3 copies)

c) Packing List (3 copies)

d) Test Certificate (3 copies)

e) Certificate of Origin

The Contractor shall also ensure that one copy of the packing list is enclosed in each case

23 ARBITRATION

In the event of any disputes differences or claims arising out of or relating to the interpretation and

application of the Contract such disputes or differences or claims shall be settled amicably by mutual

consultations of the good Offices of the respective Parties and recognizing their mutual interests

attempt to reach a solution satisfactory to both the parties If such a resolution is not possible within 30

days from the date of receipt of written notice of the existence of such disputes then the unresolved

disputes or differences or claims shall be referred to the Sole Arbitrator appointed by the Parties by

mutual consent in accordance with the rules and procedures of Arbitration and Conciliation Act 1996 as

amended from time to time The arbitration shall be conducted in New Delhi in the Arbitration and

Conciliation Centre New Delhi (Domestic and International) as per its rules and regulations The

expenses for the Arbitration shall be shared equally or as may be determined by the Arbitrator The

considered and written decision of the Arbitrator shall be final and binding between the Parties The

applicable language for Arbitration shall be English only

Work under the Contract shall be continued by the CONTRACTOR during the pendency of arbitration

proceedings without prejudice to a final adjustment in accordance with the decision of the Arbitrator

unless otherwise directed in writing by the Purchaser or unless the matter is such that the works cannot

be possibly continued until the decision (whether final or interim) of the Arbitrator is obtained

24 LANGUAGE AND MEASURES

All documents pertaining to the Contract including specification schedule notice correspondence

operating and maintenance instructions drawings or any other writings shall be written in English

language The metric system of measurement shall be used exclusively in the Contract

25 INDEMNITY

Tender No SCLPS52019E0156401 22

The Contractor shall warrant and be deemed to have warranted that all Stores supplied against this

Contract are free and clean of infringement of any patent copyright or trade mark and shall at all times

indemnify the purchaser against all claims which may be made in respect of stores for infringement of

any right protected by Patent Registration of design or Trade Mark and shall take all risk of accident or

damage which may cause a failure of the supply from whatever cause arising and the entire

responsibility for the sufficiency of all the means used by him for the fulfillment of the Contract

26 COUNTER TERMS AND CONDITIONS OF SUPPLIERS

Where counter terms and conditionsprinted or cyclostyled conditions have been offered by the

supplier the same shall not be deemed to have been accepted by the purchaser unless specific written

acceptance thereof is obtained

27 SECURITY INTEREST

On each item to be delivered under this Contract including an item of work in progress in respect of

which payments have been made in accordance with the terms of the Contract purchaser shall have a

security interest in such items which shall be deemed to be released only at the time when the

applicable deliverable item is finally accepted and delivered to the purchaser in accordance with the

terms of the Contract Such security interest of the purchaser shall constitute a prior charge as against

any other charge or interest created in respect of such items by any entity

28 BANK CHARGES

While the purchaser shall bear the bank charge payable to his Bankers (State Bank of India) the

Contractor shall bear the Bank charges payable to his Bankers including the cheques towards advising

amendment commissions

29 TRAINING

The Contractor shall if required by the purchaser provide facilities for the practical training of

Purchasers engineering technical personnel from India and for their active association on the

manufacturing processes throughout the manufacturing period of the Contract stores number of such

personnel to be mutually agreed upon

30 APPLICABLE LAW

The Contract shall be interpreted construed and governed by the laws of India

Tender No SCLPS52019E0156401 23

BidTemplates

GENERAL CONDITIONS

Item Specifications

Sl No Specifications Complianc

e (Yes No)

Offered Specifications Remarks

1 Intent of the ProjectaThe scope of Project includes Supply

Installation Testing and Commissioning of electrical

distribution system including illumination MCC Panels fire

detection system Local Area Network (LAN) Paging etc for

the Chemical Store Building at Semi‐Conductor Laboratory

(SCL) Sector‐ 72 SAS Nagar Mohali (Punjab) bScope

includes receiving unloading storage insurance in‐plant

transportation and all equipment amp accessories covered under

this specificationcTechnical SpecificationBrief overview of

Equipment amp services under this specification is described

hereiGeneral SpecificationiiSupply amp Installation of

Electrical MCCPCC Panels MCB DB exhaust fan light fixtures

etciiiSupply amp Installation of wire cables conduits Modules

SwitchSockets termination earthing etcivSupply amp

Installation of Fire detection system and its

accessoriesvSupply amp Installation of NetworksLAN

systemviSupply and installation of material for Earthing and

lightning protection system viiAny other electrical

requirement for execution of the work dDrawing amp notes All

drawing amp notes as listed in the annexure form a part of this

specification

Tender No SCLPS52019E0156401 24

2 General Information for Site Condition The Contractor may

visit the site of work at SCL to acquaint themselves of the

actual site conditions

3 Code amp Standards All electrical equipment and accessories to

be furnished installed and commissioned under scope of

these specifications shall be designed manufactured tested

and installed in accordance with relevant Indian Standard

Specifications (ISS) Indian electricity rules and any other

applicable regulations

4 Period of CompletionThe time allowed for supply installation

testing and commissioning of the entire work shall be six (6)

months to be reckoned from the 7th day of issue of Purchase

order by SCL

5 Drawing Data and ManualsFollowing drawings documents

shall be submitted by the selected contractor for approval of

SCL for execution of the workaFoundation drawing of all

floor mounted Electrical panelsbGeneral Layout (GA)

drawing with dimension of all electrical equipment and Single

line drawings (SLDs) of electrical PanelcMake type and

catalogue of Switchgears of Electrical MCC Panels Power DBs

Power Cables and related accessories along with technical

leaflets data sheets etc to be provided by the contractor

The contractor shall offer recommended makes mentioned in

this document dEquipment data sheets furnishing

guaranteed performance figure for each type of

equipmenteTest certificates test results for each type of

equipmentfCheck lists and tests to be conducted during

erection testing amp commissioning of the individual

equipmentOn successful completion of the entire work the

Contractor shall provide lsquoAs Builtrsquo drawings for all the Systems

executed under the Contract Three (03) sets of hard copies

and one (01) set in soft copy (CDDVD) in Auto‐CAD and PDF

Tender No SCLPS52019E0156401 25

format shall be provided to SCL for its record and reference

Contractor shall also provide instruction Operation

manual(s) and maintenance manuals for the all equipment

system installed under the project

6 Eligibility Criteria Only those bidders meeting the below

mentioned eligibility criteria are eligible to participate in the

tendera Should have satisfactorily executed at‐least two (2)

similar works of value not less than Rs 50 Lakh each

involving inter alia power distribution works consisting of

MCCsPCCs of rating not less than 400 A 415 V 35 kA ( fault

level) MCBDBs lighting systems cabling during the last 5

years To ascertain eligibility for the work the participating

bidders shall enclose copy (ies) of the detailed Purchase

Order(s) and their completion certificate(s) evidencing

satisfactory completion of similar works issued by the

respective clientsorganisations Completion certificate for

works issued by private parties shall be supported by TDSb

Should not have incurred any loss in more than two years

during the last five (5) financial years ending 31st March 2019

c The Contractor should possess valid license of Class lsquoArsquo

Category Electrical Contractor issued by the State Licensing

Authorityd The contractor shall carry out the work in co‐

ordination with the civil works undertaken by other contractor

engaged by SCL

7 DeviationaContractor to clearly mention deviation(s) if any

from the specification in the unpriced techno‐commercial bid

bUnless such deviations are recorded in the deviation sheets

and submitted with the bid it will be assumed that the offer is

made in conformity with the tendered specification in all

respectscThe deviations shall be evaluated by SCL and

acceptance of the same shall be at the sole discretion of SCL

Tender No SCLPS52019E0156401 26

8 Quantity variationThe quantities indicated against each item

in the Bill of Quantities (BOQ) are indicative and are for the

purpose of bidding only Variation in quantities upto + 25

shall be carried out by the contractor on the agreedPurchase

Order (PO) rates and terms amp conditions as in the Purchase

Order (PO) In case of contract items which exceed the said

limit of +25 the contractor may claim revision of rates

supported by proof analysis and if the rate claimed in excess

of the rate specified in the bill of quantities SCLrsquos engineerndashin‐

charge of the work shall after giving consideration to the

analysis of rates submitted by the contractor determine the

rates on the basis of market rates and the contractor shall be

paid in accordance with the rates so determined The

Contractorrsquos profit amp OH shall be factored in the rate

analysis15

9 Extra ItemsIn case of extra items (that are completely new

and are in addition to the items contained in the contract) the

contractor may claim rates supported by proper analysis and

SCLrsquos engineer‐in‐charge of the work shall after giving

consideration to the analysis of the rates submitted by the

contractor determine the rates on the basis of market rates

and the contractor shall be paid in accordance with the rates

so determined The Contractorrsquos profit amp OH shall be factored

in the rate analysis15

10 Construction Power SupplyElectricity if available in the

premises may be provided to the contractor by Department

(SCL) only at a single point free of cost subject to the following

conditions ‐a)The Contractor has to make his own

arrangement to tap Electricity from a 3 phasesingle phase

supply from the location decided by the SCLrsquos Engineer‐in‐

charge (E‐I‐C)

Tender No SCLPS52019E0156401 27

11 Storage space site office Contractor will be provided a

lockable room within SCL premises for storage space subject

to availability Contractor will make at his own cost

temporary site office close to work site as per the location

decided by the E‐I‐C

12 Materialsystem submittalsMaterialssystems etc procured

by the selected Contractor for incorporation in the work will

be only of MakesManufacturers specified in the tender

document Submittals of the same shall be submitted by the

contractor for SCL review and approval

13 Other RequirementsbullErection testing amp commissioning of

items as per BOQbullSpecial tools amp tackles Party shall arrange

the ladderscaffoldingstair for working at height for cable

laying Fire detection system installation of light fixture

bullWork shall be executed as per the ISRO contractor safety

Manual Contractor to ensure that the manpower is equipped

with PPE for working at the site bullAll relevant drawing data

catalogues with instruction and trouble shoot manuals type

test certificates for the above accessoriesbullMaterials and

accessories which are necessary or used for satisfactory and

trouble free operation and maintenance of the above

equipmentrsquosmaterial shall also be furnished bullContractor

shall deploy skilled amp unskilled Labor qualified technical

Supervisor(s) erection tools amp tackles testing tools amp

equipment supplies consumables and hardware and

transport for timely and efficient execution of the

workbullContractor shall guarantee LED fixtures

(flameproofnon‐flameproof) for a period of 5 years from the

date of acceptance The contractorrsquos guarantee shall be

supported with a guarantee from the manufacturer(s) in this

regard

Tender No SCLPS52019E0156401 28

TECHNICAL SPECIFICATION‐1

Item Specifications ‐I

Sl No Specifications Compliance

(Yes No)

Offered Specifications Remarks

1 Internal Wiringa The electrical wiring installations and other

accessories shall comply with latest IS code 732 (part‐II) 1983

and National Electric Code‐1985b The word concealed means

it involves cutting of floor wall and making good after laying

the conduitMetal raceway as per the enclosed drawings by

the contractor as requiredc The contractor shall provide all

necessary components fixing materials accessories and

interconnections as per standard practice It is to be noted

that ceiling rose forms a part of the specifications hence not

indicated separately and shall be provided by the contractor

as requiredd Scope includes termination of wire ferruling

dressing cable tie etc as requirede The work shall be

executed as per the ISRO electrical specification available on

ISRO site wwwisrogovin in Schedule I to be read along with

the tender specification

2 LED LuminariesThe scope includes supply installation

testing commissioning of flame proofnon‐flameproof LED

lighting fixture at the ceiling level (about 55 meter height) in

the chemical store building outer periphery of the store

building electrical room AHU room at the first floor as per

drawings and discretion of E‐I‐C Architectural plan of the

building is attached Supply of required accessories such as

mounting brackets nuts bolts screws washers glands and

any other material required for installation of LED fixture as

per specifications mentioned in BOQ shall be part of the

specification Junction box as required for loop‐in and loop‐

Tender No SCLPS52019E0156401 29

out of the cable for flame proof light fixture will be in the

scope of the contractor LED light fittings will be suitable for

operation on 230V single phase AC supply The fitting shall

be supplied with all fixing material such as brackets nuts

bolts etc as required for installation of fittings Special

Conditions aLuminaire make (Brand) from among the

recommended make mentioned in the tender document shall

be clearly mentioned in Technical Bid along with complete

technical detailsbThe LED light fitting and its driver unit etc

shall have warranty for a period of 5 years from the date of

installation and commissioningcThe flame proof fixture shall

be provided along with the Petroleum and Explosives Safety

Organization (PESO) certification

3 Detailed Specification for LED Fixture a Flame Proof LED

Fixtures Supply and installation of flameexplosion proof high

efficiency 1 Phase 230 V 60W LED light fitting as per IS 2206

with luminous efficiency 100Lmwatt or better CRI gt 08 amp

THDlt10 IP‐66 as per ISIEC 605292001 made of Die cast

aluminium alloy Heat resistant amp tough clear dome glass

having enclosure as per Ex‐d GAS Gr IIA IIB IIC AS PER ISIEC

60079‐12007 amp ISIEC 60079‐02004 Area of classification

ZONE‐1 2 21 amp 22 and temperature class T‐6 or better as per

ISIEC 60079 complete with loop‐in loop‐out provision

Mounting bracket for mounting on the ceiling Double

compression cable gland shall be provided and install by the

contractor along with the light fitting Recommended Make of

fixture Baliga Stahl Sudhir SwitchgearRecommended make

of LED NICHIA CREE PHILIPS LUMILED OSRAMb General

LED fixtures Supply amp fixing of wallceiling mounted batten

type 20W LED tube light (Four feet) luminaire with efficient

driver (efficiency shall be more than 90) amp with minimum

lumens output of 2000 lumens per lamp comprising of nano

diffuser technology complete with efficient amp constant

Tender No SCLPS52019E0156401 30

current output driver suitable for operation on 230V single

phase 50Hz AC supply efficient heat sink effective thermal

management and with colour temperature shall be gt 6000K

The LED with suitable control gear and power factor gt09 LM

79 certification for luminaireLM80 certificate for LED shall be

submitted and with other standard accessories prewired

including necessary interconnections complete in all respects

and as directed by EIC (Similar to Philips Astra or equivalent)

Recommended make of fixture Philips GE Trilux

LTRecommended make of LED NICHIA CREE PHILIPS

LUMILED OSRAM

4 c Street Light Fixture Supply and installation of 72W75W

LED Street Light fixture with High‐brightness White LEDs

sources with high transmittance flat toughed glass cover and

peanut LENS on each LEDs System luminous efficacy 100

LmsWatt 5600K colour temperature amp 70 CRI value for

ensuring good quality light output Life of at‐least 50000

hours at 70 lumen maintenance ampLED driver efficiency gt

85 Power factor greater than 095 THDlt10 amp min 3KV

surge protection with operating voltage range from 120‐270V

for ensuring lifelong high performance of luminaire the

fixture shall be made of LM‐6 Pressure die‐cast aluminium

with engraved company name amp have IK05 amp IP66 Class

protection with NABL Accredited LM‐79 amp LM‐80 Report

Mounting pole mounted upto a height of 8 meter and pole

bracket diameter of 48‐60 mm (adjustable) Recommended

make of fixture Trilux Philips GE LTRecommended make of

LED NICHIA CREE PHILIPS LUMILED OSRAM

5 Street Light Pole Providing and installation of hot dipped

galvanized swaged tubular 9‐meter‐long with planting depth

15 metersiexclbrvbar street light poles The effective length of each

section shall be‐ bottom 5 meters middle 2 meters and top 2

meters The outside dia and thickness of pole shall be

Tender No SCLPS52019E0156401 31

minimum 11430x440mm 889x4085mm 761x325mm

respectively as required The pole shall be provided with

necessary bracket (inclination 105115 degree length 15

meter dia 45 mm ) for mounting upto 72 W LED street light

fixture Each pole shall have a weather proof

loopingterminal box clamped at 550 mm above ground level

along with a suitable earth terminal The looping box shall be

provided with a suitable Power terminal arrangement to loop

4C x10sqmm size cable and MCB5A fuse cut‐out A base

plate 300 x300x10mm shall be welded to the bottom of the

pole Both underground cable and GI earth wire shall be

terminated at the terminal looping box in the looping zone

Further wiring to the light fixture shall be done with three

core flexible copper wire (2core for power supply and third

core for earthing)GI tubular pole shall be installed in cement

concrete 136 (1 cement 3 coarse sand 6 graded stone

aggregate 40 mm nominal size) foundation including

excavation and refilling etc Party to cast 2 run of 32 mm MS

conduit for cables upto a height of 550mm from ground level

for loop in loop out of cable The civil work for street light pole

foundation forms a part of installation of the work and will be

done by the party as required for commissioning of lighting

poleFor earthing of street light poles coilspiral earthing

using 8 SWG GI wire shall be used The GI wire shall be buried

to a minimum depth of 15 m with excavation refilling of

earth and connecting GI wire to pole using GI bolt and nut

complete as per requirementMake of Pole Reputed make

with ISI mark Note Party shall submit Drawing of the street

light pole for SCL approval before start of manufacturing

6 Cables wire conduit earthing Switchboards

SwitchesSockets etca Cables The scope includes the Supply

and installation of XLPE insulated overall FRLS PVC outer

sheathed AlCu armored cable on wallsurfacesoilexisting

Tender No SCLPS52019E0156401 32

cable tray as required for MCC Panel and MCB DBs as per the

detailed specification and quantity in this document All

necessary hardware for installation of cable like cable tie

clamps tags etc is in the scope of Contractor Contractor to

ensure that cable laid on the cable tray is properly clamped

with GI clamps and cable is properly secured on cable tray b

Wire The scope includes the Supply and installation of FRLS

Copper wire of different size quantity amp Specification for

power distribution and lighting and power etc as per the

requirement c Conduit The scope includes the Supply and

installation of ISI makes MS Conduits of different size as per

Specification for power and lighting distribution switch

sockets etc as per the requirement Flexible conduit shall be

of GId Cable tray The scope includes the supply and

installation of GIMS cable trays as per specificationse

Earthing The scope includes the supply and providing

earthing for Panels DBs cable trays light fixtures and poles

flameproof accessories fire panel speakers exhaust fans etc

matching the specifications given in this tender documentf

Lightning protection The scope includes the supply and

providing earthing for lightning protection of the building as

per the IS 2309 specification and quantities as per the BOQ

The scope includes horizontal and vertical runs earth pits test

point earthing of building periphery for contour etcg Rack

earthing The scope includes the supply and providing

earthing for racks as per specificationsh Switchboards and

SwitchSockets The scope includes the Supply and installation

of different size of flameproofnon‐flameproof Switchboards

and switchsocket for Lighting Power Distribution as per

specificationi MSGI Conduits flexible GI conduit earthing

materials doublesingle compression brass cable glands

cable lugs (Al amp Cu as required) cable ties cablewire

identification tags required for the installation and

maintenance of trouble free operation of the downstream

Tender No SCLPS52019E0156401 33

system and accessories are covered under this specificationj

MS junction box conduit along with all related accessories as

per specification

TECHNICAL SPECIFICATION‐2

Item Specifications ‐II

Sl No Specifications Compliance

(Yes No)

Offered Specifications Remarks

1 Electrical Panel SpecificationGeneralaPanel shall be

fabricated as per IEC 61439 part 1 amp 2 bPanel shall be indoor

metal clad air insulated floor mounted extendable to side

single front construction front wired front

connectedcMinimum thickness of sheet metal used shall be

2 mm and panel shall confirm to IP54 protectiondThe

working height of the Panel shall be limited as per standard

engineering practicese The design should be fully

compartmentalized with metal partitions between

compartments All doors shall be gasketed Each vertical

section shall have removable back coverfAll switches push

buttons lamps indicating instruments shall be flush

mountedgA full height vertical cable chamber with cable

supports shall be provided in each section to facilitate unit

wiring Cable chamber shall be sized to accommodate all cable

and shall have removable covers A horizontal wire way

extending the entire length shall be provided at the top of

panel for inter panel wiringhPanel shall be with minimum

75mm high base MS channel frameiThe panel shall undergo

seven tank or better process as per relevant IS

standardsjLifting hook shall be provided at each section for

easy transportationkDifferent compartment of the panel

shall be provided with dust proof type air filter louvers

explosion vents or similar safety arrangements in the panels

Tender No SCLPS52019E0156401 34

to let out gases under pressure generated during event of any

fault inside the panellPanel shall have pocket for the Panel

drawing in the incomer section

2 Busbar and Bus TapsaThe main bus and connections shall be

of high connectivity AluminiumAluminium alloy sized for

specified current ratings with maximum temperature limited

to 85amp778 C ie 35amp778 C rise and ambient 50amp778

bSeparate vertical bus bars shall be provided for each vertical

panelcAdequate contact pressure shall be ensured at bus

connections by means of two bolt connections with plain and

spring washers and lock nutsdBus bar and connections shall

be fully insulated for working voltages with adequate

phaseground clearances Insulating sleeves heat shrink type

for bus bar and shrouds removable type joints shall be

provided Bus insulators shall be flame retardanteBus bar

shall be color coded for easy identificationfBusbar should be

connected in such a way that it can be dismantledassembled

while separating different section of the panelgShrouds of

transparent sheet on the exposed bus in cable alleys for

adequate safety measurehBus bar Conductor shall be

confirming to IS‐5082iMinimum clearance (PH‐PH PH‐N and

PH‐E) between Bus bars shall be maintained as per latest

ISjBus Bar supporting Material shall be of

SMCDMCkMaterial of Aluminium Bus bar shall be of E91

gradelBus bar shall be protected from the transparent

insulated material for stand safety point

3 3Control ModuleaFixed type control module shall house the

control components for a circuitbThe equipment layout shall

provide sufficient working space in between the components

and subject to SCL approval cEach control module shall be

equipped with ACDC potential free Relays (230V AC24V DC)

Contactors etc for seamless interface of the operation of

Drives from FCMS (PLC)dVendor to provide the potential free

Tender No SCLPS52019E0156401 35

contact to facilitate local operation from MCC and remote

operation from FCMSPLC Vendor shall provide with each

drive module automanual selector switch and each drive

module shall be wired up to the terminal block for localauto

selection ON OFF trip feedback to SCLrsquos control station and

ONOFF command room FCMSPLC as welleMCC panel and

LPBS shall have selector switches for MCCLocal and

LocalRemote selection respectively Control (OnOff) of the

Drivesheaters will be as per following selection If selector

switch (SS) at MCC is selected to MCC ONOFF operation can

be done from MCC only irrespective of position of SS at LPBSIf

selector switches both at MCC amp LPBS are selected to LOCAL

ONOFF operation can be done from LPBS onlyIf SS at MCC is

selected to LOCAL and SS at LPBS is selected to REMOTE

ONOFF operation can be done from FCMS only

4 VFDVFD shall be of Allen Bradley PF400 series having

redundant Control Net communication option as well to

communicate with the existing Facilities Control amp Monitoring

System (FCMs) Control Net Bridge Coaxial Straight T‐Tap

1786‐TPS must also be supplied along with VFDs Line

reactorchoke of suitable rating shall be connected before the

VFD

5 Thyristor based Heater ControlaDYDAC Make Thyristor

power controller Type 3003 or equivalent rating 85kW

Control input 4‐20mA Thyristor input supply 415VAC (3‐Ouml)

Thyristor output supply 415VAC (3‐Ouml) which shall be provided

by the vendor in a separate compartment of the MCC 4‐20mA

Control signal from the heater PID will modulate the thyristor

controller output to maintain the fresh air temperature at set

value Heater ON and OFF set points shall be adjustable in the

SCADA in FCMSbThyristor controller run command run

feedback 4‐20mA modulating signal shall be wired up to the

terminal block in the cable alley in the MCC Thyristor

Tender No SCLPS52019E0156401 36

Panelcompartment shall be complete with inter module

control and power wiring 220V AC supply shall be drawn from

one of the phase and neutral of the incoming 415VAC and

connect to the Thyristor supply terminals through MCB

Circuit breaker lsquoswitch ONrsquo and Thyristor control unit lsquoRUN

commandrsquo will get activated from FCMS if air temperature is

below ON set point Circuit breaker lsquoswitch OFFrsquo and Thyristor

control unit lsquoRUN command withdraws will get activated

from FCMS when temperature becomes above OFF set point

6 Fire Suppression system amp Fire Protection systemPanel shall

be equipped with required materials such as fire suppression

cylinders filled with fire suppression agents Fire detection

tubes Heat sensor tubes end of line adaptor with gauge

electrical Relays differential pressure valves etc to provide

the fire suppression and fire protection system in cable alley

and bus bar chambers of the electrical panel

7 MCCBaThe MCCBs should be extra current limiting type with

trip time of less than 10 m sec under short circuit conditions

The current limiting action should be achieved with repulsion

principle The MCCBs should preferably have an anti‐reclosing

featurebThe MCCBs should be 3 or 4 poles as per SLDcThe

MCCBs should have a Service short circuit breaking capacity

(Ics) of not less than 35 kA rms at 415 Volts 50Hz AC for

incomer The service breaking capacity should be equal to

ultimate breaking capacities (Icu) (ie Ics= Icu=100)dThe

release should be thermal magnetic having adjustable

overload and short circuiteSwitches shall be triple pole air

break AC23 motor duty for motor starter feedersfCubicle

doors of incoming and outgoing shall be mechanically

interlocked with switchgear to prevent unintentional openings

of the door while the unit is in energized condition However

defeat interlock provision is also to be providedgAll incoming

and outgoing feeders shall be provided with bolted disconnect

Tender No SCLPS52019E0156401 37

link for isolation of neutral if necessary Selector switches

shall be of rotary typehThe MCCB shall be provided with

rotary drive kit spreader terminals and ONOFFTrip (MCCB)

position of switch handle to be clearly markediDuct Heater

MCCB shall be motorized to control (ONoff) from FCMSjFor

incomers it should be EDO microprocessor based

communicable MCCB (35 kA or above) with numerical

releases for OL SC amp EFR (With mechanical and Electrical

interlocking for operation of only one ACB at any point of

time)

8 MPCBaThe MPCBs should be of 3 pole air break type AC3

Duty continuous rating as specifiedbMPCBs should have at

least 1NO+1NC contactcThese should have trip indication

test trip functiondThe release should be thermal magnetic

having adjustable overload trip settingeThe service breaking

capacity should be equal to ultimate breaking capacities (Icu)

(ie Ics= Icu=100)fThe MPCBs should be suitable for din rail

type mounting

9 Capacitor Bank Supply and installation of Capacitor Bank ‐

Box Type Dry construction Conforming to IS 13340‐41IEC

60831 440V 50Hz Rated Current (In) as per Load Heavy

Duty Dielectric MPP Low loss type with overall loss lt

05WkVAR Delta Connection with Discharge Device

10 ContactoraThe contactor shall be 3 pole air break type AC3

Duty continuous rating for motor starter feeders with non‐

bouncing silver silver alloy contactsbContactor shall be of

electromagnetic type rated for uninterrupted duty as per

relevant standards and also suitable for capacitor duty

cContactor shall be provided with adequate auxiliary contacts

rated for 10Amps 240VAC for interfacing with control

schemedContactor coil rating shall be minimum pick up of

85 of rated voltage and minimum drop out of 75 rated

Tender No SCLPS52019E0156401 38

voltage

11 Control and IndicationsaPush buttons will be heavy duty oil

tight and push to actuate type with integral plate marked

with its functionbEach push button shall be provided with

2NO+2NC contacts rated for 10Amps 240VACcLamps shall

be LED type rated for 240V AC Lens and lamps shall be

replaceable from the front dThe control supply shall be

through a 415V230V transformer and the vendor shall

provide 1 no 415V230V transformer for the same Vendor

shall also provide Power module for 24V DC Supply for the

operation of heaters control module

12 MetersaAll indicating instruments shall be digital

Switchboard type with accuracy class +‐ 2 full scalebMFM

of suitable rating shall be used in the incomer

feedercSelector switches shall be furnished at outgoing

feeders as per SLD for ammeterdAmmeter shall be of analog

type flush mounted industrial pattern of size 96x96 mm with

accuracy class 10 eMultifunction meter shall be of digital

type flush mounted industrial pattern of size 96x96 mm with

accuracy class 10 as per IEC 6205253 suitable for

measurement of Current Voltage Power Frequency Power

factor Energy and ready port to communicate with FCMS

through RS 485 The Meter should have Modbus

communication port as well

13 CT (Current transformer)CT will be cast resin type rated 15VA

or more burden with Maximum accuracy limit of class 1

14 Secondary wiringaPanel shall be fully wired at the factory to

ensure proper functioning of control and protectionbFuse

and links shall be provided to permit individual circuit

protection from bus wires without disturbing other circuits All

spare contacts of relays push buttons and other devices shall

Tender No SCLPS52019E0156401 39

be wired up to terminal blockscWiring shall be done with

flexible 25sqmm copper 1100V grade PVC insulated

switchboard wires Each wire shall be identified at both ends

with permanent markers bearing wire numbers as per wiring

diagramdWire termination shall be done with crimping type

connector with insulating sleeve

15 Powercontrol Terminal BlocksaTerminal block shall be 660V

grade box clamp type with marking strips similar to ELMEX 10

mm2 or equal for ControlbTerminal for CT secondary leads

shall have provision for shortingcNot more than two wires

shall be connected to any terminaldSpare terminals equal in

number to 20 active terminals shall be providedeTerminal

blocks shall be suitably located in cable alleysfFor Power

cable Bus Bar type cable connector (Melamine material) shall

be providedgFor Control cable heavy duty screw type cable

connector (Melamine material) shall be provided

16 Cable terminationaPanel shall be designed for cable entry

from topbEach cable shall be clearly marked at both ends

with an indestructible marker preferably a cable tag made of

Aluminium tacked with indicating cable number amp both end

feeder tags with switchboard tags Cable tags at ends of cable

shall be provided inside the gland plate as well as outside the

gland platecAll provisions and accessories shall be furnished

for termination of cables including removable gland plates

cable supports and terminal blocksdGland plate shall be

minimum 3 mm thick

17 Ground BusA GI ground bus rated to carry the maximum fault

current shall extend full length of Panel The ground bus shall

be provided with 2 bolts with GI bolt and nuts at each end to

receive 50x6mm GI flat

18 NameplateaThe nameplate of approved design shall be

Tender No SCLPS52019E0156401 40

provided for each compartment and also at the top of each

panel Nameplate shall be minimum 20x70mm and 3mm

thickbDrawing Pouch shall be provided at the incomer cable

allay

19 PaintingPanel shall be painted with light grey epoxy painted

(Siemens Gray RAL 7032) and caution notice plate shall be

fixed at the back of each vertical panel

20 Make of Switchgears aMCCBSiemensSchneiderbPush

button SiemensSchneider TekniccSelector

SwitchSiemensSchneider Teknic

dFuseSchneiderSiemenseTimerSiemensSchneiderfContro

l TransformerAEIMPIndcoilgTerminal

BlockElmexConnectwellFTChMeters Conzerv LampT

AEiCTs amp PTsKappaAutomatic

Electric(AE)NippenjContactorsSchneiderSiemenskIndicatio

ns SiemensSchneider

TekniclRelaysSchneiderSiemensPLAmMCBSchneiderSiem

ensnCooling Fan

RexnordSunonoVFDsAllen bradlypThyristor moduleDYDAC

qRCBOSiemensSchneiderrMCB

DBSiemensABBLegrandsLine reactorchokeAllen

BradleytCapacitor BankNeptune Schneider Siemens

21 Local Push Button Station (LPBS)The Scope includes supply

and installation of LPBS for Chiller Pumps AHUs Heaters as

per the BOQ and detailed specification given below aLPBS

shall be indoor metal clad air insulated wallAngle frame

mounted as required single front construction front wired

front connected hinged lockable door LPBS for Chiller Pumps

system shall be suitable for outdoor installationbMinimum

thickness of sheet metal used shall be 2 mm and panel shall

conform to IP54 protection for indoor installation and IP65 for

outdoor type LPBScAll switches push buttons with indicating

Tender No SCLPS52019E0156401 41

LED lamps indicating instruments shall be flush

mounteddThe LPBS shall be used for remote operation of

drives Equipment and HeaterseTo facilitate the localremote

operation LPBS shall have LocalRemote selector switch and

provided with Start push button lockable Stop push button

ammeter of suitable range Terminal Block and lockable

Emergency off Switch etc fLPBS shall be equipped with AC

(230V)DC (24V) Relays Contactors etc for seamless interface

of the operation of Drives from FCMS (PLC)gLPBS should be

suitable for wall mounting and provided with necessary

mounting arrangementhWiring shall be done with flexible

25sqmm copper 650V grade PVC insulated switchboard

wires Each wire shall be identified at both ends with

permanent markers bearing wire numbers as per wiring

diagramiWire termination shall be done with crimping type

connector with insulating sleevejGland plate shall be

minimum 3 mm thickkThe nameplate of approved design

shall be provided for each compartment and also at the top of

each panel Nameplate shall be minimum 20x70mm and 3mm

thicklLPBS shall be painted with light grey epoxy painted

(Siemens Gray RAL 7032)

22 Make of Electrical panel As per DOS Approved Panel

manufacturer list (attached)

TECHNICAL SPECIFICATION‐3

Item Specifications ‐III

Sl No Specifications Compliance

(Yes No)

Offered Specifications Remarks

Tender No SCLPS52019E0156401 42

1 Fire Detection System Scope for fire detection system

includes supply installation testing commissioning of Fire

panel Addressable Fire detection devices Manual Call Points

Addressable loop sounders Switch Monitoring unit (SMU) UV

IR sensor for detection of methanol flame Cable MS junction

boxes for loop in loop out of cable as per specifications and

integrating the same with existing repeater panel as per the

requirement The detailed specifications for the different

component of fire deduction system are as follows

2 A Multi‐sensor Detectors The smoke detectors shall be multi‐

sensor (heat and smoke) detector with isolator suitable for

detecting a wide range of smoke from slow smoldering and

fast flaming fire The detector shall have following features

bullSolid state addressing arrangement in combination with a

hand held programmer to configure the sensor

addressbullElectronics free mounting basebullTwin alarm LEDs for

360 Degree viewing and shall have blinking LED facilitybullThe

sensor shall have s removable chamber for ease of cleaning or

replacementbullAutomatic compensation for smoke sensor

contaminationbullShall have a built in test facility which allows

the fire alarm control panel to adjust the alarm threshold

levels to compensate for contamination and shall have a

maintenance alarm display when threshold can no longer be

adjustedbullOperating temperature ‐ 10 DegC to 50 DegC and

operating RH at 40 DegC‐95 RH

3 B Manual call stations Manual Call Stations should have in

built monitor module and pressbreak and resettable

capability constructed of high impact LEXAN sheet with clearly

visible operating instructions on the cover and the word FIRE

shall appear on front and suitable for surface mountingflush

mounting complete as required

Tender No SCLPS52019E0156401 43

4 C UV IR SensorThe UV‐IR flame detector shall operate on 24

VDC 0‐24mA current output suitable for detection of

Methanol flame with automatic built in test for reliable

operations and suitable for installation in Hazardous area zone

1and 2 with Class I Division 12 Gas group A B C The detector

shall not be susceptible to environmental conditions to

generate false alarms The entire system shall be rated for IP

66 or better and supplied with suitable mounting bracket The

system shall comply to the detailed specifications as listed

belowbullDetection Technology UV ‐ IR Electro‐optical

detectionbullDetection range 75 meterbullField of View greater

than equal to 90deg Both Horizontal and verticalbullResponse

Time less than equal to 5 secondsbullBuilt in Test Automatic

bullOperating Temperature Range 0 to + 75degCbullOperating

Humidity Range Continuous 95 non‐condensingbullAnalog

Output signal 4‐20mAbullAlarms amp Fault Normal 4 mA Fault

02 mA Alarm 20 mA + 10 verifiedbullOperating voltage 24

VDC ( 18‐32VDC)bullPower consumption Vendor to specify for

Standby and Alarm conditionbullSensor Calibration

Verification Sensor calibration as per OEM for certified

performancebullSensor Life 2 Years (minimum)bullSensor

Calibration vendor to carry out sensor calibration at site and

submit calibration certificate valid for one yearbullRFI EMI

SusceptibilitybullRequired EN 616326‐3 and EN 6100006‐3 or

equivalent IP protectionbullIP protection IP 66 or betterbullFault

Diagnostic Sensor Fault (end of life) other informationbullSelf‐

Check Test Automatic during start‐upbullHousing SS 316

Epoxy Painted Aluminium die castbullStart‐up Time Vendor to

specifybullApprovalcertification PESO and ATEX ‐ Ex d IIC C

Class 1 Div 12 Group A B C DNote Vendor shall arrange

the 230V AC to 24V DC Power supply module along with half

an hour Battery Back up in MS powder coated Enclosure

Input Power supply (230V AC) for Power Supply module shall

Tender No SCLPS52019E0156401 44

be provided by SCL

5 D SMU Unit for UV IR sensor Supply installation testing and

commissioning of Switch Monitoring Unit (SMU) to configure

the UV IR sensors with fire detection system as requiredE

SoundersAddressable Sounders shall be loop powered with

all fixing materials complete as required The sound level shall

be 100dB (A)

6 F Fire Alarm Control Panel (FACP) bullFACP shall be of 2

loopsbullFACP shall be suitable for 230V 50 Hz AC supply and

detectors shall be powered using FACP based detection

circuits Devices shall receive power and communication from

the same pair of conductorsbullFACP shall provide for resetting

detectors fault isolation and sensor loop operationbullFACP

shall be suitable for mixing different fire devices and beam

smoke detectors within the same loop to optimize field

wiringbullFACP shall have alarm indication of individual sensors

detector trouble alarm indication for dust accumulation The

panel shall check detector once in every 24 hours for

contamination for this purposebullThe FACP shall regularly

supervise all the sensors and devices on the loop and initiate

fire or trouble alarm whenever requiredbullFACP shall have 2

wire circuits to connect minimum of 126 addressable devices

per loopbullFACP shall be with repeater interface and suitable

24V battery with built in software and 2 x 40 character

alphanumeric LCD display and necessary front panel control

keys FACP shall display the date time and description for

Analog sensors to indicate alarms and trouble

situationsbullFACP switches shall allow authorized personnel to

accomplish the following ‐bullInitiate a general alarm

conditionbullSilence the local audiblebullSilence the alarm

signalsbullReset all zonespointsbullFACP shall have walk test

facilitybullShall have facility for programming from the key

board or utilizing PC set up software via laptopdesk top

Tender No SCLPS52019E0156401 45

computerbullShall have memory data for panel configuration

and operation reside in non‐volatile memory (EPROM)bullFACP

shall have facility for speech processor (to record pre‐

recorded message of 20 S) and also have Auto Dialer facility

(can dial up to 8 different lines)bullAll addressable units shall be

connected to the FACP through the loop cards and shall be

addressed though individualized numbers The FACP shall be

able to obtain analog value for all detectors in the circuit

through a pulsed digitized current data The FACP shall be

able to analyze all analog inputs from all addressable units

and though its own software and ambient level screening the

FACP shall be able to identify fire possible fire or fault

conditions The unit supervision shall be dynamic and

continuousbullThe FACP shall itself have all loop cards in it No

isolated mother board or transponder shall be

consideredbullShortopen circuit units shall also be reported at

the FACP in such cases the system through the use of fault

isolators shall be able to isolate that segment between the

two fault isolators The missing DetectorsDevices shall also

be reported to the FACP with identification of the

locationbullThe FACP shall have the facility to set smoke sensor

sensitivity remotely to either high sensitivity manually or on a

pre‐programmed sequence (Ie DayNight) period When an

alarm condition is sensed at the FACP from a smoke or heat

detector a delay timealarm verification period shall be

started If the sensor is still in alarm after the delay time

expired an alarm condition is reported The delay time shall

be adjustable from 0 to 990 secondsbullThe FACP shall have

either an in‐built or external printer coupled to the FACP

which shall log all events with time The printout shall clearly

indicate the event‐FirePre‐AlarmFault etc with the unit

address and timebullThe FACP shall also be able to discriminate

between false alarms and fire conditions as well as priority

selection of alarm in case alarm activities in two or more

Tender No SCLPS52019E0156401 46

remotely located units simultaneously In such cases the

Manual Call stations shall have the highest prioritybullThe FACP

shall also be able to actuate switches automatically in case of

Fire condition of AHUs and power supply or other system such

as piped pressurized gas supplybullThe system shall be fail safe

and adequate safe guards should be under taken that in the

event of a failure of a part of the system it shall not handicap

the complete system The loop cards shall be of Modular

constructionbullThe FACP shall have its own battery backup of a

minimum of 48 hours in normal run and then half an hour in

alarm condition The backup time calculation shall be done as

per TAC standards The Battery shall be 2 x 12V (24V) DC and

of sealed maintenance free type housed inside the FACPbullIt

shall be able to withstand temperature variations from 0

Degree Centigrade to 55 Degree Centigrade Further Relative

Humidity (non‐condensing type) up to 93 shall not hamper

its performance The voltage rating shall be from 17V DC to

31V DC though the voltage may be change depending upon

the working voltages of a proprietary FACPbullThe FACP shall be

totally enclosed dust and vermin proof type made of

minimum 16‐gauge dust inhibited sheet with even baked

finish The FACP shall be of completely solid state designbullThe

logic circuitry shall be based on high noise immunity solid‐

state hardware employing modular construction Logic cards

shall be of epoxy fiber glass constructionbullThe FACP shall have

EN 54ULFM approvalbullThe panel shall have an extra loop

card to serve as standby in case of burnout or malfunctioning

of any operating loop cardsbullThe FACP shall be capable of

being networked (future expansion) with other similar FACPs

located at different locations of SCL premises through a single

RS 485 busbullThe FACP shall have provision for interfacing with

the Public Address System

7 G Repeater panelScope comprises of supply and installation

Tender No SCLPS52019E0156401 47

of Repeater Panel which display fire fault message

simultaneously with the FACP bullIt shall be capable of

interfacing with the FACP on a single RS 485 Bus bullThe panel

shall be capable of operating on 24V DC supplybullThe

independent 24V DC supply source to be installed in MS

cubicle Box duly powder coated paint along with repeater

panelbullThe panel shall have 2 x 40‐character backlit display

which shall display date time and description of alarm

trouble events are that displayed in the panel shall be

powered from the FACPbullIt shall have control keys for sound

silence mute and to reset the FACP from the repeater

stationsbullThe repeater panel shall have the following LEDs

indicationsbullSupply bullFault bullMute bullSilent bullDisabled

bullFire

8 H Fire CableSupply and installation of 2Cx15mm2 Copper

extruded PVC inner sheath armored and overall FRLS PVC

outer sheathed 11 KV grade as per IS 7098 (Part I bearing ISI

certification) on existing cable traywallsoft soilhard soil as

required

9 I Fire Cable terminationSupplying and making end

termination with brass compression gland and copper lugs for

2Cx15mm2 Copper cable in MS Box of Size 4X4 installed

above the false ceilingwallsurface as required

10 J Junction Box for Fire devicesSupply installation testing and

commissioning of MS painted box Size 4X4 with ELMEX type

terminal block for loop in loop out of 2c x15 sq mm copper

armored cable and connection to the fire detector device on

wallsurfacerecess including wall cutting and providing

necessary hardware for mounting fixing including all

material for fixing as required

Tender No SCLPS52019E0156401 48

TECHNICAL SPECIFICATION‐4

Item Specifications ‐IV

Sl No Specifications Compliance

(Yes No)

Offered Specifications Remarks

1 A NetworksLAN The detailed specification for the network

rack switch cable cords IOs face plates etc and the

required accessories shall be as below CAT 6A or better cable

shall be laid in the PVC Conduit The detailed specifications

for the different component of networksLAN are as follows

2 bull Rack Supply installation testing and commissioning of UL

listed modular type 12U network rack with front glass door

and rear perforated door floor mounted Size 550x550 with

1 No of 5 port Octagonal PDU 515Amp with MCB and Fan

Tray with minimum 2 Fans The rack should have provision of

2 nos of cable manager duct type 1U and 2 vertical manager‐

concealed type Rack should be three sides openable with

front glass door and rear perforated door and provision of

cable entry from top and bottom both with proper earthing

kit as requiredRecommended Make Rittal Netrack

Schneider Valrack

3 bull Network Switch Supply amp installation of Network Switch in

Network Rack with the following specification as belowSwitch

shall haveamp61607Port Density Minimum 8 101001000

BaseT Ports amp 4‐1G SFP Ports ready for use with SFP module

Ports shall support PoE on all ports with PoE budget of

180Wamp61607Architecture Stand‐alone rack

mountableamp61607Bandwidth minimum 56Gbps of

switching bandwidth to support above listed ports in non‐

blocking configurationamp61607StackableScable support for

Tender No SCLPS52019E0156401 49

stacking multiple switchesamp61607Stacking backplane

bandwidth Access switch shall have additional port(s) for

providing minimum 40 Gbps stacking bandwidthamp61607L2

Features 8021x authentication spanning tree

etcamp61607Networkjflowsflow or equivalent provision for

Networkjflowsflow or equivalent supportamp61607Network

Management support Network Management through

command line interface (CLI) SNMP v1 v2c v3

httpsamp61607IPv6 Readiness IPv6 Readiness from day

1amp61607RegulatorySafety confirming to UL60950 amp

EN60950amp61607EALNIAP certified Model No shall be EAL

or NIAPNDPP certifiedRecommended Make Cisco Juniper

HP Brocade dell

4 bull CAT 6A Cable Supply and installationlaying of category 6A

or better 4 pair shielded cable UFTP or FUTP in PVC

Conduit sheath type low smoke zero halogen (LSZH) with

transmission properties amp electrical properties tested

minimum up to 500MHz amp verified by ETL amp comply with

ANSITIAEIA‐568‐C2 amp ISOIEC 11801 Recommended make

Commscope Schneider Molex Siemon

5 bull Patch Panel Supply installation testing and commissioning

of CAT6A PatchJack Panel of 24 Port fully loaded in Network

rack with port identification number with self‐adhesive clear

label holder Each portjack on the panel should be

individually removable on field from the panel and have

integrated rear cable management metallic shelf and have a

separate provision of grounding Recommended make

Commscope Schneider Molex Siemon

6 bull Patch Cords (1 meter) Supply installation testing and

commissioning of Patch Cords Cat 6A shielded 1 meter in

Network rack with 4 pair shielded copper wire factory pre

terminated with shielded RJ45 plugs Aluminumpolyester

Tender No SCLPS52019E0156401 50

shield screen material with low smoke Zero halogen sheath

comply to TIA‐568‐C2 Cat 6A in IOs of Network

RackRecommended make Commscope Schneider Molex

Siemon

7 bull Patch Cords (3 meter) Supply installation testing and

commissioning of Patch Cords Cat 6A shielded 3 meter in

Network rack with 4 pair shielded copper wire factory pre

terminated with shielded RJ45 plugs Aluminumpolyester

shield screen material with low smoke Zero halogen sheath

comply to TIA‐568‐C2 Cat 6A at field side Recommended

make Commscope Schneider Molex Siemon

8 bull Information outlet Supply and installation of Shielded Cat

6A information outlet UFTP or FUTP compliance to category

6A or better TIA568C2‐500MHz at field sideRecommended

make Commscope Schneider Molex Siemon

9 bull Face Plate (Dual) Supply and installation of single gang

square face plate (Dual) and SMB Box with a provision to

support variety of jacks‐ UTP STP etc at the field

sideRecommended make Commscope Schneider Molex

SiemonbullFace plate (single) Supply and installation of square

face plate ( single) with a provision to support variety of jacks‐

UTP STP etc at the field sideRecommended make

Commscope Schneider Molex Siemon

10 bull SMB Box Supply and installation of SMB Box for face plate

(DualSingle) as required Recommended make Commscope

Schneider Molex Siemon

11 bull Other Accessories amp61607Supply and Installation of

25mm electrical grade ISI mark PVC Conduit in

wallfloorslabsurface including wallfloor cutting and

making good the same as required Recommended make

Reputed ISI Markamp61607Supply and installation of OFC SM

Tender No SCLPS52019E0156401 51

OS2 Cable in existing 32mm HDPE pipe as

requiredamp61607Supply and Laying of 32mm HDPE pipe

direct in ground including excavation sand cushioning

protective covering and refilling the trench including standard

cable route marker etc as requiredamp61607Supply and

installation of SC simplex single‐mode LSZH pigtail 1m as

requiredamp61607Supply and installation of adaptor plate

with 3 SC duplex SM adaptors as requiredamp61607Splicing of

OFC as per Core as requiredamp61607Supply and installation

of accessories for making the Chamber Pit‐ 1Mtr Depth with

Lid for housing OFC as requiredamp61607Trenching of

HardSoft Soil as required

12 B Paging The scope includes supply installation testing and

commissioning of Supply and installation of IP 65 or better

explosion proofWP loud speaker anticorrosive powder

coated red (RAL‐3000) suitable for Zone I amp II Class II C

Hardware SS304 as per IS2148 and equivalent to model FLSR

25 of Baliga with necessary support gland as required and

installing the same on wallsurface with GI supports as

required and connecting the same with wire The Scope also

includes supply and installation of 2Cx15mm2 FRLS armored

and PVC sheath twisted pair wire their termination tagging

glanding earthing etc as required for speakers and other

accessories requires for smooth commissioning of the paging

system

Vendor Specificied Terms

Description Vendor Terms

Tender No SCLPS52019E0156401 52

1Delivery Term

Prices shall be quoted on F O R destination basis ie S C L S A S Nagar Mohali

Punjab exclusive of GST and taxes as may be applicable

2 GST

Purchaser is entitled to concessional GST of 5 as per Ministry of Finance

Department of Revenue Notification No 472017 Integrated Tax (Rate) both

dated 14th November 2017 respectively and would accordingly issue Exemption

Certificate in favour of the contractor quoting in Indian Rupees The bidder

should take note of the same while quoting the prices in Indian Rupees GST on

installation services shall be applicable 18

3 DELIVERY SCHEDULEPERIOD OF COMPLETION

The time allowed for supply installation testing and commissioning of the entire

works shall be 06 (Six) months to be reckoned form the 7th day of issue of

purchase order

4 IMPORTANT

This being a two part Tender Technical and Commercial parts separate the

bidder should not attach any document(s) containing pricing information with

technical part The Contractor will provide Un priced commercial offer in

envelope 1 (Technical Part) as an attachment

The tenders containing price information in Technical Part will be treated as

unsolicited offers and rejected Contractor to confirm that Price bid is not

attached in Envelope 1 ie Technical Part

Priced Commercial offer if any should be attached in Envelope 2 (Price Bid)

under Supporting Documents from Vendor (Commercial) as an attachment

5 The prices shall remain firm until completion of entire project including

extended period if any No cost escalation shall be applicable for the work

Tender No SCLPS52019E0156401 53

6 SECURITY DEPOSIT

a) On acceptance of the tender the Contractor shall submit security deposit for

ten percent (10 percent) of the value of the Contract within 15 days from the

date of purchase order If the Contractor fails toprovide the security within the

period specified such failure shall constitute a breach of the Contract and the

Purchaser shall be entitled to make other arrangements for the re purchase of

the stores contracted at the cost and risk of the Contractor

b) Security Deposit shall be submitted through Demand Draft Bankers Cheque

fixed deposit receipt or Bank Guarantee from any of the Scheduled Banks

executed on nonjudicial stamp paper of appropriate value and shall be valid for

a period of sixty (60) days beyond the date for completion of the Purchase

OrderContract

c) In case the contractor fails to furnish the security deposit within the specified

date or extended due date the Purchase OrderContract shall be cancelled and

in addition appropriate penal action may also be considered

d) After the Purchase OrderContract is successfully executed in all respects the

Bank Guarantee towards Security Deposit may be discharged and retained

amount shall be refunded to vendors

e) In the event of non execution of the Purchase orderContract or breach of any

terms and conditions of the Purchase Order the Security Deposit shall be

forfeited

7 Warranty

The Contractor shall provide for the tendered job comprehensive warranty for

parts as well as labour for a period of 12 months from the date of successful

installation commissioning and testing of the system at Purchasers site at no

extra charges against any manufacturing defectfaulty workmanship In case any

defect arises during warranty period the Contractor should replacerectify the

same at its own cost at siteworks

The LED light fittings and its driver unit etc shall have warranty for a period of 5

Tender No SCLPS52019E0156401 54

years from the date of installation and commissioning

8 Warranty Replacements

All replacement parts if any shall be supplied by the Contractor free of cost on F

O R Purchaser site at S A S Nagar Punjab basis

9 TERMS OF PAYMENT

The payment shall be remitted as under

90 of the value of the materials supplied shall be paid within 30 days of the

receipt of the materials at purchaser site and the balance 10 amount along

with 100 installation charges shall be payable on successful installation

commissioning and acceptance of the entire project at Purchasers site against a

Performance Bank Guarantee

10 PERFORMANCE BANK GUARANTEE (PBG)

The Contractor shall furnish a Bank Guarantee (as per format given by purchaser)

from any nationalized scheduled bank for an amount equivalent to 10 of the

value of the Contract and shall be valid for a period of 60 days beyond the expiry

date of warranty period On the performance and completion of the Contract in

all respects the Bank Guarantee will be returned to the Contractor without any

interest

11 VALIDITY

The tender must be valid for a minimum period of 120 days from the date of

opening of Technical bid and 90 days after opening of Price bid

The tender where the validity period is shorter than the period specified in the

tender enquiry shall be excluded from the procurement process

12 Quantity Variation

The quantities indicated against each items in the Bill of Quantities (BOQ) are

indicative and are for the purpose of bidding only Variation in quantities up to

Tender No SCLPS52019E0156401 55

+25 percent shall be carried out by the contractor on the agreedPurchase order

(PO) rates and terms amp conditions as in the purchase order (PO)

13 GUARANTEED TIME DELIVERY

The time for and the date of delivery stipulated in the Purchase Order shall be

deemed to be the essence of the Contract Delivery must be completed within

the date specified therein

14 Extra Items

In case of extra items (that are completely new and are in addition to the items

contained in the contract) the contractor may claim rates supported by proper

analysis and purchaser engineer in charge of the work shall after giving

consideration to the analysis of the rates submitted by the contractor determine

the rates on the basis of market rates and the contractor shall be paid in

accordance with the rates so determined The contractor(s) profit amp OH shall be

factored in the rate analysis 15

15 CONSIGNEE

Sr Purchase and Stores Officer (Stores)

Semi Conductor Laboratory

Sector 72 SAS Nagar (Mohali) Punjab

India 160 071

16 INSTALLATION AND COMMISSIONING

Installation commissioning and demonstration of performance of the tendered

stores as per Purchaser tendered specifications shall be carried out by the

Contractor at Purchaser site at S A S Nagar Punjab India

The Contractor shall provide in advance guidelines for preparation of the

installation site and list of items to be supplied by Purchaser during installation

Tender No SCLPS52019E0156401 56

On receipt of intimation from the Purchaser the Contractor shall depute its

engineer(s) to Purchaser site within two weeks to carry out installation and

commissioning and will demonstrate the functionality of the tendered

equipment to Purchaser specifications as per mutually agreed acceptance

procedure The Contractor shall be responsible for any lossdamages sustained

due to delay on the part of the Contractor to send its engineer for installation

and commissioning

Failure to commission the tendered equipment successfully shall entitle

Purchaser to full refund of the payment made and the interest thereon Decision

regarding successful installation and commissioning shall rest solely with the

Purchaser

17 REJECTION

In the event that any of the stores supplied by the Contractor is found defective

in material or workmanship or otherwise not in conformity with the

requirements of the Contract specifications the purchaser shall either reject the

stores or request the Contractor in writing to rectify the same The Contractor

on receipt of such notification shall either rectify or replace the defective stores

free of cost to the purchaser If the Contractor fails to do so the purchaser may

at his option either

a) replace or rectify such defective stores and recover the extra cost so involved

from the Contractor or

b) terminate the Contract for default as provided in this tender document

18 EXTENSION OF TIME

If the completion of supply of stores is delayed due to reason of force majeure

such as acts of god acts of public enemy acts of Government fires floods

epidemics quarantine restriction strikes freight embargoes etc the

Contractor shall give notice within 15 days to the purchaser in writing of his

claim for an extension of time The purchaser on receipt of such notice after

verification if necessary may agree to extend the Contract delivery date as may

Tender No SCLPS52019E0156401 57

be reasonable but without prejudice to other terms and conditions of the

Contract

19 DELAY IN COMPLETIONLIQUIDATED DAMAGES

If the Contractor fails to deliver the stores within the time specified in the

Contract or any extension thereof the purchaser shall recover from the

Contractor as liquidated damages a sum of one half of one percent (05 percent)

of the Contract price of the undelivered stores for each calendar week of delay

The total liquidated damages shall not exceed ten percent (10 percent) of the

Contract price of the unit or units so delayed Stores will be deemed to have

been delivered only when all their component parts are also delivered If certain

components are not delivered in time the stores will be considered as delayed

until such time as the missing parts are delivered Delivery of stores shall be

complete on Installation commissioning Testing and Acceptance

20 INSPECTION AND ACCEPTANCE TEST

The Purchasers representatives shall also be entitled at all reasonable times

during manufacture to inspect examine and test on the Contractors premises

the material and workmanship of all stores to be supplied under this Contract

and if part of the said stores is being manufactured on other premises the

Contractor shall obtain for the purchasers representative permission to inspect

examine and test as if the equipment were being manufactured on the

Contractors premises

Such inspection examination and testing shall not release the Contractor from

the obligations under this Contract

For tests on the premises of the Contractor or of any of his sub Contractors the

Contractor shall provide free of cost assistance labour material electricity fuel

and instruments as may be required or as may be reasonably needed by the

purchasers representative to carry out the tests efficiently

When the stores have passed the specified test the purchaser representative

shall furnish a certificate to the effect in writing to the Contractor The

Tender No SCLPS52019E0156401 58

Contractor shall provide copies of the tests certificates to the purchaser as may

be required

21 Labour Law Contractor shall abide by all labour laws rules and regulations

which are prevailing and as enforced from time to time and SCL shall not be

responsible for any accident or mishap during the course of the contract to any

of engineer labour employee by the Contractor The contractor shall also ensure

that the statutory obligations with regards to the employment of labour under

law are complied properly and timely

22 ARBITRATION

In the event of any disputes differences or claims arising out of or relating to

the interpretation and application of the Contract such disputes or differences

or claims shall be settled amicably by mutual consultations of the good Offices

of the respective Parties and recognizing their mutual interests attempt to reach

a solution satisfactory to both the parties If such a resolution is not possible

within 30 days from the date of receipt of written notice of the existence of such

disputes then the unresolved disputes or differences or claims shall be

referred to the Sole Arbitrator appointed by the Parties by mutual consent in

accordance with the rules and procedures of Arbitration and Conciliation Act

1996 as amended from time to time The arbitration shall be conducted in New

Delhi in the Arbitration and Conciliation Centre New Delhi (Domestic and

International) as per its rules and regulations The expenses for the Arbitration

shall be shared equally or as may be determined by the Arbitrator The

considered and written decision of the Arbitrator shall be final and binding

between the Parties The applicable language for Arbitration shall be English

only Work under the Contract shall be continued by the CONTRACTOR during

the pendency of arbitration proceedings without prejudice to a final adjustment

in accordance with the decision of the Arbitrator unless otherwise directed in

writing by the DEPARTMENT or unless the matter is such that the works cannot

be possibly continued until the decision (whether final or interim) of the

Arbitrator is obtained

23 APPLICABLE LAWS The contract shall be interpreted construed and

Tender No SCLPS52019E0156401 59

governed by laws of IndiaThe contract shall be subject to exclusive Jurisdiction

of the Court of SAS Nagar (Mohali) Punjab India irrespective of anything

mentioned in any correspondences or otherwise

24 Any Other Term

Tender No SCLPS52019E0156401 60

Supporting Documents from Vendor

Attachment ‐ I

Attachment ‐ II

Price Bid Form

Item Description Slab Range Qty UOM Currency Unit Price Total Price

Supply of MCC Panels cables

cable trays lightings etc for

electrical distribution system

including fire detection

system LAN Paging etc for

the Chemical Store building as

per detailed specifications

technical write‐updrawings

attached

‐ 1 Lot ‐ ‐ ‐

Installation Testing and

Commissioning of MCC

Panels cables cable trays

lightings etc for electrical

distribution system including

fire detection system LAN

Paging etc for the Chemical

Store building as per detailed

specifications technical write‐

updrawings attached

‐ 1 Lot ‐ ‐ ‐

Tender No SCLPS52019E0156401 61

Break‐up of other taxes and other costs should be specified in respective narration columns

Sum of these Break‐up values should be specified in respective value columns

Supporting Documents from Vendor (Commercial)

Document attachment with price bid

Attachment ‐ I

Attachment ‐ II

  • pdf_document_tndr_notc_electrical_distribution_system_051119
  • pdf_document_tndr_doc_electrical_distribution_system_051119
Page 3: -72, -160071 चंडीगढ़ के समीप पंजाब भारत...स म -क डक टर ल ब र टर /Semi-Conductor Laboratory अ त रक ष वभ

Tender No SCLPS52019E0156401 2

TenderAttachments

Technical Write‐upDrawings

Attachment ‐ I

IDT00247000000000000isro05401pdf

Attachment ‐ II

IDT00247000000000000isro05402pdf

Attachment ‐ III

IDT00247000000000000isro05403pdf

Attachment ‐ IV

IDT00247000000000000isro05404pdf

Attachment ‐ V

IDT00247000000000000isro05405pdf

Standard Terms and Conditions

Instructions to Tenders (PT)1Interested tenderers may at their option login to

httpeprocureisrogovin and submit offers as per details of notification

2This being a two part tender Technical and Commercial part separate the Technical part should not

contain Pricing information The tenders containing Price details in Technical part will be treated as

unsolicited offers and rejected

3 Request for the extension of the due date will not be considered

4 SCL reserves the right to accept or reject any or all the tenders in part or full without assigning any

reasons thereof The bidder is at liberty to seek information related to bidding conditions bidding

process andor rejection of its bid

5 In this tender either the Indian Agent on behalf of the PrincipalOEM or the PrincipalOEM itself can

bid but both cannot bid simultaneously for the same item Indian agents while quoting on behalf of

Tender No SCLPS52019E0156401 3

their principals shall provide necessary latest authorization letter obtained from their

PrincipalsManufacturers in their bid

6 If an agent submits bid on behalf of the PrincipalOEM the same agent shall not submit a bid on

behalf of another PrincipalOEM in the tender for the same item If submitted all offers submitted by

the said agent shall be excluded from the procurement process

7 Late tenders delayed tenders fax quotations and e mail quotations are not considered

Bids submitted other than EGPS mode shall not be considered

8 SCL reserves the right to verify all claims made by the bidder

9 SCL reserves the right to change any milestone date of the tendering activity tender schedule

10 Tender which is not submitted in terms of instructions mentioned herein is liable to be rejected

11 If tender opening date happens to be a public holiday tender will be opened on the next working

day and interested bidders may depute their representatives to attend the Tender Opening with proper

authorization

12 The purchaser shall be under no obligation to accept the lowest or any tender and reserves the right

of acceptance of the whole or any part of the tender or portions of the quantity offered and the

tenderers shall supply the same at the rates quoted

13 It is expressly agreed that the acceptance of the Stores Contracted for is subject to final approval in

writing by the Purchaser

14 It is to be noted that the drawings specifications end use etc given by the purchaser are

confidential and shall not be disclosed to any third party

15 Prices are required to be quoted according to the units indicated in the tender When quotations are

given in terms of units other than those specified in the tender form relationship between the two sets

of units must be furnished

16 The quote should indicate quantity wise unit rate separately which have to be filled online The

Prices are to be mentioned both in figures as well as in words The taxes duties etc are to be calculated

and indicated in the column provided in online forms explicitly

17 Bidders are expected to comply with commercial and other terms and conditions given in vendor

specified terms of this tender In case of any deviation the reasons thereof should be clearly specified in

the vendor specified terms column

18 All available technical literature catalogues and other data in support of the specifications and

details of the items should be furnished along with the unraced technical offer bidder are advised not to

quote any rate with BOQ provide in technical specification document 19 Specifications Stores offered

should strictly confirm to our specifications Deviations if any should be clearly indicated by the

Tender No SCLPS52019E0156401 4

tenderer in his bid The tenderer should also indicate the MakeType number of the stores offered and

provide catalogues technical literature along with the quotations Test Certificates wherever necessary

should be forwarded along with supplies 20 The tenderer should provide the name of his bankers as

well as the latest Income Tax clearance certificate duly countersigned by the Income Tax Officer of the

Circle concerned under the seal of his office if required by the Purchaser during evaluation of tender

21 Subletting and Assignment The contractorsupplier cannot sublet transfer or assign the

orderContract or any part thereof or interests therein or benefit or advantage thereof in any manner

whatsoever to any other party save with the previous written consent of the purchaser Such consent

by the purchaser however shall not relieve or discharge the contractorsupplier from any obligation

duty or responsibility under the Purchase Order Contract

22 The contractorsupplier shall indemnify the purchaser against Workmen Compensation Act

23 The authority of the person submitting the tender if called for should be produced

24 The bids shall be opened as per schedule indicated in the Tender in the presence of the bidderstheir

authorized representatives who may like to attend the tender opening against presentation of

Authorization letter Due to any breakdown in serverlink bid opening will be continued on the

following dates

The schedule of opening of Price bids shall be intimated separately to the technically qualified bidders

only

25 PROCEDURE FOR EVALUATION OF TENDERS

Technical Evaluation Criteria

Vendor meeting the eligibility criteria and basic technical specifications mentioned in SCL Tender shall

be considered to be technically qualified

Evaluation of Price Bids

The following elements shall be considered for evaluation of Priced Commercial offer

a Price quoted by the bidder in the price bid template for meeting the functionalities given in the

Tender and Technical Specifications sheet Bid shall be evaluated on overall cost basis b Compliance

with the Payment Terms prescribed in this tender document In the event the bidder offers Payment

Terms stringent than SCL prescribed Payment Terms the bid of the bidder shall be loaded based on Base

Rate of SBI prevailing on the date of opening of price bids

c In the event of the bidder seeking a Confirmed Letter of Credit the bidders bid shall be loaded at the

rate 05 percent of the LC value towards confirmation charges

d In the event of the bidder requiring SCL to bear bank charges outside India (foreign bank charges) the

bidders bid shall be loaded at the rate 05percent of the LC value towards bank charges outside India

Tender No SCLPS52019E0156401 5

26 The bid should contain the following information

a Agency Commission Bidders are required to provide the following information in respect of their

authorised Indian Agent if any alongwith technical bid as the same is mandatory as is required for

consideration of the bid Name Address Telephone no fax no email of the Indian Agent including the

contact person A letter from the Manufacturersupplier in the current date certifying that the said

Indian Agent is their authorised Indian Agent and also indicating the responsibilitiesrole of the Indian

Agent under the proposed purchase Renumerationservice charges payable to the Indian Agent under

the proposed purchase The amount of agency commission included in the price and payable to Indian

Agent of the contractor shall be paid directly to the Indian Agents by the Purchasers in equivalent in

Indian rupees on the basis of an invoice from him applying TT buying rate of exchange ruling on the date

of placement of the Purchase Order and which shall not be subject to any further exchange variations

The payment will be released to the Indian Agents within 30 days from the date of acceptance of the

goods

b Details of any technical service if required for erection assembly commissioning and

demonstration

27 The FOBFCA prices quoted should be inclusive of all taxes levies duties arising in the tenderer

country

28 The details of Import License will be furnished in the Purchase Order

29 Instructionoperation manual containing all assembly details including wiring diagrams should be

sent wherever necessary in duplicate All documentscorrespondence should be in English Language

only

30 Part shipment is not allowed unless specifically agreed to by us

31 As far as possible stores should be dispatched by Indian Flagged Vessels Air India or through any

Agency nominated by us

32 RECOVERY OF SUM DUE

Whenever any claim for the payment of whether liquidated or not money arising out of or under this

Contract against the Contractor the purchaser shall be entitled to recover such sum by appropriating in

part or whole the security deposited by the Contractor if a security is taken against the Contract In the

event of the security being insufficient or if no security has been taken from the Contractor then the

balance or the total sum recoverable as the case may be shall be deducted from any sum then due or

which at any time thereafter may become due to the Contractor under this or any other Contract with

the purchaser Should this sum be not sufficient to cover the full amount recoverable the Contractor

shall pay to the purchaser on demand the remaining balance due Similarly if the purchaser has or

makes any claim whether liquidated or not against the Contractor under any other Contract with the

purchaser the payment of all moneys payable under the Contract to the Contractor including the

Tender No SCLPS52019E0156401 6

security deposit shall be withheld till such claims of the purchaser are finally adjudicated upon and paid

by the Contractor

33 LANGUAGE AND MEASURES

All documents pertaining to the Contract including specification schedule notice correspondence

operating and maintenance instructions drawings or any other writings shall be written in English

language The metric system of measurement shall be used exclusively in the Contract

34TECHNICAL DOCUMENTATION

The Contractor shall provide installation operation maintenance and programming manual All

documentation shall be in English language

35 CONTRACTORS DEFAULT LIABILITY

The purchaser may upon written notice of default to the Contractor terminate the Contract in

whole or in part in circumstances detailed hereunder

a) If in the judgement of the Purchaser the Contractor fails to make delivery of Stores within the

time specified in the Contractagreement or within the period for which extension has been

granted by the Purchaser to the Contractor

b) If in the judgment of the Purchaser the Contractor fails to comply with any of the other provisions of

this Contract

In the event the Purchaser terminates the Contract in whole or in part as provided in this tender

document the Purchaser reserves the right to Purchase upon such terms and in such a manner as he

may deem appropriate stores similar to that terminated and the Contractor shall be liable to the

Purchaser for any additional costs for such similar stores andor for liquidated damages for delay as

defined in Clause 24 until such reasonable time as may be required for the final supply of stores

A) If this Contract is terminated as provided in this tender document the Purchaser in addition to any

other rights provided in this Article may require the Contractor to transfer title and deliver to the

Purchaser under any of the following clauses in the manner and as directed by the Purchaser

a) Any completed stores

b) Such partially completed stores

drawing information and Contract rights (hereinafter called manufacturing material) as the Contractor

has specifically produced or acquired for the performance of the Contract as terminated The Purchaser

shall pay to the Contractor the Contract price for completed stores delivered to and accepted by the

purchaser and for manufacturing material delivered and accepted

B) In the event the Purchaser does not terminate the Contract as provided in this tender document the

Contractor shall continue the performance of the Contract in which case he shall be liable to the

Tender No SCLPS52019E0156401 7

purchaser for liquidated damages for delay as set out in this tender document until the stores are

accepted

DOS PM‐ 20

INSTRUCTIONS TO TENDERERS AND TERMS CONDITIONS OF TENDER

1 Bid Open Authorization shall be submitted on line only complying specified schedule

2 Late tenders and delayed tenders will not be considered

3 GST andor other dutieslevies legally leviable and intended to be claimed should be distinctly shown

separately in the tender

4 (a) Your quotation should be valid for 90 days (single part tender) and 120 days (two part tender)

from the date of opening of the tender

(b)Prices are required to be quoted according to the units indicated in the annexed tender form

When quotations are given in terms of units other than those specified in the tender form relationship

between the two sets of units must be furnished

5 Preference will be given to those tenders offering supplies from ready stocks and on the basis of FOR

destinationdelivery at site

6 (a) All available technical literature catalogues and other data in support of the specifications and

details of the items should be furnished along with the offer

(b) Samples if called for should be submitted free of all charges by the tenderer and the Purchaser

shall not be responsible for any loss or damage thereof due to any reason whatsoever In the event of

non acceptance of tender the tenderer will have to remove the samples at his own expense

(c) Approximate net and gross weight of the items offered shall be indicated in your offer If

dimensional details are available the same should also be indicated in your offer

(d) Specifications Stores offered should strictly confirm to our specifications Deviations if any should

be clearly indicated by the tenderer in his quotation The tenderer should also indicate the MakeType

number of the stores offered and provide catalogues technical literature and samples wherever

necessary along with the quotations Test Certificates wherever necessary should be forwarded along

with supplies Wherever options have been called for in our specifications the tenderer should address

all such options Wherever specifically mentioned by us the tenderer could suggest changes to

specifications with appropriate response for the same

Tender No SCLPS52019E0156401 8

7 The purchaser shall be under no obligation to accept the lowest or any tender and reserves the right

of acceptance of the whole or any part of the tender or portions of the quantity offered and the

tenderers shall supply the same at the rates quoted

8 The tenderer should supply along with his tender the name of his bankers as well as the latest

Income Tax clearance certificate duly countersigned by the Income Tax Officer of the Circle concerned

under the seal of his office if required by the Purchaser

9 The Purchaser reserves the right to place order on the successful tenderer for additional quantity up

to 25 of the quantity offered by them at the rates quoted

10 The authority of the person signing the tender if called for should be produced

TERMS CONDITIONS OF TENDER

1 DEFINITIONS

(a) The term PURCHASER shall mean the President of India or his successors or assigns

(b) The term CONTRACTOR shall mean the person firm or company with whom or with which the

order for the supply of stores is placed and shall be deemed to include the Contractors successors

representative heirs executors and administrators unless excluded by the Contract

(c) The term STORES shall mean what the Contractor agrees to supply under the Contract as specified

in the Purchase Order including erection of plants machinery and subsequent testing should such a

condition is included in the Purchase Order

(d) The term PURCHASE ORDER shall mean the communication signed on behalf of the Purchaser by an

Officer duly authorised intimating the acceptance on behalf of the Purchaser on the terms and

conditions mentioned or referred to in the said communication accepting the tender or offer of the

Contractor for supply of stores or plant machinery or equipment or part thereof

2 PRICESTender offering firm prices will be preferred Where a price variation clause is insisted upon by

a tenderer quotation with a reasonable ceiling should be submitted Such offers should invariably be

supported by the base price taken into account at the time of tendering and also the formula for any

such variations

3 SECURITY DEPOSITOn acceptance of the tender the Contractor shall at the option of the Purchaser

and within the period specified by him deposit with him in cash or in any other form as the Purchaser

may determine security deposit not exceeding ten percent of the value of the Contract as the Purchaser

shall specify If the Contractor is called upon by the Purchaser to deposit AtildelsaquoAringldquoSecurity and the

Contractor fails to provide the security within the period specified such failure shall constitute a breach

of the Contract and the Purchaser shall be entitled to make other arrangements for the re purchase of

Tender No SCLPS52019E0156401 9

the stores contracted at the risk of the Contractor in terms of Sub Clause (ii) and (iii) of clause 10(b)

hereof andor to recover from the Contractor damages arising from such cancellation

4 GUARANTEE REPLACEMENT

(a) The Contractor shall guarantee that the stores supplied shall comply fully with thespecifications laid

down for material workmanship and performance

(b) For a period of twelve months after the acceptance of the stores if any defects arediscovered

therein or any defects therein found to have developed under proper use arising from faulty stores

design or workmanship the Contractor shall remedy such defects at his own cost provided he is called

upon to do so within a period of 14 months from the date of acceptance thereof by the purchaser who

shall state in writing in what respect the stores or any part thereof are faulty

(c) If in the opinion of the purchaser it becomes necessary to replace or renew any efective stores

such replacement or renewal shall be made by the Contractor free of all costs to the purchaser

provided the notice informing the Contractor of the defect is given by the purchaser in this regard within

the said period of 14 months from the date of acceptance thereof

(d) Should the Contractor fail to rectify the defects the purchaser shall have the right to reject or

repair or replace at the cost of the Contractor the whole or any portion of the defective stores

(e) The decision of the purchaser notwithstanding any prior approval or acceptance or inspection

thereof on behalf of the purchaser as to whether or not the stores supplied by the Contractor are

defective or any defect has developed within the said period of 12 months or as to whether the nature

of the defects requires renewal or replacement shall be final conclusive and binding on the Contractor

(f) To fulfil guarantee conditions outlined in clause 4 (a) to (e) above the Contractor shall at the

option of the purchaser furnish a Bank Guarantee (as prescribed by the purchaser) from a Bank

approved by the purchaser for an amount equivalent to 10 of the value of the Contract along with first

shipment documents On the performance and completion of the Contract in all respects the Bank

Guarantee will be returned to the Contractor without any interest

(g) All the replacement stores shall also be guaranteed for a period of 12 months from the date of

arrival of the stores at purchasers site

(h) Even while the 12 months guarantee applies to all stores in case where a greater period is called

for by our specifications then such a specification shall apply in such cases the period of 14 months

referred to in para 4 (b) (c) shall be the asked for guarantee period plus two months

5 PACKING FORWARDING INSURANCEThe Contractor will be held responsible for the stores being

sufficiently and properly packed for transport by rail road sea or air to withstand transit hazards and

ensure safe arrival at the destination The packing and marking of packages shall be done by and at the

expense of the Contractor The purchaser will not pay separately for transit insurance all risks in transit

Tender No SCLPS52019E0156401 10

being exclusively of the Contractor and the Purchaser shall pay only for such stores as are actually

received in good condition in accordance with the Contract

6 DESPATCHThe Contractor is responsible for obtaining a clear receipt from the Transport Authorities

specifying the goods dispatched The consignment should be dispatched with clear Railway

ReceiptLorry Receipt If sent in any other mode it shall be at the risk of the Contractor Purchaser will

take no responsibility for short deliveries or wrong supply of goods when the same are booked on said

to contain basis Purchaser shall pay for only such stores as are actually received by them in accordance

with the Contract

7 TEST CERTIFICATEWherever required test certificates should be sent along with the dispatch

documents

8 ACCEPTANCE OF STORES

(a) The stores shall be tendered by the Contractor for inspection at such places as may be specified by

the purchaser at the Contractors own risk expense and cost

(b) It is expressly agreed that the acceptance of the stores Contracted for is subject to final approval

by the purchaser whose decision shall be final

(c) If in the opinion of the purchaser all or any of the stores do not meet the performance or quality

requirements specified in the Purchase Order they may be either rejected or accepted at a price to be

fixed by the purchaser and his decision as to rejection and the prices to be fixed shall be final and

binding on the Contractor

(d) If the whole or any part of the stores supplied are rejected in accordance with Clause No 8 (c)

above the purchaser shall be at liberty with or without notice to the Contractor to purchase in the

open market at the expense of the Contractor stores meeting the necessary performance and quality

Contracted for in place of those rejected provided that either the purchase or the agreement to

purchase from another supplier is made within six months from the date of rejection of the stores as

aforesaid

9 REJECTED STORESRejected stores will remain at destination at the Contractors risk and responsibility

If instructions for their disposal are not received from the Contractor within a period of 14 days from the

date of receipt of the advice of rejection the purchaser or his representative has at his discretion the

right to scrap or sell or consign the rejected stores to Contractors address at the Contractors entire risk

and expense freight being payable by the Contractor at actuals

10 DELIVERY

(a) The time for and the date of delivery of the stores stipulated in the Purchase Order shall be deemed

to be the essence of the Contract and delivery must be completed on or before the specified dates

Tender No SCLPS52019E0156401 11

(b) Should the Contractor fail to deliver the stores or any consignment thereof within the period

prescribed for such delivery the purchaser shall be entitled at his option either

(i) to recover from the Contractor as agreed liquidated damages and not by way of penalty a sum of

05 per week of the price of any stores which the Contractor has failed to deliver as aforesaid or during

which the delivery of such store may be in arrears subject to a minimum of 10 or

(ii) to purchase from elsewhere without notice to the Contractor on the account and at the risk of the

Contractor the stores not delivered or others of a similar description (where others exactly complying

with the particulars are not in the opinion of the purchaser readily procurable such opinion being

final) without cancelling the Contract in respect of the consignment (s) not yet due for delivery or

(iii) to cancel the Contract or a portion thereof and if so desired to purchase or authorise the purchase of

stores not so delivered or others of a similar description (where others exactly if complying with the

particulars are not in the opinion of the purchaser readily procurable such opinion final) at the risk and

cost of the Contractor In the event of action being taken under sub clause (ii) (iii) of clause 10 (b) above

the Contractor shall be liable for any loss which the purchaser may sustain on that account provided

that the re purchase or if there is an agreement to repurchase then such agreement is made within six

months from the date of such failure But the Contractor shall not be entitled to any gain on such re

purchase made against default The manner and method of such re purchase shall be at the discretion of

the purchaser whose decision shall be final It shall not be necessary for the purchaser to serve a notice

of such re purchase on the defaulting Contractor This right shall be without prejudice to the right of the

purchaser to recover damages for breach of Contract by the Contractor

11EXTENSION OF TIMEAs soon as it is apparent that the Contract dates cannot be adhered to an

application shall be sent by the Contractor to the purchaser If failure on the part of the Contractor to

deliver the stores in proper time shall have arisen from any cause which the purchaser may admit as

reasonable ground for an extension of the time (and his decision shall be final) he may allow such

additional time as he considers it to be justified by circumstances of the case without prejudice to the

purchasers right to recover liquidated damages under clause 10 thereof

12 ERECTION OF PLANT MACHINERYWherever erection of a plant or machinery is the responsibility of

the Contractor as per the terms of the Contract and in case the Contractor fails to carry out the erection

as and when called upon to do so within the period specified by the purchaser the purchaser shall have

the right to get the erection done through any source of his choice In such an event the Contractor

shall be liable to bear any additional expenditure that the purchaser is liable to incur towards erection

The Contractor shall however not be entitled to any gain due to such an action by the purchaser

13 PAYMENT Contractors bill will be passed for payment only after the stores have been received

inspected and accepted by the Purchaser

14 MODE OF PAYMENT Normally payment will be made for the accepted stores within 30 days from

the date of receipt of the materials

Tender No SCLPS52019E0156401 12

15 RECOVERY OF SUM DUE Whenever any claim for the payment of whether liquidated or not money

arising out of or under this Contract against the Contractor the purchaser shall be entitled to recover

such sum by appropriating in part or whole the security deposited by the Contractor if a security is

taken against the Contract In the event of the security being insufficient or if no security has been taken

from the Contractor then the balance or the total sum recoverable as the case may be shall be

deducted from any sum then due or which at any time thereafter may become due to the Contractor

under this or any other Contract with the purchaser Should this sum be not sufficient to cover the full

amount recoverable the Contractor shall pay to the purchaser on demand the remaining balance due

Similarly if the purchaser has or makes any claim whether liquidated or not against the Contractor

under any other Contract with the purchaser the payment of all moneys payable under the Contract to

the Contractor including the security deposit shall be withheld till such claims of the purchaser are

finally adjudicated upon and paid by the Contractor

16 INDEMNITY The Contractor shall warrant and be deemed to have warranted that all stores supplied

against this Contract are free and clean of infringement of any Patent Copyright or Trademark and shall

at all times indemnify the purchaser against all claims which may be made in respect of the stores for

infringement of any right protected by Patent Registration of design or Trade mark and shall take all risk

of accidents or damage which may cause a failure of the supply from whatever cause arising and the

entire responsibility for sufficiency of all means used by him for the fulfilment of the contact

17 ARBITRATION In the event of any disputes differences or claims arising out of or relating to the

interpretation and application of the Contract such disputes or differences or claims shall be settled

amicably by mutual consultations of the good Offices of the respective Parties and recognizing their

mutual interests attempt to reach a solution satisfactory to both the parties If such a resolution is not

possible within 30 days from the date of receipt of written notice of the existence of such disputes

then the unresolved disputes or differences or claims shall be referred to the Sole Arbitrator

appointed by the Parties by mutual consent in accordance with the rules and procedures of Arbitration

and Conciliation Act 1996 as amended from time to time The arbitration shall be conducted in New

Delhi in the Arbitration and Conciliation Centre New Delhi (Domestic and International) as per its rules

and regulations The expenses for the Arbitration shall be shared equally or as may be determined by

the Arbitrator The considered and written decision of the Arbitrator shall be final and binding between

the Parties The applicable language for Arbitration shall be English only

Work under the Contract shall be continued by the CONTRACTOR during the pendency of arbitration

proceedings without prejudice to a final adjustment in accordance with the decision of the Arbitrator

unless otherwise directed in writing by the Purchaser or unless the matter is such that the works cannot

be possibly continued until the decision (whether final or interim) of the Arbitrator is obtained

18 COUNTER TERMS AND CONDITION OF SUPPLIERS Where counter terms and conditions printed or

cyclostyled conditions have been offered by the supplier the same shall not be deemed to have been

accepted by the Purchaser unless specific written acceptance thereof is obtained

Tender No SCLPS52019E0156401 13

19 SECURITY FOR PURCHASE OF MATERIALS Successful tenderer will have to furnish in the form of a

bank guarantee or any other form as called for by the purchaser towards adequate security for the

materials and properties provided by the Purchaser for the due execution of the Contract

20 In eprocurement system submission of bid is a two step process After submission of their bids

bidders have to wait for bid sealing by Purchaser Subsequently bidders have to complete open

authorization in the eprocurement system to enable the Purchaser to open the bid If open

authorization is not completed by the bidder then Purchaser will not be able to open the bid and the

bid becomes invalid

In case bidder encounters any technical snag pertaining to eprocurement system while acting on the

tender computer screen shot of the error message with date time stamp on the web browser along

with the query shall be e mailed by the bidder to the help desk for resolution of the problem at least 2

working days before the due date and time of bid submission The contact detail of the help desk is

available on the home page of the eprocurement website

Purchaser will make all efforts to resolve technical queries reported by the bidders but will not be bound

to do so if the problems are reported beyond the time mentioned above Purchaser will not be

responsible for non submission of bids for such cases

The time taken to ascertain evaluate and suggest a solution for the problem reported by bidder may

vary from case to case Hence bidders are advised to submit the bid well in advance before closing date

and time to avoid last minute issues

DOS PM‐ 22

Instruction to Tenderer

1 Bid Open Authorization shall be submitted online only complying specified schedule and complete in

all respects with technical specifications including pamphlets and catalogues

2 A Proforma Invoice may also be given which should contain the following information

a) The FOBFCA value the C and F value for import by Sea freight Air freight up to and for air parcel

post up to should be separately indicated

b) Agency Commission The amount of commission included in the price and payable to the Indian Agent

of the Contractor shall be paid directly to the Indian Agent by the Purchaser in equivalent Indian Rupees

on the basis of an Invoice from him applying TT buying rate of exchange ruling on the date of

placement of the Purchase Order and which shall not be subject to any further exchange variations This

payment will be released to the Indian Agent immediately after Customs clearance of the goods in India

Tender No SCLPS52019E0156401 14

c) The Contractor shall invoice only for the net amount payable to deducting the amount of Agency

Commission included in the invoice which will be paid to the Indian Agent directly by the Purchaser

However the Contractors invoice should separately reflect the amount of commission payable to his

Indian Agent

d) The earliest delivery period and country of origin of the Stores

e) Bankers name address telephonefax Nos and eMail ID of the Contractor

f) The approximate net and gross weight and dimensions of packages cases

g) Recommended spares for satisfactory operation for a minimum period of one year

h) Details of any technical service if required for erection assembly commissioning and demonstration

3 The FOBFCA and C and F prices quoted should be inclusive of all taxes levies duties arising in the

tenderers country

4 The offer should be valid for a minimum period of 90 days (single part tender) and 120 days (Two part

tender) from the due date of opening of the tender

5 Samples if called for should be sent free of all charges

6 Late and delayed tenders will not be considered Quotations by cable must be followed by detailed

offers

7 Offers made by Indian Agents on behalf of their Principals should besupported by the proforma

invoice of their Principals

8 The details of Import Licence will be furnished in the Purchase Order

9 The authority of person signing the tender if called for shall be produced

10 Instructions Operation Manual containing all assembly details including wiring diagrams should be

sent wherever necessary in duplicate All documents correspondence should be in English language

only

11 The Purchaser reserves the right to accept or reject the lowest or any offer in whole or part without

assigning any reason

12 It is expressly agreed that the acceptance of the Stores Contracted for is subject to final approval in

writing by the Purchaser

13 a) Part shipment is not allowed unless specifically agreed to by us

b) As far as possible stores should be despatched by Indian Flag Vessels Air India through any Agency

nominated by us

Tender No SCLPS52019E0156401 15

14 Inspection Test Certificate should be provided for the goods after testing it thoroughly at the

Contractors works If any Inspection by Lloyds or any other testing agency is considered necessary it

shall be arranged by Contractors

15 Where erection or assembly or commissioning is a part of the Contract it should be done

immediately on notification The Contractor shall beresponsible for any lossdamage sustained due to

delay in fulfilling this responsibility

16 For items having shelf life those with maximum shelf life should be supplied if order is placed

TERMS AND CONDITIONS

1 DEFINITIONS

(a) The term Purchaser shall mean the President of India or his successors or assignees

(b) The term Contractor shall mean the person firm or company with whom or with which the order for

the supply of stores is placed and shall be deemed to include the Contractors Successors

representatives heirs executors and administrators unless excluded by the Contract

(c) The term Purchase Order shall mean the communication signed on behalf of the Purchaser by an

officer duly authorised intimating the acceptance on behalf of the Purchaser on the terms and

conditions mentioned or referred to in the said communication accepting the Tender or offer of the

Contractor for supply of stores of plant machinery or equipment of part thereof

(d) The term Stores shall mean what the Contractor agrees to supplyunder the Contract as specified in

the Purchase Order

2 PRICES

Tenders offering firm prices will be preferred Where a price variation clause is insisted upon by a

tenderer quotations with a reasonable ceiling should be submitted Such offers should invariably be

supported by the base price taken into account at the time of tendering and also the formula for any

such variations

3 TERMS OF PAYMENT

31 Being a Department of the Government of India the normal terms of payment are by Sight Draft

However other terms of payment like establishment of Letter of Credit may be considered by the

Purchaser on such terms and conditions as may be agreed upon

32 The Sight Draft Letter of Credit will be operative on presentation of the under mentioned

documents

a) Original Bill of Lading Airway Bill

Tender No SCLPS52019E0156401 16

b) Commercially certified invoices describing the stores delivered quantity unit rate and their total

value in triplicate The invoice should indicate the discounts if any and Agency Commission separately

c) Packing List showing individual dimensions and weight of packages

d) Country of Origin Certificate in duplicate

e) Test Certificate

f) Declaration by the Seller that the contents in each case are not less than those entered in the invoices

and the quality of the Stores are guaranteed as per the specifications asked for by the Purchaser

g) Warrantee and guarantee Certificates vide Clause 20 herein below

4 IMPORTANT LICENCE

Reference to Import License No and date and Contract number and date shall be prominently indicated

in all the documents

5 DEMURRAGE

Supplier shall bear demurrage charges if any incurred by the purchaser due to delayed presentation of

shipping documents as prescribed in the bankers within a reasonable time (say within 10 to 12 days)

from the date of bill of lading for sea consignments and within 3 to 4 days from the date of Air Way Bill

for air consignments

6 ADDRESS OF INDIAN AGENTS

7 GUARANTEED TIME DELIVERY

The time for and the date of delivery stipulated in the Purchase Order shall be deemed to be the

essence of the Contract Delivery must be completed within the date specified therein

8 INSPECTION AND ACCEPTANCE TEST

81 The Purchaser representatives shall also be entitled at all reasonabletimes during manufacture to

inspect examine and test on the Contractors premises the material and workmanship of all stores to be

supplied under this Contract and if part of the said stores is being manufactured on other premises the

Contractor shall obtain for the purchasers representative permission to inspect examine and test as if

the equipment were being manufactured on the Contractors premises Such inspection examination

and testing shall not release the Contractor from the obligations under this Contract

82 For tests on the premises of the Contractor or of any of his subContractors the Contractor shall

provide free of cost assistance labourmaterial electricity fuel and instruments as may be required or

as may be reasonably needed by the purchasers representative to carry out the tests efficiently

Tender No SCLPS52019E0156401 17

83 When the stores have passed the specified test the purchasers representative shall furnish a

certificate to the effect in writing to the Contractor The Contractor shall provide copies of the tests

certificates to the purchaser as may be required

9 MODE OF DESPATCH

Generally stores should be despatched through Indian Flagged Vessel Air India or through any other

Agency nominated by the purchaser A copy of the invoice and packing list should invariably be kept

inside each of the packages

10 PORT OF ENTRY

New Delhi Mumbai

11 CONSIGNEE

Purchase and Stores Officer Stores

12 SHIPPING MARKS

The mark on the shipping documents such as invoice bill of lading and on the packages should be as

follow

PURCHASE ORDER NO

DATED

GOVERNMENT OF INDIA

DEPARTMENT OF SPACE

(name of the CentreUnit)

Destination

Port of Entry

13 INSURANCE OF THE STORES

The necessity or otherwise of insurance will be as indicated in the Purchase Order

14 CONTRACTORS DEFAULT LIABILITY

141 The purchaser may upon written notice of default to the Contractorterminate the Contract in

whole or in part in circumstances detailedhereunder

Tender No SCLPS52019E0156401 18

a) If in the judgement of the Purchaser the Contractor fails to makedelivery of Stores within the time

specified in the Contract agreement or within the period for which extension has been granted by the

Purchaser to the Contractor

b) If in the judgment of the Purchaser the Contractor fails to comply with any of the other provisions of

this Contract

15 In the event the Purchaser terminates the Contract in whole or in part as provided in Clause 14 the

Purchaser reserves the right to Purchase upon such terms and in such a manner as he may deem

appropriate stores similar to that terminated and the Contractor shall be liable to the Purchaser for any

additional costs for such similar stores andor for liquidated damages for delay as defined in Clause 19

until such reasonable time as may be required for the final supply of stores

151If this Contract is terminated as provided in Clause 14 the Purchaser in addition to any other rights

provided in this Article may require the Contractor to transfer title and deliver to the Purchaser under

any of the following clauses in the manner and as directed by the Purchaser

a) Any completed stores

b)Such partially completed stores drawing information and Contract rights (hereinafter called

manufacturing material) as the Contractor has specifically produced or acquired for the performance of

the Contract as terminated The Purchaser shall pay to the Contractor the Contract price for completed

stores delivered to and accepted by the purchaser and for manufacturing material delivered and

accepted

152 In the event the Purchaser does not terminate the Contract as provided in Clause 14 the

Contractor shall continue the performance of the Contract in which case he shall be liable to the

purchaser for liquidated damages for delay as set out in Clause for DELAY IN COMPLETION

LIQUIDATED DAMAGES until the stores are accepted

16 REPLACEMENT

If the stores or any portion thereof is damaged or lost during transit thePurchaser shall give notice to

the Contractor setting forth particulars of such stores damaged or lost during transit The replacement

of such stores shall be effected by the Contractor within a reasonable time to avoid unnecessary delay in

the intended usage of the Stores In case the purchaser agrees the price towards replacement items

shall be paid by the purchaser on the basis of original price quoted in the tender or as reasonably

worked out from the tender

17 REJECTION

In the event that any of the stores supplied by the Contractor is found defective in material or

workmanship or otherwise not in conformity with the requirements of the Contract specifications the

purchaser shall either reject the stores or request the Contractor in writing to rectify the same The

Tender No SCLPS52019E0156401 19

Contractor on receipt of such notification shall either rectify or replace the defective stores free of cost

to the purchaser If the Contractor fails to do so the purchaser may at his option either

a) replace or rectify such defective stores and recover the extra cost so involved from the Contractor or

b) terminate the Contract for default as provided under clause 14 above or

c) acquire the defective stores at a reduced price considered equitable under the circumstances The

provision of this article shall not prejudice the Purchasers rights under clause 19

18 EXTENSION OF TIME

If the completion of supply of stores is delayed due to reason of force majeure such as acts of god acts

of public enemy acts of Government fires floods epidemics quarantine restriction strikes freight

embargoes etc the Contractor shall give notice within 15 days to the purchaser in writing of his claim

for an extension of time The purchaser on receipt of such notice after verification if necessary may

agree to extend the Contract delivery date as may be reasonable but without prejudice to other terms

and conditions of the Contract

19 DELAY IN COMPLETION LIQUIDATED DAMAGES

If the Contractor fails to deliver the stores within the time specified in theContract or any extension

thereof the purchaser shall recover from theContractor as liquidated damages a sum of onehalf of one

percent (05percent) of the Contract price of the undelivered stores for each calendar week of delay

The total liquidated damages shall not exceed ten percent (10 percent) of the Contract price of the unit

or units so delayed Stores will be deemed to have been delivered only when all their component parts

are also delivered If certain components are not delivered in time the stores will be considered as

delayed until such time as the missing parts are delivered

20 GUARANTEE and REPLACEMENT

a) The Contractor shall guarantee that the stores supplied shall comply fully with the specifications laid

down for material workmanship and performance

b) For a period of twelve months after the acceptance of the stores if any defects are discovered

therein or any defects therein are found to have developed under proper use arising from faulty

materials design or workmanship the Contractor shall remedy such defects at his own cost provided he

is called upon to do so within a period of 14 months from the date of acceptance thereof by the

Purchaser who shall state in writing in what respect the stores or any parts thereof are faulty

c) If in the opinion of the purchaser it becomes necessary to replace or renew any defective stores such

replacements or renewals shall be made by the Contractor free of all costs to the purchaser provided

the notice informing the Contractor of the defect is given by the purchaser in this regard within the said

period of 14 months from the date of acceptance thereof

Tender No SCLPS52019E0156401 20

d) Should the Contractor fail to rectify the defects the purchaser shall have the right to reject or repair

or replace at the cost of the Contractor the whole or any portion of the defective stores

e) The decision of the Purchaser notwithstanding any prior approval or acceptance or inspection

thereof on behalf of the purchaser as to whether or not the stores supplied by the Contractor are

defective or any defects has developed within the said period of 12 months or as to whether the nature

of the defects requires renewal or replacement shall be final conclusive and binding on the Contractor

f) To fulfill guarantee conditions outlined in Clause 20 (a) to (e) above the Contractor shall at the option

of the purchaser furnish a Bank Guarantee (as prescribed by the purchaser Bank Guarantee format

enclosed) from a Bank approved by the purchaser for an amount equivalent to 10Percent of the value of

the Contract along with first shipment documents On the performance and completion of the Contract

in all respects the Bank Guarantee will be returned to the Contractor without any interest

g) All the replacement stores shall also be guaranteed for a period of 12 months from the date of arrival

of stores at purchasers site

h) Even while the 12 months guarantee applies to all stores in case where a greater period is called for

by our specifications then such a specification shall apply and in such cases the period of 14 months

referred to in Clause 20 (b) and (c) shall be asked for guarantee period plus two months

21 REQUIREMENT OF ADDITIONAL NUMBERS OF THE STORESSPARE PARTS ORDERED

The Contractor shall also undertake the supply of additional number of items covered by the order as

considered necessary by the purchaser at a later date the actual price to be paid shall be mutually

agreed to after negotiations

22 PACKING

a) The Contractor wherever applicable shall pack and crate all stores for sea air shipment as applicable

in a manner suitable for export to a tropical humid climate in accordance with internationally accepted

export practices and in such a manner so as to protect it from damage and deterioration in transit by

road rail or sea for space qualified stores The Contractors shallbe held responsible for all damages due

to improper packing

b) The Contractor shall ensure that each box unit of shipment is legible and properly marked for

correct identification The failure to comply with this requirement shall make the Contractor liable for

additional expenses involved

c) The Contractor shall notify the purchaser of the date of shipment from the port of embarkation as

well as the expected date of arrival of such shipment at the designated port of arrival

d) The Contractor shall give complete shipment information concerning the weight size content of each

packages etc

Tender No SCLPS52019E0156401 21

e) Transshipment of equipment shall not be permitted except with the written permission of the

purchaser

f) Apart from the despatch documents negotiated through Bank the following documents shall also be

airmailed to the purchaser within 7 days from the date of shipment by sea and within 3 days in case of

air consignments

a) Commercial Bill of Lading Air Way Bill Post parcel Receipt (Two nonnegotiable copies)

b) Invoice (3 copies)

c) Packing List (3 copies)

d) Test Certificate (3 copies)

e) Certificate of Origin

The Contractor shall also ensure that one copy of the packing list is enclosed in each case

23 ARBITRATION

In the event of any disputes differences or claims arising out of or relating to the interpretation and

application of the Contract such disputes or differences or claims shall be settled amicably by mutual

consultations of the good Offices of the respective Parties and recognizing their mutual interests

attempt to reach a solution satisfactory to both the parties If such a resolution is not possible within 30

days from the date of receipt of written notice of the existence of such disputes then the unresolved

disputes or differences or claims shall be referred to the Sole Arbitrator appointed by the Parties by

mutual consent in accordance with the rules and procedures of Arbitration and Conciliation Act 1996 as

amended from time to time The arbitration shall be conducted in New Delhi in the Arbitration and

Conciliation Centre New Delhi (Domestic and International) as per its rules and regulations The

expenses for the Arbitration shall be shared equally or as may be determined by the Arbitrator The

considered and written decision of the Arbitrator shall be final and binding between the Parties The

applicable language for Arbitration shall be English only

Work under the Contract shall be continued by the CONTRACTOR during the pendency of arbitration

proceedings without prejudice to a final adjustment in accordance with the decision of the Arbitrator

unless otherwise directed in writing by the Purchaser or unless the matter is such that the works cannot

be possibly continued until the decision (whether final or interim) of the Arbitrator is obtained

24 LANGUAGE AND MEASURES

All documents pertaining to the Contract including specification schedule notice correspondence

operating and maintenance instructions drawings or any other writings shall be written in English

language The metric system of measurement shall be used exclusively in the Contract

25 INDEMNITY

Tender No SCLPS52019E0156401 22

The Contractor shall warrant and be deemed to have warranted that all Stores supplied against this

Contract are free and clean of infringement of any patent copyright or trade mark and shall at all times

indemnify the purchaser against all claims which may be made in respect of stores for infringement of

any right protected by Patent Registration of design or Trade Mark and shall take all risk of accident or

damage which may cause a failure of the supply from whatever cause arising and the entire

responsibility for the sufficiency of all the means used by him for the fulfillment of the Contract

26 COUNTER TERMS AND CONDITIONS OF SUPPLIERS

Where counter terms and conditionsprinted or cyclostyled conditions have been offered by the

supplier the same shall not be deemed to have been accepted by the purchaser unless specific written

acceptance thereof is obtained

27 SECURITY INTEREST

On each item to be delivered under this Contract including an item of work in progress in respect of

which payments have been made in accordance with the terms of the Contract purchaser shall have a

security interest in such items which shall be deemed to be released only at the time when the

applicable deliverable item is finally accepted and delivered to the purchaser in accordance with the

terms of the Contract Such security interest of the purchaser shall constitute a prior charge as against

any other charge or interest created in respect of such items by any entity

28 BANK CHARGES

While the purchaser shall bear the bank charge payable to his Bankers (State Bank of India) the

Contractor shall bear the Bank charges payable to his Bankers including the cheques towards advising

amendment commissions

29 TRAINING

The Contractor shall if required by the purchaser provide facilities for the practical training of

Purchasers engineering technical personnel from India and for their active association on the

manufacturing processes throughout the manufacturing period of the Contract stores number of such

personnel to be mutually agreed upon

30 APPLICABLE LAW

The Contract shall be interpreted construed and governed by the laws of India

Tender No SCLPS52019E0156401 23

BidTemplates

GENERAL CONDITIONS

Item Specifications

Sl No Specifications Complianc

e (Yes No)

Offered Specifications Remarks

1 Intent of the ProjectaThe scope of Project includes Supply

Installation Testing and Commissioning of electrical

distribution system including illumination MCC Panels fire

detection system Local Area Network (LAN) Paging etc for

the Chemical Store Building at Semi‐Conductor Laboratory

(SCL) Sector‐ 72 SAS Nagar Mohali (Punjab) bScope

includes receiving unloading storage insurance in‐plant

transportation and all equipment amp accessories covered under

this specificationcTechnical SpecificationBrief overview of

Equipment amp services under this specification is described

hereiGeneral SpecificationiiSupply amp Installation of

Electrical MCCPCC Panels MCB DB exhaust fan light fixtures

etciiiSupply amp Installation of wire cables conduits Modules

SwitchSockets termination earthing etcivSupply amp

Installation of Fire detection system and its

accessoriesvSupply amp Installation of NetworksLAN

systemviSupply and installation of material for Earthing and

lightning protection system viiAny other electrical

requirement for execution of the work dDrawing amp notes All

drawing amp notes as listed in the annexure form a part of this

specification

Tender No SCLPS52019E0156401 24

2 General Information for Site Condition The Contractor may

visit the site of work at SCL to acquaint themselves of the

actual site conditions

3 Code amp Standards All electrical equipment and accessories to

be furnished installed and commissioned under scope of

these specifications shall be designed manufactured tested

and installed in accordance with relevant Indian Standard

Specifications (ISS) Indian electricity rules and any other

applicable regulations

4 Period of CompletionThe time allowed for supply installation

testing and commissioning of the entire work shall be six (6)

months to be reckoned from the 7th day of issue of Purchase

order by SCL

5 Drawing Data and ManualsFollowing drawings documents

shall be submitted by the selected contractor for approval of

SCL for execution of the workaFoundation drawing of all

floor mounted Electrical panelsbGeneral Layout (GA)

drawing with dimension of all electrical equipment and Single

line drawings (SLDs) of electrical PanelcMake type and

catalogue of Switchgears of Electrical MCC Panels Power DBs

Power Cables and related accessories along with technical

leaflets data sheets etc to be provided by the contractor

The contractor shall offer recommended makes mentioned in

this document dEquipment data sheets furnishing

guaranteed performance figure for each type of

equipmenteTest certificates test results for each type of

equipmentfCheck lists and tests to be conducted during

erection testing amp commissioning of the individual

equipmentOn successful completion of the entire work the

Contractor shall provide lsquoAs Builtrsquo drawings for all the Systems

executed under the Contract Three (03) sets of hard copies

and one (01) set in soft copy (CDDVD) in Auto‐CAD and PDF

Tender No SCLPS52019E0156401 25

format shall be provided to SCL for its record and reference

Contractor shall also provide instruction Operation

manual(s) and maintenance manuals for the all equipment

system installed under the project

6 Eligibility Criteria Only those bidders meeting the below

mentioned eligibility criteria are eligible to participate in the

tendera Should have satisfactorily executed at‐least two (2)

similar works of value not less than Rs 50 Lakh each

involving inter alia power distribution works consisting of

MCCsPCCs of rating not less than 400 A 415 V 35 kA ( fault

level) MCBDBs lighting systems cabling during the last 5

years To ascertain eligibility for the work the participating

bidders shall enclose copy (ies) of the detailed Purchase

Order(s) and their completion certificate(s) evidencing

satisfactory completion of similar works issued by the

respective clientsorganisations Completion certificate for

works issued by private parties shall be supported by TDSb

Should not have incurred any loss in more than two years

during the last five (5) financial years ending 31st March 2019

c The Contractor should possess valid license of Class lsquoArsquo

Category Electrical Contractor issued by the State Licensing

Authorityd The contractor shall carry out the work in co‐

ordination with the civil works undertaken by other contractor

engaged by SCL

7 DeviationaContractor to clearly mention deviation(s) if any

from the specification in the unpriced techno‐commercial bid

bUnless such deviations are recorded in the deviation sheets

and submitted with the bid it will be assumed that the offer is

made in conformity with the tendered specification in all

respectscThe deviations shall be evaluated by SCL and

acceptance of the same shall be at the sole discretion of SCL

Tender No SCLPS52019E0156401 26

8 Quantity variationThe quantities indicated against each item

in the Bill of Quantities (BOQ) are indicative and are for the

purpose of bidding only Variation in quantities upto + 25

shall be carried out by the contractor on the agreedPurchase

Order (PO) rates and terms amp conditions as in the Purchase

Order (PO) In case of contract items which exceed the said

limit of +25 the contractor may claim revision of rates

supported by proof analysis and if the rate claimed in excess

of the rate specified in the bill of quantities SCLrsquos engineerndashin‐

charge of the work shall after giving consideration to the

analysis of rates submitted by the contractor determine the

rates on the basis of market rates and the contractor shall be

paid in accordance with the rates so determined The

Contractorrsquos profit amp OH shall be factored in the rate

analysis15

9 Extra ItemsIn case of extra items (that are completely new

and are in addition to the items contained in the contract) the

contractor may claim rates supported by proper analysis and

SCLrsquos engineer‐in‐charge of the work shall after giving

consideration to the analysis of the rates submitted by the

contractor determine the rates on the basis of market rates

and the contractor shall be paid in accordance with the rates

so determined The Contractorrsquos profit amp OH shall be factored

in the rate analysis15

10 Construction Power SupplyElectricity if available in the

premises may be provided to the contractor by Department

(SCL) only at a single point free of cost subject to the following

conditions ‐a)The Contractor has to make his own

arrangement to tap Electricity from a 3 phasesingle phase

supply from the location decided by the SCLrsquos Engineer‐in‐

charge (E‐I‐C)

Tender No SCLPS52019E0156401 27

11 Storage space site office Contractor will be provided a

lockable room within SCL premises for storage space subject

to availability Contractor will make at his own cost

temporary site office close to work site as per the location

decided by the E‐I‐C

12 Materialsystem submittalsMaterialssystems etc procured

by the selected Contractor for incorporation in the work will

be only of MakesManufacturers specified in the tender

document Submittals of the same shall be submitted by the

contractor for SCL review and approval

13 Other RequirementsbullErection testing amp commissioning of

items as per BOQbullSpecial tools amp tackles Party shall arrange

the ladderscaffoldingstair for working at height for cable

laying Fire detection system installation of light fixture

bullWork shall be executed as per the ISRO contractor safety

Manual Contractor to ensure that the manpower is equipped

with PPE for working at the site bullAll relevant drawing data

catalogues with instruction and trouble shoot manuals type

test certificates for the above accessoriesbullMaterials and

accessories which are necessary or used for satisfactory and

trouble free operation and maintenance of the above

equipmentrsquosmaterial shall also be furnished bullContractor

shall deploy skilled amp unskilled Labor qualified technical

Supervisor(s) erection tools amp tackles testing tools amp

equipment supplies consumables and hardware and

transport for timely and efficient execution of the

workbullContractor shall guarantee LED fixtures

(flameproofnon‐flameproof) for a period of 5 years from the

date of acceptance The contractorrsquos guarantee shall be

supported with a guarantee from the manufacturer(s) in this

regard

Tender No SCLPS52019E0156401 28

TECHNICAL SPECIFICATION‐1

Item Specifications ‐I

Sl No Specifications Compliance

(Yes No)

Offered Specifications Remarks

1 Internal Wiringa The electrical wiring installations and other

accessories shall comply with latest IS code 732 (part‐II) 1983

and National Electric Code‐1985b The word concealed means

it involves cutting of floor wall and making good after laying

the conduitMetal raceway as per the enclosed drawings by

the contractor as requiredc The contractor shall provide all

necessary components fixing materials accessories and

interconnections as per standard practice It is to be noted

that ceiling rose forms a part of the specifications hence not

indicated separately and shall be provided by the contractor

as requiredd Scope includes termination of wire ferruling

dressing cable tie etc as requirede The work shall be

executed as per the ISRO electrical specification available on

ISRO site wwwisrogovin in Schedule I to be read along with

the tender specification

2 LED LuminariesThe scope includes supply installation

testing commissioning of flame proofnon‐flameproof LED

lighting fixture at the ceiling level (about 55 meter height) in

the chemical store building outer periphery of the store

building electrical room AHU room at the first floor as per

drawings and discretion of E‐I‐C Architectural plan of the

building is attached Supply of required accessories such as

mounting brackets nuts bolts screws washers glands and

any other material required for installation of LED fixture as

per specifications mentioned in BOQ shall be part of the

specification Junction box as required for loop‐in and loop‐

Tender No SCLPS52019E0156401 29

out of the cable for flame proof light fixture will be in the

scope of the contractor LED light fittings will be suitable for

operation on 230V single phase AC supply The fitting shall

be supplied with all fixing material such as brackets nuts

bolts etc as required for installation of fittings Special

Conditions aLuminaire make (Brand) from among the

recommended make mentioned in the tender document shall

be clearly mentioned in Technical Bid along with complete

technical detailsbThe LED light fitting and its driver unit etc

shall have warranty for a period of 5 years from the date of

installation and commissioningcThe flame proof fixture shall

be provided along with the Petroleum and Explosives Safety

Organization (PESO) certification

3 Detailed Specification for LED Fixture a Flame Proof LED

Fixtures Supply and installation of flameexplosion proof high

efficiency 1 Phase 230 V 60W LED light fitting as per IS 2206

with luminous efficiency 100Lmwatt or better CRI gt 08 amp

THDlt10 IP‐66 as per ISIEC 605292001 made of Die cast

aluminium alloy Heat resistant amp tough clear dome glass

having enclosure as per Ex‐d GAS Gr IIA IIB IIC AS PER ISIEC

60079‐12007 amp ISIEC 60079‐02004 Area of classification

ZONE‐1 2 21 amp 22 and temperature class T‐6 or better as per

ISIEC 60079 complete with loop‐in loop‐out provision

Mounting bracket for mounting on the ceiling Double

compression cable gland shall be provided and install by the

contractor along with the light fitting Recommended Make of

fixture Baliga Stahl Sudhir SwitchgearRecommended make

of LED NICHIA CREE PHILIPS LUMILED OSRAMb General

LED fixtures Supply amp fixing of wallceiling mounted batten

type 20W LED tube light (Four feet) luminaire with efficient

driver (efficiency shall be more than 90) amp with minimum

lumens output of 2000 lumens per lamp comprising of nano

diffuser technology complete with efficient amp constant

Tender No SCLPS52019E0156401 30

current output driver suitable for operation on 230V single

phase 50Hz AC supply efficient heat sink effective thermal

management and with colour temperature shall be gt 6000K

The LED with suitable control gear and power factor gt09 LM

79 certification for luminaireLM80 certificate for LED shall be

submitted and with other standard accessories prewired

including necessary interconnections complete in all respects

and as directed by EIC (Similar to Philips Astra or equivalent)

Recommended make of fixture Philips GE Trilux

LTRecommended make of LED NICHIA CREE PHILIPS

LUMILED OSRAM

4 c Street Light Fixture Supply and installation of 72W75W

LED Street Light fixture with High‐brightness White LEDs

sources with high transmittance flat toughed glass cover and

peanut LENS on each LEDs System luminous efficacy 100

LmsWatt 5600K colour temperature amp 70 CRI value for

ensuring good quality light output Life of at‐least 50000

hours at 70 lumen maintenance ampLED driver efficiency gt

85 Power factor greater than 095 THDlt10 amp min 3KV

surge protection with operating voltage range from 120‐270V

for ensuring lifelong high performance of luminaire the

fixture shall be made of LM‐6 Pressure die‐cast aluminium

with engraved company name amp have IK05 amp IP66 Class

protection with NABL Accredited LM‐79 amp LM‐80 Report

Mounting pole mounted upto a height of 8 meter and pole

bracket diameter of 48‐60 mm (adjustable) Recommended

make of fixture Trilux Philips GE LTRecommended make of

LED NICHIA CREE PHILIPS LUMILED OSRAM

5 Street Light Pole Providing and installation of hot dipped

galvanized swaged tubular 9‐meter‐long with planting depth

15 metersiexclbrvbar street light poles The effective length of each

section shall be‐ bottom 5 meters middle 2 meters and top 2

meters The outside dia and thickness of pole shall be

Tender No SCLPS52019E0156401 31

minimum 11430x440mm 889x4085mm 761x325mm

respectively as required The pole shall be provided with

necessary bracket (inclination 105115 degree length 15

meter dia 45 mm ) for mounting upto 72 W LED street light

fixture Each pole shall have a weather proof

loopingterminal box clamped at 550 mm above ground level

along with a suitable earth terminal The looping box shall be

provided with a suitable Power terminal arrangement to loop

4C x10sqmm size cable and MCB5A fuse cut‐out A base

plate 300 x300x10mm shall be welded to the bottom of the

pole Both underground cable and GI earth wire shall be

terminated at the terminal looping box in the looping zone

Further wiring to the light fixture shall be done with three

core flexible copper wire (2core for power supply and third

core for earthing)GI tubular pole shall be installed in cement

concrete 136 (1 cement 3 coarse sand 6 graded stone

aggregate 40 mm nominal size) foundation including

excavation and refilling etc Party to cast 2 run of 32 mm MS

conduit for cables upto a height of 550mm from ground level

for loop in loop out of cable The civil work for street light pole

foundation forms a part of installation of the work and will be

done by the party as required for commissioning of lighting

poleFor earthing of street light poles coilspiral earthing

using 8 SWG GI wire shall be used The GI wire shall be buried

to a minimum depth of 15 m with excavation refilling of

earth and connecting GI wire to pole using GI bolt and nut

complete as per requirementMake of Pole Reputed make

with ISI mark Note Party shall submit Drawing of the street

light pole for SCL approval before start of manufacturing

6 Cables wire conduit earthing Switchboards

SwitchesSockets etca Cables The scope includes the Supply

and installation of XLPE insulated overall FRLS PVC outer

sheathed AlCu armored cable on wallsurfacesoilexisting

Tender No SCLPS52019E0156401 32

cable tray as required for MCC Panel and MCB DBs as per the

detailed specification and quantity in this document All

necessary hardware for installation of cable like cable tie

clamps tags etc is in the scope of Contractor Contractor to

ensure that cable laid on the cable tray is properly clamped

with GI clamps and cable is properly secured on cable tray b

Wire The scope includes the Supply and installation of FRLS

Copper wire of different size quantity amp Specification for

power distribution and lighting and power etc as per the

requirement c Conduit The scope includes the Supply and

installation of ISI makes MS Conduits of different size as per

Specification for power and lighting distribution switch

sockets etc as per the requirement Flexible conduit shall be

of GId Cable tray The scope includes the supply and

installation of GIMS cable trays as per specificationse

Earthing The scope includes the supply and providing

earthing for Panels DBs cable trays light fixtures and poles

flameproof accessories fire panel speakers exhaust fans etc

matching the specifications given in this tender documentf

Lightning protection The scope includes the supply and

providing earthing for lightning protection of the building as

per the IS 2309 specification and quantities as per the BOQ

The scope includes horizontal and vertical runs earth pits test

point earthing of building periphery for contour etcg Rack

earthing The scope includes the supply and providing

earthing for racks as per specificationsh Switchboards and

SwitchSockets The scope includes the Supply and installation

of different size of flameproofnon‐flameproof Switchboards

and switchsocket for Lighting Power Distribution as per

specificationi MSGI Conduits flexible GI conduit earthing

materials doublesingle compression brass cable glands

cable lugs (Al amp Cu as required) cable ties cablewire

identification tags required for the installation and

maintenance of trouble free operation of the downstream

Tender No SCLPS52019E0156401 33

system and accessories are covered under this specificationj

MS junction box conduit along with all related accessories as

per specification

TECHNICAL SPECIFICATION‐2

Item Specifications ‐II

Sl No Specifications Compliance

(Yes No)

Offered Specifications Remarks

1 Electrical Panel SpecificationGeneralaPanel shall be

fabricated as per IEC 61439 part 1 amp 2 bPanel shall be indoor

metal clad air insulated floor mounted extendable to side

single front construction front wired front

connectedcMinimum thickness of sheet metal used shall be

2 mm and panel shall confirm to IP54 protectiondThe

working height of the Panel shall be limited as per standard

engineering practicese The design should be fully

compartmentalized with metal partitions between

compartments All doors shall be gasketed Each vertical

section shall have removable back coverfAll switches push

buttons lamps indicating instruments shall be flush

mountedgA full height vertical cable chamber with cable

supports shall be provided in each section to facilitate unit

wiring Cable chamber shall be sized to accommodate all cable

and shall have removable covers A horizontal wire way

extending the entire length shall be provided at the top of

panel for inter panel wiringhPanel shall be with minimum

75mm high base MS channel frameiThe panel shall undergo

seven tank or better process as per relevant IS

standardsjLifting hook shall be provided at each section for

easy transportationkDifferent compartment of the panel

shall be provided with dust proof type air filter louvers

explosion vents or similar safety arrangements in the panels

Tender No SCLPS52019E0156401 34

to let out gases under pressure generated during event of any

fault inside the panellPanel shall have pocket for the Panel

drawing in the incomer section

2 Busbar and Bus TapsaThe main bus and connections shall be

of high connectivity AluminiumAluminium alloy sized for

specified current ratings with maximum temperature limited

to 85amp778 C ie 35amp778 C rise and ambient 50amp778

bSeparate vertical bus bars shall be provided for each vertical

panelcAdequate contact pressure shall be ensured at bus

connections by means of two bolt connections with plain and

spring washers and lock nutsdBus bar and connections shall

be fully insulated for working voltages with adequate

phaseground clearances Insulating sleeves heat shrink type

for bus bar and shrouds removable type joints shall be

provided Bus insulators shall be flame retardanteBus bar

shall be color coded for easy identificationfBusbar should be

connected in such a way that it can be dismantledassembled

while separating different section of the panelgShrouds of

transparent sheet on the exposed bus in cable alleys for

adequate safety measurehBus bar Conductor shall be

confirming to IS‐5082iMinimum clearance (PH‐PH PH‐N and

PH‐E) between Bus bars shall be maintained as per latest

ISjBus Bar supporting Material shall be of

SMCDMCkMaterial of Aluminium Bus bar shall be of E91

gradelBus bar shall be protected from the transparent

insulated material for stand safety point

3 3Control ModuleaFixed type control module shall house the

control components for a circuitbThe equipment layout shall

provide sufficient working space in between the components

and subject to SCL approval cEach control module shall be

equipped with ACDC potential free Relays (230V AC24V DC)

Contactors etc for seamless interface of the operation of

Drives from FCMS (PLC)dVendor to provide the potential free

Tender No SCLPS52019E0156401 35

contact to facilitate local operation from MCC and remote

operation from FCMSPLC Vendor shall provide with each

drive module automanual selector switch and each drive

module shall be wired up to the terminal block for localauto

selection ON OFF trip feedback to SCLrsquos control station and

ONOFF command room FCMSPLC as welleMCC panel and

LPBS shall have selector switches for MCCLocal and

LocalRemote selection respectively Control (OnOff) of the

Drivesheaters will be as per following selection If selector

switch (SS) at MCC is selected to MCC ONOFF operation can

be done from MCC only irrespective of position of SS at LPBSIf

selector switches both at MCC amp LPBS are selected to LOCAL

ONOFF operation can be done from LPBS onlyIf SS at MCC is

selected to LOCAL and SS at LPBS is selected to REMOTE

ONOFF operation can be done from FCMS only

4 VFDVFD shall be of Allen Bradley PF400 series having

redundant Control Net communication option as well to

communicate with the existing Facilities Control amp Monitoring

System (FCMs) Control Net Bridge Coaxial Straight T‐Tap

1786‐TPS must also be supplied along with VFDs Line

reactorchoke of suitable rating shall be connected before the

VFD

5 Thyristor based Heater ControlaDYDAC Make Thyristor

power controller Type 3003 or equivalent rating 85kW

Control input 4‐20mA Thyristor input supply 415VAC (3‐Ouml)

Thyristor output supply 415VAC (3‐Ouml) which shall be provided

by the vendor in a separate compartment of the MCC 4‐20mA

Control signal from the heater PID will modulate the thyristor

controller output to maintain the fresh air temperature at set

value Heater ON and OFF set points shall be adjustable in the

SCADA in FCMSbThyristor controller run command run

feedback 4‐20mA modulating signal shall be wired up to the

terminal block in the cable alley in the MCC Thyristor

Tender No SCLPS52019E0156401 36

Panelcompartment shall be complete with inter module

control and power wiring 220V AC supply shall be drawn from

one of the phase and neutral of the incoming 415VAC and

connect to the Thyristor supply terminals through MCB

Circuit breaker lsquoswitch ONrsquo and Thyristor control unit lsquoRUN

commandrsquo will get activated from FCMS if air temperature is

below ON set point Circuit breaker lsquoswitch OFFrsquo and Thyristor

control unit lsquoRUN command withdraws will get activated

from FCMS when temperature becomes above OFF set point

6 Fire Suppression system amp Fire Protection systemPanel shall

be equipped with required materials such as fire suppression

cylinders filled with fire suppression agents Fire detection

tubes Heat sensor tubes end of line adaptor with gauge

electrical Relays differential pressure valves etc to provide

the fire suppression and fire protection system in cable alley

and bus bar chambers of the electrical panel

7 MCCBaThe MCCBs should be extra current limiting type with

trip time of less than 10 m sec under short circuit conditions

The current limiting action should be achieved with repulsion

principle The MCCBs should preferably have an anti‐reclosing

featurebThe MCCBs should be 3 or 4 poles as per SLDcThe

MCCBs should have a Service short circuit breaking capacity

(Ics) of not less than 35 kA rms at 415 Volts 50Hz AC for

incomer The service breaking capacity should be equal to

ultimate breaking capacities (Icu) (ie Ics= Icu=100)dThe

release should be thermal magnetic having adjustable

overload and short circuiteSwitches shall be triple pole air

break AC23 motor duty for motor starter feedersfCubicle

doors of incoming and outgoing shall be mechanically

interlocked with switchgear to prevent unintentional openings

of the door while the unit is in energized condition However

defeat interlock provision is also to be providedgAll incoming

and outgoing feeders shall be provided with bolted disconnect

Tender No SCLPS52019E0156401 37

link for isolation of neutral if necessary Selector switches

shall be of rotary typehThe MCCB shall be provided with

rotary drive kit spreader terminals and ONOFFTrip (MCCB)

position of switch handle to be clearly markediDuct Heater

MCCB shall be motorized to control (ONoff) from FCMSjFor

incomers it should be EDO microprocessor based

communicable MCCB (35 kA or above) with numerical

releases for OL SC amp EFR (With mechanical and Electrical

interlocking for operation of only one ACB at any point of

time)

8 MPCBaThe MPCBs should be of 3 pole air break type AC3

Duty continuous rating as specifiedbMPCBs should have at

least 1NO+1NC contactcThese should have trip indication

test trip functiondThe release should be thermal magnetic

having adjustable overload trip settingeThe service breaking

capacity should be equal to ultimate breaking capacities (Icu)

(ie Ics= Icu=100)fThe MPCBs should be suitable for din rail

type mounting

9 Capacitor Bank Supply and installation of Capacitor Bank ‐

Box Type Dry construction Conforming to IS 13340‐41IEC

60831 440V 50Hz Rated Current (In) as per Load Heavy

Duty Dielectric MPP Low loss type with overall loss lt

05WkVAR Delta Connection with Discharge Device

10 ContactoraThe contactor shall be 3 pole air break type AC3

Duty continuous rating for motor starter feeders with non‐

bouncing silver silver alloy contactsbContactor shall be of

electromagnetic type rated for uninterrupted duty as per

relevant standards and also suitable for capacitor duty

cContactor shall be provided with adequate auxiliary contacts

rated for 10Amps 240VAC for interfacing with control

schemedContactor coil rating shall be minimum pick up of

85 of rated voltage and minimum drop out of 75 rated

Tender No SCLPS52019E0156401 38

voltage

11 Control and IndicationsaPush buttons will be heavy duty oil

tight and push to actuate type with integral plate marked

with its functionbEach push button shall be provided with

2NO+2NC contacts rated for 10Amps 240VACcLamps shall

be LED type rated for 240V AC Lens and lamps shall be

replaceable from the front dThe control supply shall be

through a 415V230V transformer and the vendor shall

provide 1 no 415V230V transformer for the same Vendor

shall also provide Power module for 24V DC Supply for the

operation of heaters control module

12 MetersaAll indicating instruments shall be digital

Switchboard type with accuracy class +‐ 2 full scalebMFM

of suitable rating shall be used in the incomer

feedercSelector switches shall be furnished at outgoing

feeders as per SLD for ammeterdAmmeter shall be of analog

type flush mounted industrial pattern of size 96x96 mm with

accuracy class 10 eMultifunction meter shall be of digital

type flush mounted industrial pattern of size 96x96 mm with

accuracy class 10 as per IEC 6205253 suitable for

measurement of Current Voltage Power Frequency Power

factor Energy and ready port to communicate with FCMS

through RS 485 The Meter should have Modbus

communication port as well

13 CT (Current transformer)CT will be cast resin type rated 15VA

or more burden with Maximum accuracy limit of class 1

14 Secondary wiringaPanel shall be fully wired at the factory to

ensure proper functioning of control and protectionbFuse

and links shall be provided to permit individual circuit

protection from bus wires without disturbing other circuits All

spare contacts of relays push buttons and other devices shall

Tender No SCLPS52019E0156401 39

be wired up to terminal blockscWiring shall be done with

flexible 25sqmm copper 1100V grade PVC insulated

switchboard wires Each wire shall be identified at both ends

with permanent markers bearing wire numbers as per wiring

diagramdWire termination shall be done with crimping type

connector with insulating sleeve

15 Powercontrol Terminal BlocksaTerminal block shall be 660V

grade box clamp type with marking strips similar to ELMEX 10

mm2 or equal for ControlbTerminal for CT secondary leads

shall have provision for shortingcNot more than two wires

shall be connected to any terminaldSpare terminals equal in

number to 20 active terminals shall be providedeTerminal

blocks shall be suitably located in cable alleysfFor Power

cable Bus Bar type cable connector (Melamine material) shall

be providedgFor Control cable heavy duty screw type cable

connector (Melamine material) shall be provided

16 Cable terminationaPanel shall be designed for cable entry

from topbEach cable shall be clearly marked at both ends

with an indestructible marker preferably a cable tag made of

Aluminium tacked with indicating cable number amp both end

feeder tags with switchboard tags Cable tags at ends of cable

shall be provided inside the gland plate as well as outside the

gland platecAll provisions and accessories shall be furnished

for termination of cables including removable gland plates

cable supports and terminal blocksdGland plate shall be

minimum 3 mm thick

17 Ground BusA GI ground bus rated to carry the maximum fault

current shall extend full length of Panel The ground bus shall

be provided with 2 bolts with GI bolt and nuts at each end to

receive 50x6mm GI flat

18 NameplateaThe nameplate of approved design shall be

Tender No SCLPS52019E0156401 40

provided for each compartment and also at the top of each

panel Nameplate shall be minimum 20x70mm and 3mm

thickbDrawing Pouch shall be provided at the incomer cable

allay

19 PaintingPanel shall be painted with light grey epoxy painted

(Siemens Gray RAL 7032) and caution notice plate shall be

fixed at the back of each vertical panel

20 Make of Switchgears aMCCBSiemensSchneiderbPush

button SiemensSchneider TekniccSelector

SwitchSiemensSchneider Teknic

dFuseSchneiderSiemenseTimerSiemensSchneiderfContro

l TransformerAEIMPIndcoilgTerminal

BlockElmexConnectwellFTChMeters Conzerv LampT

AEiCTs amp PTsKappaAutomatic

Electric(AE)NippenjContactorsSchneiderSiemenskIndicatio

ns SiemensSchneider

TekniclRelaysSchneiderSiemensPLAmMCBSchneiderSiem

ensnCooling Fan

RexnordSunonoVFDsAllen bradlypThyristor moduleDYDAC

qRCBOSiemensSchneiderrMCB

DBSiemensABBLegrandsLine reactorchokeAllen

BradleytCapacitor BankNeptune Schneider Siemens

21 Local Push Button Station (LPBS)The Scope includes supply

and installation of LPBS for Chiller Pumps AHUs Heaters as

per the BOQ and detailed specification given below aLPBS

shall be indoor metal clad air insulated wallAngle frame

mounted as required single front construction front wired

front connected hinged lockable door LPBS for Chiller Pumps

system shall be suitable for outdoor installationbMinimum

thickness of sheet metal used shall be 2 mm and panel shall

conform to IP54 protection for indoor installation and IP65 for

outdoor type LPBScAll switches push buttons with indicating

Tender No SCLPS52019E0156401 41

LED lamps indicating instruments shall be flush

mounteddThe LPBS shall be used for remote operation of

drives Equipment and HeaterseTo facilitate the localremote

operation LPBS shall have LocalRemote selector switch and

provided with Start push button lockable Stop push button

ammeter of suitable range Terminal Block and lockable

Emergency off Switch etc fLPBS shall be equipped with AC

(230V)DC (24V) Relays Contactors etc for seamless interface

of the operation of Drives from FCMS (PLC)gLPBS should be

suitable for wall mounting and provided with necessary

mounting arrangementhWiring shall be done with flexible

25sqmm copper 650V grade PVC insulated switchboard

wires Each wire shall be identified at both ends with

permanent markers bearing wire numbers as per wiring

diagramiWire termination shall be done with crimping type

connector with insulating sleevejGland plate shall be

minimum 3 mm thickkThe nameplate of approved design

shall be provided for each compartment and also at the top of

each panel Nameplate shall be minimum 20x70mm and 3mm

thicklLPBS shall be painted with light grey epoxy painted

(Siemens Gray RAL 7032)

22 Make of Electrical panel As per DOS Approved Panel

manufacturer list (attached)

TECHNICAL SPECIFICATION‐3

Item Specifications ‐III

Sl No Specifications Compliance

(Yes No)

Offered Specifications Remarks

Tender No SCLPS52019E0156401 42

1 Fire Detection System Scope for fire detection system

includes supply installation testing commissioning of Fire

panel Addressable Fire detection devices Manual Call Points

Addressable loop sounders Switch Monitoring unit (SMU) UV

IR sensor for detection of methanol flame Cable MS junction

boxes for loop in loop out of cable as per specifications and

integrating the same with existing repeater panel as per the

requirement The detailed specifications for the different

component of fire deduction system are as follows

2 A Multi‐sensor Detectors The smoke detectors shall be multi‐

sensor (heat and smoke) detector with isolator suitable for

detecting a wide range of smoke from slow smoldering and

fast flaming fire The detector shall have following features

bullSolid state addressing arrangement in combination with a

hand held programmer to configure the sensor

addressbullElectronics free mounting basebullTwin alarm LEDs for

360 Degree viewing and shall have blinking LED facilitybullThe

sensor shall have s removable chamber for ease of cleaning or

replacementbullAutomatic compensation for smoke sensor

contaminationbullShall have a built in test facility which allows

the fire alarm control panel to adjust the alarm threshold

levels to compensate for contamination and shall have a

maintenance alarm display when threshold can no longer be

adjustedbullOperating temperature ‐ 10 DegC to 50 DegC and

operating RH at 40 DegC‐95 RH

3 B Manual call stations Manual Call Stations should have in

built monitor module and pressbreak and resettable

capability constructed of high impact LEXAN sheet with clearly

visible operating instructions on the cover and the word FIRE

shall appear on front and suitable for surface mountingflush

mounting complete as required

Tender No SCLPS52019E0156401 43

4 C UV IR SensorThe UV‐IR flame detector shall operate on 24

VDC 0‐24mA current output suitable for detection of

Methanol flame with automatic built in test for reliable

operations and suitable for installation in Hazardous area zone

1and 2 with Class I Division 12 Gas group A B C The detector

shall not be susceptible to environmental conditions to

generate false alarms The entire system shall be rated for IP

66 or better and supplied with suitable mounting bracket The

system shall comply to the detailed specifications as listed

belowbullDetection Technology UV ‐ IR Electro‐optical

detectionbullDetection range 75 meterbullField of View greater

than equal to 90deg Both Horizontal and verticalbullResponse

Time less than equal to 5 secondsbullBuilt in Test Automatic

bullOperating Temperature Range 0 to + 75degCbullOperating

Humidity Range Continuous 95 non‐condensingbullAnalog

Output signal 4‐20mAbullAlarms amp Fault Normal 4 mA Fault

02 mA Alarm 20 mA + 10 verifiedbullOperating voltage 24

VDC ( 18‐32VDC)bullPower consumption Vendor to specify for

Standby and Alarm conditionbullSensor Calibration

Verification Sensor calibration as per OEM for certified

performancebullSensor Life 2 Years (minimum)bullSensor

Calibration vendor to carry out sensor calibration at site and

submit calibration certificate valid for one yearbullRFI EMI

SusceptibilitybullRequired EN 616326‐3 and EN 6100006‐3 or

equivalent IP protectionbullIP protection IP 66 or betterbullFault

Diagnostic Sensor Fault (end of life) other informationbullSelf‐

Check Test Automatic during start‐upbullHousing SS 316

Epoxy Painted Aluminium die castbullStart‐up Time Vendor to

specifybullApprovalcertification PESO and ATEX ‐ Ex d IIC C

Class 1 Div 12 Group A B C DNote Vendor shall arrange

the 230V AC to 24V DC Power supply module along with half

an hour Battery Back up in MS powder coated Enclosure

Input Power supply (230V AC) for Power Supply module shall

Tender No SCLPS52019E0156401 44

be provided by SCL

5 D SMU Unit for UV IR sensor Supply installation testing and

commissioning of Switch Monitoring Unit (SMU) to configure

the UV IR sensors with fire detection system as requiredE

SoundersAddressable Sounders shall be loop powered with

all fixing materials complete as required The sound level shall

be 100dB (A)

6 F Fire Alarm Control Panel (FACP) bullFACP shall be of 2

loopsbullFACP shall be suitable for 230V 50 Hz AC supply and

detectors shall be powered using FACP based detection

circuits Devices shall receive power and communication from

the same pair of conductorsbullFACP shall provide for resetting

detectors fault isolation and sensor loop operationbullFACP

shall be suitable for mixing different fire devices and beam

smoke detectors within the same loop to optimize field

wiringbullFACP shall have alarm indication of individual sensors

detector trouble alarm indication for dust accumulation The

panel shall check detector once in every 24 hours for

contamination for this purposebullThe FACP shall regularly

supervise all the sensors and devices on the loop and initiate

fire or trouble alarm whenever requiredbullFACP shall have 2

wire circuits to connect minimum of 126 addressable devices

per loopbullFACP shall be with repeater interface and suitable

24V battery with built in software and 2 x 40 character

alphanumeric LCD display and necessary front panel control

keys FACP shall display the date time and description for

Analog sensors to indicate alarms and trouble

situationsbullFACP switches shall allow authorized personnel to

accomplish the following ‐bullInitiate a general alarm

conditionbullSilence the local audiblebullSilence the alarm

signalsbullReset all zonespointsbullFACP shall have walk test

facilitybullShall have facility for programming from the key

board or utilizing PC set up software via laptopdesk top

Tender No SCLPS52019E0156401 45

computerbullShall have memory data for panel configuration

and operation reside in non‐volatile memory (EPROM)bullFACP

shall have facility for speech processor (to record pre‐

recorded message of 20 S) and also have Auto Dialer facility

(can dial up to 8 different lines)bullAll addressable units shall be

connected to the FACP through the loop cards and shall be

addressed though individualized numbers The FACP shall be

able to obtain analog value for all detectors in the circuit

through a pulsed digitized current data The FACP shall be

able to analyze all analog inputs from all addressable units

and though its own software and ambient level screening the

FACP shall be able to identify fire possible fire or fault

conditions The unit supervision shall be dynamic and

continuousbullThe FACP shall itself have all loop cards in it No

isolated mother board or transponder shall be

consideredbullShortopen circuit units shall also be reported at

the FACP in such cases the system through the use of fault

isolators shall be able to isolate that segment between the

two fault isolators The missing DetectorsDevices shall also

be reported to the FACP with identification of the

locationbullThe FACP shall have the facility to set smoke sensor

sensitivity remotely to either high sensitivity manually or on a

pre‐programmed sequence (Ie DayNight) period When an

alarm condition is sensed at the FACP from a smoke or heat

detector a delay timealarm verification period shall be

started If the sensor is still in alarm after the delay time

expired an alarm condition is reported The delay time shall

be adjustable from 0 to 990 secondsbullThe FACP shall have

either an in‐built or external printer coupled to the FACP

which shall log all events with time The printout shall clearly

indicate the event‐FirePre‐AlarmFault etc with the unit

address and timebullThe FACP shall also be able to discriminate

between false alarms and fire conditions as well as priority

selection of alarm in case alarm activities in two or more

Tender No SCLPS52019E0156401 46

remotely located units simultaneously In such cases the

Manual Call stations shall have the highest prioritybullThe FACP

shall also be able to actuate switches automatically in case of

Fire condition of AHUs and power supply or other system such

as piped pressurized gas supplybullThe system shall be fail safe

and adequate safe guards should be under taken that in the

event of a failure of a part of the system it shall not handicap

the complete system The loop cards shall be of Modular

constructionbullThe FACP shall have its own battery backup of a

minimum of 48 hours in normal run and then half an hour in

alarm condition The backup time calculation shall be done as

per TAC standards The Battery shall be 2 x 12V (24V) DC and

of sealed maintenance free type housed inside the FACPbullIt

shall be able to withstand temperature variations from 0

Degree Centigrade to 55 Degree Centigrade Further Relative

Humidity (non‐condensing type) up to 93 shall not hamper

its performance The voltage rating shall be from 17V DC to

31V DC though the voltage may be change depending upon

the working voltages of a proprietary FACPbullThe FACP shall be

totally enclosed dust and vermin proof type made of

minimum 16‐gauge dust inhibited sheet with even baked

finish The FACP shall be of completely solid state designbullThe

logic circuitry shall be based on high noise immunity solid‐

state hardware employing modular construction Logic cards

shall be of epoxy fiber glass constructionbullThe FACP shall have

EN 54ULFM approvalbullThe panel shall have an extra loop

card to serve as standby in case of burnout or malfunctioning

of any operating loop cardsbullThe FACP shall be capable of

being networked (future expansion) with other similar FACPs

located at different locations of SCL premises through a single

RS 485 busbullThe FACP shall have provision for interfacing with

the Public Address System

7 G Repeater panelScope comprises of supply and installation

Tender No SCLPS52019E0156401 47

of Repeater Panel which display fire fault message

simultaneously with the FACP bullIt shall be capable of

interfacing with the FACP on a single RS 485 Bus bullThe panel

shall be capable of operating on 24V DC supplybullThe

independent 24V DC supply source to be installed in MS

cubicle Box duly powder coated paint along with repeater

panelbullThe panel shall have 2 x 40‐character backlit display

which shall display date time and description of alarm

trouble events are that displayed in the panel shall be

powered from the FACPbullIt shall have control keys for sound

silence mute and to reset the FACP from the repeater

stationsbullThe repeater panel shall have the following LEDs

indicationsbullSupply bullFault bullMute bullSilent bullDisabled

bullFire

8 H Fire CableSupply and installation of 2Cx15mm2 Copper

extruded PVC inner sheath armored and overall FRLS PVC

outer sheathed 11 KV grade as per IS 7098 (Part I bearing ISI

certification) on existing cable traywallsoft soilhard soil as

required

9 I Fire Cable terminationSupplying and making end

termination with brass compression gland and copper lugs for

2Cx15mm2 Copper cable in MS Box of Size 4X4 installed

above the false ceilingwallsurface as required

10 J Junction Box for Fire devicesSupply installation testing and

commissioning of MS painted box Size 4X4 with ELMEX type

terminal block for loop in loop out of 2c x15 sq mm copper

armored cable and connection to the fire detector device on

wallsurfacerecess including wall cutting and providing

necessary hardware for mounting fixing including all

material for fixing as required

Tender No SCLPS52019E0156401 48

TECHNICAL SPECIFICATION‐4

Item Specifications ‐IV

Sl No Specifications Compliance

(Yes No)

Offered Specifications Remarks

1 A NetworksLAN The detailed specification for the network

rack switch cable cords IOs face plates etc and the

required accessories shall be as below CAT 6A or better cable

shall be laid in the PVC Conduit The detailed specifications

for the different component of networksLAN are as follows

2 bull Rack Supply installation testing and commissioning of UL

listed modular type 12U network rack with front glass door

and rear perforated door floor mounted Size 550x550 with

1 No of 5 port Octagonal PDU 515Amp with MCB and Fan

Tray with minimum 2 Fans The rack should have provision of

2 nos of cable manager duct type 1U and 2 vertical manager‐

concealed type Rack should be three sides openable with

front glass door and rear perforated door and provision of

cable entry from top and bottom both with proper earthing

kit as requiredRecommended Make Rittal Netrack

Schneider Valrack

3 bull Network Switch Supply amp installation of Network Switch in

Network Rack with the following specification as belowSwitch

shall haveamp61607Port Density Minimum 8 101001000

BaseT Ports amp 4‐1G SFP Ports ready for use with SFP module

Ports shall support PoE on all ports with PoE budget of

180Wamp61607Architecture Stand‐alone rack

mountableamp61607Bandwidth minimum 56Gbps of

switching bandwidth to support above listed ports in non‐

blocking configurationamp61607StackableScable support for

Tender No SCLPS52019E0156401 49

stacking multiple switchesamp61607Stacking backplane

bandwidth Access switch shall have additional port(s) for

providing minimum 40 Gbps stacking bandwidthamp61607L2

Features 8021x authentication spanning tree

etcamp61607Networkjflowsflow or equivalent provision for

Networkjflowsflow or equivalent supportamp61607Network

Management support Network Management through

command line interface (CLI) SNMP v1 v2c v3

httpsamp61607IPv6 Readiness IPv6 Readiness from day

1amp61607RegulatorySafety confirming to UL60950 amp

EN60950amp61607EALNIAP certified Model No shall be EAL

or NIAPNDPP certifiedRecommended Make Cisco Juniper

HP Brocade dell

4 bull CAT 6A Cable Supply and installationlaying of category 6A

or better 4 pair shielded cable UFTP or FUTP in PVC

Conduit sheath type low smoke zero halogen (LSZH) with

transmission properties amp electrical properties tested

minimum up to 500MHz amp verified by ETL amp comply with

ANSITIAEIA‐568‐C2 amp ISOIEC 11801 Recommended make

Commscope Schneider Molex Siemon

5 bull Patch Panel Supply installation testing and commissioning

of CAT6A PatchJack Panel of 24 Port fully loaded in Network

rack with port identification number with self‐adhesive clear

label holder Each portjack on the panel should be

individually removable on field from the panel and have

integrated rear cable management metallic shelf and have a

separate provision of grounding Recommended make

Commscope Schneider Molex Siemon

6 bull Patch Cords (1 meter) Supply installation testing and

commissioning of Patch Cords Cat 6A shielded 1 meter in

Network rack with 4 pair shielded copper wire factory pre

terminated with shielded RJ45 plugs Aluminumpolyester

Tender No SCLPS52019E0156401 50

shield screen material with low smoke Zero halogen sheath

comply to TIA‐568‐C2 Cat 6A in IOs of Network

RackRecommended make Commscope Schneider Molex

Siemon

7 bull Patch Cords (3 meter) Supply installation testing and

commissioning of Patch Cords Cat 6A shielded 3 meter in

Network rack with 4 pair shielded copper wire factory pre

terminated with shielded RJ45 plugs Aluminumpolyester

shield screen material with low smoke Zero halogen sheath

comply to TIA‐568‐C2 Cat 6A at field side Recommended

make Commscope Schneider Molex Siemon

8 bull Information outlet Supply and installation of Shielded Cat

6A information outlet UFTP or FUTP compliance to category

6A or better TIA568C2‐500MHz at field sideRecommended

make Commscope Schneider Molex Siemon

9 bull Face Plate (Dual) Supply and installation of single gang

square face plate (Dual) and SMB Box with a provision to

support variety of jacks‐ UTP STP etc at the field

sideRecommended make Commscope Schneider Molex

SiemonbullFace plate (single) Supply and installation of square

face plate ( single) with a provision to support variety of jacks‐

UTP STP etc at the field sideRecommended make

Commscope Schneider Molex Siemon

10 bull SMB Box Supply and installation of SMB Box for face plate

(DualSingle) as required Recommended make Commscope

Schneider Molex Siemon

11 bull Other Accessories amp61607Supply and Installation of

25mm electrical grade ISI mark PVC Conduit in

wallfloorslabsurface including wallfloor cutting and

making good the same as required Recommended make

Reputed ISI Markamp61607Supply and installation of OFC SM

Tender No SCLPS52019E0156401 51

OS2 Cable in existing 32mm HDPE pipe as

requiredamp61607Supply and Laying of 32mm HDPE pipe

direct in ground including excavation sand cushioning

protective covering and refilling the trench including standard

cable route marker etc as requiredamp61607Supply and

installation of SC simplex single‐mode LSZH pigtail 1m as

requiredamp61607Supply and installation of adaptor plate

with 3 SC duplex SM adaptors as requiredamp61607Splicing of

OFC as per Core as requiredamp61607Supply and installation

of accessories for making the Chamber Pit‐ 1Mtr Depth with

Lid for housing OFC as requiredamp61607Trenching of

HardSoft Soil as required

12 B Paging The scope includes supply installation testing and

commissioning of Supply and installation of IP 65 or better

explosion proofWP loud speaker anticorrosive powder

coated red (RAL‐3000) suitable for Zone I amp II Class II C

Hardware SS304 as per IS2148 and equivalent to model FLSR

25 of Baliga with necessary support gland as required and

installing the same on wallsurface with GI supports as

required and connecting the same with wire The Scope also

includes supply and installation of 2Cx15mm2 FRLS armored

and PVC sheath twisted pair wire their termination tagging

glanding earthing etc as required for speakers and other

accessories requires for smooth commissioning of the paging

system

Vendor Specificied Terms

Description Vendor Terms

Tender No SCLPS52019E0156401 52

1Delivery Term

Prices shall be quoted on F O R destination basis ie S C L S A S Nagar Mohali

Punjab exclusive of GST and taxes as may be applicable

2 GST

Purchaser is entitled to concessional GST of 5 as per Ministry of Finance

Department of Revenue Notification No 472017 Integrated Tax (Rate) both

dated 14th November 2017 respectively and would accordingly issue Exemption

Certificate in favour of the contractor quoting in Indian Rupees The bidder

should take note of the same while quoting the prices in Indian Rupees GST on

installation services shall be applicable 18

3 DELIVERY SCHEDULEPERIOD OF COMPLETION

The time allowed for supply installation testing and commissioning of the entire

works shall be 06 (Six) months to be reckoned form the 7th day of issue of

purchase order

4 IMPORTANT

This being a two part Tender Technical and Commercial parts separate the

bidder should not attach any document(s) containing pricing information with

technical part The Contractor will provide Un priced commercial offer in

envelope 1 (Technical Part) as an attachment

The tenders containing price information in Technical Part will be treated as

unsolicited offers and rejected Contractor to confirm that Price bid is not

attached in Envelope 1 ie Technical Part

Priced Commercial offer if any should be attached in Envelope 2 (Price Bid)

under Supporting Documents from Vendor (Commercial) as an attachment

5 The prices shall remain firm until completion of entire project including

extended period if any No cost escalation shall be applicable for the work

Tender No SCLPS52019E0156401 53

6 SECURITY DEPOSIT

a) On acceptance of the tender the Contractor shall submit security deposit for

ten percent (10 percent) of the value of the Contract within 15 days from the

date of purchase order If the Contractor fails toprovide the security within the

period specified such failure shall constitute a breach of the Contract and the

Purchaser shall be entitled to make other arrangements for the re purchase of

the stores contracted at the cost and risk of the Contractor

b) Security Deposit shall be submitted through Demand Draft Bankers Cheque

fixed deposit receipt or Bank Guarantee from any of the Scheduled Banks

executed on nonjudicial stamp paper of appropriate value and shall be valid for

a period of sixty (60) days beyond the date for completion of the Purchase

OrderContract

c) In case the contractor fails to furnish the security deposit within the specified

date or extended due date the Purchase OrderContract shall be cancelled and

in addition appropriate penal action may also be considered

d) After the Purchase OrderContract is successfully executed in all respects the

Bank Guarantee towards Security Deposit may be discharged and retained

amount shall be refunded to vendors

e) In the event of non execution of the Purchase orderContract or breach of any

terms and conditions of the Purchase Order the Security Deposit shall be

forfeited

7 Warranty

The Contractor shall provide for the tendered job comprehensive warranty for

parts as well as labour for a period of 12 months from the date of successful

installation commissioning and testing of the system at Purchasers site at no

extra charges against any manufacturing defectfaulty workmanship In case any

defect arises during warranty period the Contractor should replacerectify the

same at its own cost at siteworks

The LED light fittings and its driver unit etc shall have warranty for a period of 5

Tender No SCLPS52019E0156401 54

years from the date of installation and commissioning

8 Warranty Replacements

All replacement parts if any shall be supplied by the Contractor free of cost on F

O R Purchaser site at S A S Nagar Punjab basis

9 TERMS OF PAYMENT

The payment shall be remitted as under

90 of the value of the materials supplied shall be paid within 30 days of the

receipt of the materials at purchaser site and the balance 10 amount along

with 100 installation charges shall be payable on successful installation

commissioning and acceptance of the entire project at Purchasers site against a

Performance Bank Guarantee

10 PERFORMANCE BANK GUARANTEE (PBG)

The Contractor shall furnish a Bank Guarantee (as per format given by purchaser)

from any nationalized scheduled bank for an amount equivalent to 10 of the

value of the Contract and shall be valid for a period of 60 days beyond the expiry

date of warranty period On the performance and completion of the Contract in

all respects the Bank Guarantee will be returned to the Contractor without any

interest

11 VALIDITY

The tender must be valid for a minimum period of 120 days from the date of

opening of Technical bid and 90 days after opening of Price bid

The tender where the validity period is shorter than the period specified in the

tender enquiry shall be excluded from the procurement process

12 Quantity Variation

The quantities indicated against each items in the Bill of Quantities (BOQ) are

indicative and are for the purpose of bidding only Variation in quantities up to

Tender No SCLPS52019E0156401 55

+25 percent shall be carried out by the contractor on the agreedPurchase order

(PO) rates and terms amp conditions as in the purchase order (PO)

13 GUARANTEED TIME DELIVERY

The time for and the date of delivery stipulated in the Purchase Order shall be

deemed to be the essence of the Contract Delivery must be completed within

the date specified therein

14 Extra Items

In case of extra items (that are completely new and are in addition to the items

contained in the contract) the contractor may claim rates supported by proper

analysis and purchaser engineer in charge of the work shall after giving

consideration to the analysis of the rates submitted by the contractor determine

the rates on the basis of market rates and the contractor shall be paid in

accordance with the rates so determined The contractor(s) profit amp OH shall be

factored in the rate analysis 15

15 CONSIGNEE

Sr Purchase and Stores Officer (Stores)

Semi Conductor Laboratory

Sector 72 SAS Nagar (Mohali) Punjab

India 160 071

16 INSTALLATION AND COMMISSIONING

Installation commissioning and demonstration of performance of the tendered

stores as per Purchaser tendered specifications shall be carried out by the

Contractor at Purchaser site at S A S Nagar Punjab India

The Contractor shall provide in advance guidelines for preparation of the

installation site and list of items to be supplied by Purchaser during installation

Tender No SCLPS52019E0156401 56

On receipt of intimation from the Purchaser the Contractor shall depute its

engineer(s) to Purchaser site within two weeks to carry out installation and

commissioning and will demonstrate the functionality of the tendered

equipment to Purchaser specifications as per mutually agreed acceptance

procedure The Contractor shall be responsible for any lossdamages sustained

due to delay on the part of the Contractor to send its engineer for installation

and commissioning

Failure to commission the tendered equipment successfully shall entitle

Purchaser to full refund of the payment made and the interest thereon Decision

regarding successful installation and commissioning shall rest solely with the

Purchaser

17 REJECTION

In the event that any of the stores supplied by the Contractor is found defective

in material or workmanship or otherwise not in conformity with the

requirements of the Contract specifications the purchaser shall either reject the

stores or request the Contractor in writing to rectify the same The Contractor

on receipt of such notification shall either rectify or replace the defective stores

free of cost to the purchaser If the Contractor fails to do so the purchaser may

at his option either

a) replace or rectify such defective stores and recover the extra cost so involved

from the Contractor or

b) terminate the Contract for default as provided in this tender document

18 EXTENSION OF TIME

If the completion of supply of stores is delayed due to reason of force majeure

such as acts of god acts of public enemy acts of Government fires floods

epidemics quarantine restriction strikes freight embargoes etc the

Contractor shall give notice within 15 days to the purchaser in writing of his

claim for an extension of time The purchaser on receipt of such notice after

verification if necessary may agree to extend the Contract delivery date as may

Tender No SCLPS52019E0156401 57

be reasonable but without prejudice to other terms and conditions of the

Contract

19 DELAY IN COMPLETIONLIQUIDATED DAMAGES

If the Contractor fails to deliver the stores within the time specified in the

Contract or any extension thereof the purchaser shall recover from the

Contractor as liquidated damages a sum of one half of one percent (05 percent)

of the Contract price of the undelivered stores for each calendar week of delay

The total liquidated damages shall not exceed ten percent (10 percent) of the

Contract price of the unit or units so delayed Stores will be deemed to have

been delivered only when all their component parts are also delivered If certain

components are not delivered in time the stores will be considered as delayed

until such time as the missing parts are delivered Delivery of stores shall be

complete on Installation commissioning Testing and Acceptance

20 INSPECTION AND ACCEPTANCE TEST

The Purchasers representatives shall also be entitled at all reasonable times

during manufacture to inspect examine and test on the Contractors premises

the material and workmanship of all stores to be supplied under this Contract

and if part of the said stores is being manufactured on other premises the

Contractor shall obtain for the purchasers representative permission to inspect

examine and test as if the equipment were being manufactured on the

Contractors premises

Such inspection examination and testing shall not release the Contractor from

the obligations under this Contract

For tests on the premises of the Contractor or of any of his sub Contractors the

Contractor shall provide free of cost assistance labour material electricity fuel

and instruments as may be required or as may be reasonably needed by the

purchasers representative to carry out the tests efficiently

When the stores have passed the specified test the purchaser representative

shall furnish a certificate to the effect in writing to the Contractor The

Tender No SCLPS52019E0156401 58

Contractor shall provide copies of the tests certificates to the purchaser as may

be required

21 Labour Law Contractor shall abide by all labour laws rules and regulations

which are prevailing and as enforced from time to time and SCL shall not be

responsible for any accident or mishap during the course of the contract to any

of engineer labour employee by the Contractor The contractor shall also ensure

that the statutory obligations with regards to the employment of labour under

law are complied properly and timely

22 ARBITRATION

In the event of any disputes differences or claims arising out of or relating to

the interpretation and application of the Contract such disputes or differences

or claims shall be settled amicably by mutual consultations of the good Offices

of the respective Parties and recognizing their mutual interests attempt to reach

a solution satisfactory to both the parties If such a resolution is not possible

within 30 days from the date of receipt of written notice of the existence of such

disputes then the unresolved disputes or differences or claims shall be

referred to the Sole Arbitrator appointed by the Parties by mutual consent in

accordance with the rules and procedures of Arbitration and Conciliation Act

1996 as amended from time to time The arbitration shall be conducted in New

Delhi in the Arbitration and Conciliation Centre New Delhi (Domestic and

International) as per its rules and regulations The expenses for the Arbitration

shall be shared equally or as may be determined by the Arbitrator The

considered and written decision of the Arbitrator shall be final and binding

between the Parties The applicable language for Arbitration shall be English

only Work under the Contract shall be continued by the CONTRACTOR during

the pendency of arbitration proceedings without prejudice to a final adjustment

in accordance with the decision of the Arbitrator unless otherwise directed in

writing by the DEPARTMENT or unless the matter is such that the works cannot

be possibly continued until the decision (whether final or interim) of the

Arbitrator is obtained

23 APPLICABLE LAWS The contract shall be interpreted construed and

Tender No SCLPS52019E0156401 59

governed by laws of IndiaThe contract shall be subject to exclusive Jurisdiction

of the Court of SAS Nagar (Mohali) Punjab India irrespective of anything

mentioned in any correspondences or otherwise

24 Any Other Term

Tender No SCLPS52019E0156401 60

Supporting Documents from Vendor

Attachment ‐ I

Attachment ‐ II

Price Bid Form

Item Description Slab Range Qty UOM Currency Unit Price Total Price

Supply of MCC Panels cables

cable trays lightings etc for

electrical distribution system

including fire detection

system LAN Paging etc for

the Chemical Store building as

per detailed specifications

technical write‐updrawings

attached

‐ 1 Lot ‐ ‐ ‐

Installation Testing and

Commissioning of MCC

Panels cables cable trays

lightings etc for electrical

distribution system including

fire detection system LAN

Paging etc for the Chemical

Store building as per detailed

specifications technical write‐

updrawings attached

‐ 1 Lot ‐ ‐ ‐

Tender No SCLPS52019E0156401 61

Break‐up of other taxes and other costs should be specified in respective narration columns

Sum of these Break‐up values should be specified in respective value columns

Supporting Documents from Vendor (Commercial)

Document attachment with price bid

Attachment ‐ I

Attachment ‐ II

  • pdf_document_tndr_notc_electrical_distribution_system_051119
  • pdf_document_tndr_doc_electrical_distribution_system_051119
Page 4: -72, -160071 चंडीगढ़ के समीप पंजाब भारत...स म -क डक टर ल ब र टर /Semi-Conductor Laboratory अ त रक ष वभ

Tender No SCLPS52019E0156401 3

their principals shall provide necessary latest authorization letter obtained from their

PrincipalsManufacturers in their bid

6 If an agent submits bid on behalf of the PrincipalOEM the same agent shall not submit a bid on

behalf of another PrincipalOEM in the tender for the same item If submitted all offers submitted by

the said agent shall be excluded from the procurement process

7 Late tenders delayed tenders fax quotations and e mail quotations are not considered

Bids submitted other than EGPS mode shall not be considered

8 SCL reserves the right to verify all claims made by the bidder

9 SCL reserves the right to change any milestone date of the tendering activity tender schedule

10 Tender which is not submitted in terms of instructions mentioned herein is liable to be rejected

11 If tender opening date happens to be a public holiday tender will be opened on the next working

day and interested bidders may depute their representatives to attend the Tender Opening with proper

authorization

12 The purchaser shall be under no obligation to accept the lowest or any tender and reserves the right

of acceptance of the whole or any part of the tender or portions of the quantity offered and the

tenderers shall supply the same at the rates quoted

13 It is expressly agreed that the acceptance of the Stores Contracted for is subject to final approval in

writing by the Purchaser

14 It is to be noted that the drawings specifications end use etc given by the purchaser are

confidential and shall not be disclosed to any third party

15 Prices are required to be quoted according to the units indicated in the tender When quotations are

given in terms of units other than those specified in the tender form relationship between the two sets

of units must be furnished

16 The quote should indicate quantity wise unit rate separately which have to be filled online The

Prices are to be mentioned both in figures as well as in words The taxes duties etc are to be calculated

and indicated in the column provided in online forms explicitly

17 Bidders are expected to comply with commercial and other terms and conditions given in vendor

specified terms of this tender In case of any deviation the reasons thereof should be clearly specified in

the vendor specified terms column

18 All available technical literature catalogues and other data in support of the specifications and

details of the items should be furnished along with the unraced technical offer bidder are advised not to

quote any rate with BOQ provide in technical specification document 19 Specifications Stores offered

should strictly confirm to our specifications Deviations if any should be clearly indicated by the

Tender No SCLPS52019E0156401 4

tenderer in his bid The tenderer should also indicate the MakeType number of the stores offered and

provide catalogues technical literature along with the quotations Test Certificates wherever necessary

should be forwarded along with supplies 20 The tenderer should provide the name of his bankers as

well as the latest Income Tax clearance certificate duly countersigned by the Income Tax Officer of the

Circle concerned under the seal of his office if required by the Purchaser during evaluation of tender

21 Subletting and Assignment The contractorsupplier cannot sublet transfer or assign the

orderContract or any part thereof or interests therein or benefit or advantage thereof in any manner

whatsoever to any other party save with the previous written consent of the purchaser Such consent

by the purchaser however shall not relieve or discharge the contractorsupplier from any obligation

duty or responsibility under the Purchase Order Contract

22 The contractorsupplier shall indemnify the purchaser against Workmen Compensation Act

23 The authority of the person submitting the tender if called for should be produced

24 The bids shall be opened as per schedule indicated in the Tender in the presence of the bidderstheir

authorized representatives who may like to attend the tender opening against presentation of

Authorization letter Due to any breakdown in serverlink bid opening will be continued on the

following dates

The schedule of opening of Price bids shall be intimated separately to the technically qualified bidders

only

25 PROCEDURE FOR EVALUATION OF TENDERS

Technical Evaluation Criteria

Vendor meeting the eligibility criteria and basic technical specifications mentioned in SCL Tender shall

be considered to be technically qualified

Evaluation of Price Bids

The following elements shall be considered for evaluation of Priced Commercial offer

a Price quoted by the bidder in the price bid template for meeting the functionalities given in the

Tender and Technical Specifications sheet Bid shall be evaluated on overall cost basis b Compliance

with the Payment Terms prescribed in this tender document In the event the bidder offers Payment

Terms stringent than SCL prescribed Payment Terms the bid of the bidder shall be loaded based on Base

Rate of SBI prevailing on the date of opening of price bids

c In the event of the bidder seeking a Confirmed Letter of Credit the bidders bid shall be loaded at the

rate 05 percent of the LC value towards confirmation charges

d In the event of the bidder requiring SCL to bear bank charges outside India (foreign bank charges) the

bidders bid shall be loaded at the rate 05percent of the LC value towards bank charges outside India

Tender No SCLPS52019E0156401 5

26 The bid should contain the following information

a Agency Commission Bidders are required to provide the following information in respect of their

authorised Indian Agent if any alongwith technical bid as the same is mandatory as is required for

consideration of the bid Name Address Telephone no fax no email of the Indian Agent including the

contact person A letter from the Manufacturersupplier in the current date certifying that the said

Indian Agent is their authorised Indian Agent and also indicating the responsibilitiesrole of the Indian

Agent under the proposed purchase Renumerationservice charges payable to the Indian Agent under

the proposed purchase The amount of agency commission included in the price and payable to Indian

Agent of the contractor shall be paid directly to the Indian Agents by the Purchasers in equivalent in

Indian rupees on the basis of an invoice from him applying TT buying rate of exchange ruling on the date

of placement of the Purchase Order and which shall not be subject to any further exchange variations

The payment will be released to the Indian Agents within 30 days from the date of acceptance of the

goods

b Details of any technical service if required for erection assembly commissioning and

demonstration

27 The FOBFCA prices quoted should be inclusive of all taxes levies duties arising in the tenderer

country

28 The details of Import License will be furnished in the Purchase Order

29 Instructionoperation manual containing all assembly details including wiring diagrams should be

sent wherever necessary in duplicate All documentscorrespondence should be in English Language

only

30 Part shipment is not allowed unless specifically agreed to by us

31 As far as possible stores should be dispatched by Indian Flagged Vessels Air India or through any

Agency nominated by us

32 RECOVERY OF SUM DUE

Whenever any claim for the payment of whether liquidated or not money arising out of or under this

Contract against the Contractor the purchaser shall be entitled to recover such sum by appropriating in

part or whole the security deposited by the Contractor if a security is taken against the Contract In the

event of the security being insufficient or if no security has been taken from the Contractor then the

balance or the total sum recoverable as the case may be shall be deducted from any sum then due or

which at any time thereafter may become due to the Contractor under this or any other Contract with

the purchaser Should this sum be not sufficient to cover the full amount recoverable the Contractor

shall pay to the purchaser on demand the remaining balance due Similarly if the purchaser has or

makes any claim whether liquidated or not against the Contractor under any other Contract with the

purchaser the payment of all moneys payable under the Contract to the Contractor including the

Tender No SCLPS52019E0156401 6

security deposit shall be withheld till such claims of the purchaser are finally adjudicated upon and paid

by the Contractor

33 LANGUAGE AND MEASURES

All documents pertaining to the Contract including specification schedule notice correspondence

operating and maintenance instructions drawings or any other writings shall be written in English

language The metric system of measurement shall be used exclusively in the Contract

34TECHNICAL DOCUMENTATION

The Contractor shall provide installation operation maintenance and programming manual All

documentation shall be in English language

35 CONTRACTORS DEFAULT LIABILITY

The purchaser may upon written notice of default to the Contractor terminate the Contract in

whole or in part in circumstances detailed hereunder

a) If in the judgement of the Purchaser the Contractor fails to make delivery of Stores within the

time specified in the Contractagreement or within the period for which extension has been

granted by the Purchaser to the Contractor

b) If in the judgment of the Purchaser the Contractor fails to comply with any of the other provisions of

this Contract

In the event the Purchaser terminates the Contract in whole or in part as provided in this tender

document the Purchaser reserves the right to Purchase upon such terms and in such a manner as he

may deem appropriate stores similar to that terminated and the Contractor shall be liable to the

Purchaser for any additional costs for such similar stores andor for liquidated damages for delay as

defined in Clause 24 until such reasonable time as may be required for the final supply of stores

A) If this Contract is terminated as provided in this tender document the Purchaser in addition to any

other rights provided in this Article may require the Contractor to transfer title and deliver to the

Purchaser under any of the following clauses in the manner and as directed by the Purchaser

a) Any completed stores

b) Such partially completed stores

drawing information and Contract rights (hereinafter called manufacturing material) as the Contractor

has specifically produced or acquired for the performance of the Contract as terminated The Purchaser

shall pay to the Contractor the Contract price for completed stores delivered to and accepted by the

purchaser and for manufacturing material delivered and accepted

B) In the event the Purchaser does not terminate the Contract as provided in this tender document the

Contractor shall continue the performance of the Contract in which case he shall be liable to the

Tender No SCLPS52019E0156401 7

purchaser for liquidated damages for delay as set out in this tender document until the stores are

accepted

DOS PM‐ 20

INSTRUCTIONS TO TENDERERS AND TERMS CONDITIONS OF TENDER

1 Bid Open Authorization shall be submitted on line only complying specified schedule

2 Late tenders and delayed tenders will not be considered

3 GST andor other dutieslevies legally leviable and intended to be claimed should be distinctly shown

separately in the tender

4 (a) Your quotation should be valid for 90 days (single part tender) and 120 days (two part tender)

from the date of opening of the tender

(b)Prices are required to be quoted according to the units indicated in the annexed tender form

When quotations are given in terms of units other than those specified in the tender form relationship

between the two sets of units must be furnished

5 Preference will be given to those tenders offering supplies from ready stocks and on the basis of FOR

destinationdelivery at site

6 (a) All available technical literature catalogues and other data in support of the specifications and

details of the items should be furnished along with the offer

(b) Samples if called for should be submitted free of all charges by the tenderer and the Purchaser

shall not be responsible for any loss or damage thereof due to any reason whatsoever In the event of

non acceptance of tender the tenderer will have to remove the samples at his own expense

(c) Approximate net and gross weight of the items offered shall be indicated in your offer If

dimensional details are available the same should also be indicated in your offer

(d) Specifications Stores offered should strictly confirm to our specifications Deviations if any should

be clearly indicated by the tenderer in his quotation The tenderer should also indicate the MakeType

number of the stores offered and provide catalogues technical literature and samples wherever

necessary along with the quotations Test Certificates wherever necessary should be forwarded along

with supplies Wherever options have been called for in our specifications the tenderer should address

all such options Wherever specifically mentioned by us the tenderer could suggest changes to

specifications with appropriate response for the same

Tender No SCLPS52019E0156401 8

7 The purchaser shall be under no obligation to accept the lowest or any tender and reserves the right

of acceptance of the whole or any part of the tender or portions of the quantity offered and the

tenderers shall supply the same at the rates quoted

8 The tenderer should supply along with his tender the name of his bankers as well as the latest

Income Tax clearance certificate duly countersigned by the Income Tax Officer of the Circle concerned

under the seal of his office if required by the Purchaser

9 The Purchaser reserves the right to place order on the successful tenderer for additional quantity up

to 25 of the quantity offered by them at the rates quoted

10 The authority of the person signing the tender if called for should be produced

TERMS CONDITIONS OF TENDER

1 DEFINITIONS

(a) The term PURCHASER shall mean the President of India or his successors or assigns

(b) The term CONTRACTOR shall mean the person firm or company with whom or with which the

order for the supply of stores is placed and shall be deemed to include the Contractors successors

representative heirs executors and administrators unless excluded by the Contract

(c) The term STORES shall mean what the Contractor agrees to supply under the Contract as specified

in the Purchase Order including erection of plants machinery and subsequent testing should such a

condition is included in the Purchase Order

(d) The term PURCHASE ORDER shall mean the communication signed on behalf of the Purchaser by an

Officer duly authorised intimating the acceptance on behalf of the Purchaser on the terms and

conditions mentioned or referred to in the said communication accepting the tender or offer of the

Contractor for supply of stores or plant machinery or equipment or part thereof

2 PRICESTender offering firm prices will be preferred Where a price variation clause is insisted upon by

a tenderer quotation with a reasonable ceiling should be submitted Such offers should invariably be

supported by the base price taken into account at the time of tendering and also the formula for any

such variations

3 SECURITY DEPOSITOn acceptance of the tender the Contractor shall at the option of the Purchaser

and within the period specified by him deposit with him in cash or in any other form as the Purchaser

may determine security deposit not exceeding ten percent of the value of the Contract as the Purchaser

shall specify If the Contractor is called upon by the Purchaser to deposit AtildelsaquoAringldquoSecurity and the

Contractor fails to provide the security within the period specified such failure shall constitute a breach

of the Contract and the Purchaser shall be entitled to make other arrangements for the re purchase of

Tender No SCLPS52019E0156401 9

the stores contracted at the risk of the Contractor in terms of Sub Clause (ii) and (iii) of clause 10(b)

hereof andor to recover from the Contractor damages arising from such cancellation

4 GUARANTEE REPLACEMENT

(a) The Contractor shall guarantee that the stores supplied shall comply fully with thespecifications laid

down for material workmanship and performance

(b) For a period of twelve months after the acceptance of the stores if any defects arediscovered

therein or any defects therein found to have developed under proper use arising from faulty stores

design or workmanship the Contractor shall remedy such defects at his own cost provided he is called

upon to do so within a period of 14 months from the date of acceptance thereof by the purchaser who

shall state in writing in what respect the stores or any part thereof are faulty

(c) If in the opinion of the purchaser it becomes necessary to replace or renew any efective stores

such replacement or renewal shall be made by the Contractor free of all costs to the purchaser

provided the notice informing the Contractor of the defect is given by the purchaser in this regard within

the said period of 14 months from the date of acceptance thereof

(d) Should the Contractor fail to rectify the defects the purchaser shall have the right to reject or

repair or replace at the cost of the Contractor the whole or any portion of the defective stores

(e) The decision of the purchaser notwithstanding any prior approval or acceptance or inspection

thereof on behalf of the purchaser as to whether or not the stores supplied by the Contractor are

defective or any defect has developed within the said period of 12 months or as to whether the nature

of the defects requires renewal or replacement shall be final conclusive and binding on the Contractor

(f) To fulfil guarantee conditions outlined in clause 4 (a) to (e) above the Contractor shall at the

option of the purchaser furnish a Bank Guarantee (as prescribed by the purchaser) from a Bank

approved by the purchaser for an amount equivalent to 10 of the value of the Contract along with first

shipment documents On the performance and completion of the Contract in all respects the Bank

Guarantee will be returned to the Contractor without any interest

(g) All the replacement stores shall also be guaranteed for a period of 12 months from the date of

arrival of the stores at purchasers site

(h) Even while the 12 months guarantee applies to all stores in case where a greater period is called

for by our specifications then such a specification shall apply in such cases the period of 14 months

referred to in para 4 (b) (c) shall be the asked for guarantee period plus two months

5 PACKING FORWARDING INSURANCEThe Contractor will be held responsible for the stores being

sufficiently and properly packed for transport by rail road sea or air to withstand transit hazards and

ensure safe arrival at the destination The packing and marking of packages shall be done by and at the

expense of the Contractor The purchaser will not pay separately for transit insurance all risks in transit

Tender No SCLPS52019E0156401 10

being exclusively of the Contractor and the Purchaser shall pay only for such stores as are actually

received in good condition in accordance with the Contract

6 DESPATCHThe Contractor is responsible for obtaining a clear receipt from the Transport Authorities

specifying the goods dispatched The consignment should be dispatched with clear Railway

ReceiptLorry Receipt If sent in any other mode it shall be at the risk of the Contractor Purchaser will

take no responsibility for short deliveries or wrong supply of goods when the same are booked on said

to contain basis Purchaser shall pay for only such stores as are actually received by them in accordance

with the Contract

7 TEST CERTIFICATEWherever required test certificates should be sent along with the dispatch

documents

8 ACCEPTANCE OF STORES

(a) The stores shall be tendered by the Contractor for inspection at such places as may be specified by

the purchaser at the Contractors own risk expense and cost

(b) It is expressly agreed that the acceptance of the stores Contracted for is subject to final approval

by the purchaser whose decision shall be final

(c) If in the opinion of the purchaser all or any of the stores do not meet the performance or quality

requirements specified in the Purchase Order they may be either rejected or accepted at a price to be

fixed by the purchaser and his decision as to rejection and the prices to be fixed shall be final and

binding on the Contractor

(d) If the whole or any part of the stores supplied are rejected in accordance with Clause No 8 (c)

above the purchaser shall be at liberty with or without notice to the Contractor to purchase in the

open market at the expense of the Contractor stores meeting the necessary performance and quality

Contracted for in place of those rejected provided that either the purchase or the agreement to

purchase from another supplier is made within six months from the date of rejection of the stores as

aforesaid

9 REJECTED STORESRejected stores will remain at destination at the Contractors risk and responsibility

If instructions for their disposal are not received from the Contractor within a period of 14 days from the

date of receipt of the advice of rejection the purchaser or his representative has at his discretion the

right to scrap or sell or consign the rejected stores to Contractors address at the Contractors entire risk

and expense freight being payable by the Contractor at actuals

10 DELIVERY

(a) The time for and the date of delivery of the stores stipulated in the Purchase Order shall be deemed

to be the essence of the Contract and delivery must be completed on or before the specified dates

Tender No SCLPS52019E0156401 11

(b) Should the Contractor fail to deliver the stores or any consignment thereof within the period

prescribed for such delivery the purchaser shall be entitled at his option either

(i) to recover from the Contractor as agreed liquidated damages and not by way of penalty a sum of

05 per week of the price of any stores which the Contractor has failed to deliver as aforesaid or during

which the delivery of such store may be in arrears subject to a minimum of 10 or

(ii) to purchase from elsewhere without notice to the Contractor on the account and at the risk of the

Contractor the stores not delivered or others of a similar description (where others exactly complying

with the particulars are not in the opinion of the purchaser readily procurable such opinion being

final) without cancelling the Contract in respect of the consignment (s) not yet due for delivery or

(iii) to cancel the Contract or a portion thereof and if so desired to purchase or authorise the purchase of

stores not so delivered or others of a similar description (where others exactly if complying with the

particulars are not in the opinion of the purchaser readily procurable such opinion final) at the risk and

cost of the Contractor In the event of action being taken under sub clause (ii) (iii) of clause 10 (b) above

the Contractor shall be liable for any loss which the purchaser may sustain on that account provided

that the re purchase or if there is an agreement to repurchase then such agreement is made within six

months from the date of such failure But the Contractor shall not be entitled to any gain on such re

purchase made against default The manner and method of such re purchase shall be at the discretion of

the purchaser whose decision shall be final It shall not be necessary for the purchaser to serve a notice

of such re purchase on the defaulting Contractor This right shall be without prejudice to the right of the

purchaser to recover damages for breach of Contract by the Contractor

11EXTENSION OF TIMEAs soon as it is apparent that the Contract dates cannot be adhered to an

application shall be sent by the Contractor to the purchaser If failure on the part of the Contractor to

deliver the stores in proper time shall have arisen from any cause which the purchaser may admit as

reasonable ground for an extension of the time (and his decision shall be final) he may allow such

additional time as he considers it to be justified by circumstances of the case without prejudice to the

purchasers right to recover liquidated damages under clause 10 thereof

12 ERECTION OF PLANT MACHINERYWherever erection of a plant or machinery is the responsibility of

the Contractor as per the terms of the Contract and in case the Contractor fails to carry out the erection

as and when called upon to do so within the period specified by the purchaser the purchaser shall have

the right to get the erection done through any source of his choice In such an event the Contractor

shall be liable to bear any additional expenditure that the purchaser is liable to incur towards erection

The Contractor shall however not be entitled to any gain due to such an action by the purchaser

13 PAYMENT Contractors bill will be passed for payment only after the stores have been received

inspected and accepted by the Purchaser

14 MODE OF PAYMENT Normally payment will be made for the accepted stores within 30 days from

the date of receipt of the materials

Tender No SCLPS52019E0156401 12

15 RECOVERY OF SUM DUE Whenever any claim for the payment of whether liquidated or not money

arising out of or under this Contract against the Contractor the purchaser shall be entitled to recover

such sum by appropriating in part or whole the security deposited by the Contractor if a security is

taken against the Contract In the event of the security being insufficient or if no security has been taken

from the Contractor then the balance or the total sum recoverable as the case may be shall be

deducted from any sum then due or which at any time thereafter may become due to the Contractor

under this or any other Contract with the purchaser Should this sum be not sufficient to cover the full

amount recoverable the Contractor shall pay to the purchaser on demand the remaining balance due

Similarly if the purchaser has or makes any claim whether liquidated or not against the Contractor

under any other Contract with the purchaser the payment of all moneys payable under the Contract to

the Contractor including the security deposit shall be withheld till such claims of the purchaser are

finally adjudicated upon and paid by the Contractor

16 INDEMNITY The Contractor shall warrant and be deemed to have warranted that all stores supplied

against this Contract are free and clean of infringement of any Patent Copyright or Trademark and shall

at all times indemnify the purchaser against all claims which may be made in respect of the stores for

infringement of any right protected by Patent Registration of design or Trade mark and shall take all risk

of accidents or damage which may cause a failure of the supply from whatever cause arising and the

entire responsibility for sufficiency of all means used by him for the fulfilment of the contact

17 ARBITRATION In the event of any disputes differences or claims arising out of or relating to the

interpretation and application of the Contract such disputes or differences or claims shall be settled

amicably by mutual consultations of the good Offices of the respective Parties and recognizing their

mutual interests attempt to reach a solution satisfactory to both the parties If such a resolution is not

possible within 30 days from the date of receipt of written notice of the existence of such disputes

then the unresolved disputes or differences or claims shall be referred to the Sole Arbitrator

appointed by the Parties by mutual consent in accordance with the rules and procedures of Arbitration

and Conciliation Act 1996 as amended from time to time The arbitration shall be conducted in New

Delhi in the Arbitration and Conciliation Centre New Delhi (Domestic and International) as per its rules

and regulations The expenses for the Arbitration shall be shared equally or as may be determined by

the Arbitrator The considered and written decision of the Arbitrator shall be final and binding between

the Parties The applicable language for Arbitration shall be English only

Work under the Contract shall be continued by the CONTRACTOR during the pendency of arbitration

proceedings without prejudice to a final adjustment in accordance with the decision of the Arbitrator

unless otherwise directed in writing by the Purchaser or unless the matter is such that the works cannot

be possibly continued until the decision (whether final or interim) of the Arbitrator is obtained

18 COUNTER TERMS AND CONDITION OF SUPPLIERS Where counter terms and conditions printed or

cyclostyled conditions have been offered by the supplier the same shall not be deemed to have been

accepted by the Purchaser unless specific written acceptance thereof is obtained

Tender No SCLPS52019E0156401 13

19 SECURITY FOR PURCHASE OF MATERIALS Successful tenderer will have to furnish in the form of a

bank guarantee or any other form as called for by the purchaser towards adequate security for the

materials and properties provided by the Purchaser for the due execution of the Contract

20 In eprocurement system submission of bid is a two step process After submission of their bids

bidders have to wait for bid sealing by Purchaser Subsequently bidders have to complete open

authorization in the eprocurement system to enable the Purchaser to open the bid If open

authorization is not completed by the bidder then Purchaser will not be able to open the bid and the

bid becomes invalid

In case bidder encounters any technical snag pertaining to eprocurement system while acting on the

tender computer screen shot of the error message with date time stamp on the web browser along

with the query shall be e mailed by the bidder to the help desk for resolution of the problem at least 2

working days before the due date and time of bid submission The contact detail of the help desk is

available on the home page of the eprocurement website

Purchaser will make all efforts to resolve technical queries reported by the bidders but will not be bound

to do so if the problems are reported beyond the time mentioned above Purchaser will not be

responsible for non submission of bids for such cases

The time taken to ascertain evaluate and suggest a solution for the problem reported by bidder may

vary from case to case Hence bidders are advised to submit the bid well in advance before closing date

and time to avoid last minute issues

DOS PM‐ 22

Instruction to Tenderer

1 Bid Open Authorization shall be submitted online only complying specified schedule and complete in

all respects with technical specifications including pamphlets and catalogues

2 A Proforma Invoice may also be given which should contain the following information

a) The FOBFCA value the C and F value for import by Sea freight Air freight up to and for air parcel

post up to should be separately indicated

b) Agency Commission The amount of commission included in the price and payable to the Indian Agent

of the Contractor shall be paid directly to the Indian Agent by the Purchaser in equivalent Indian Rupees

on the basis of an Invoice from him applying TT buying rate of exchange ruling on the date of

placement of the Purchase Order and which shall not be subject to any further exchange variations This

payment will be released to the Indian Agent immediately after Customs clearance of the goods in India

Tender No SCLPS52019E0156401 14

c) The Contractor shall invoice only for the net amount payable to deducting the amount of Agency

Commission included in the invoice which will be paid to the Indian Agent directly by the Purchaser

However the Contractors invoice should separately reflect the amount of commission payable to his

Indian Agent

d) The earliest delivery period and country of origin of the Stores

e) Bankers name address telephonefax Nos and eMail ID of the Contractor

f) The approximate net and gross weight and dimensions of packages cases

g) Recommended spares for satisfactory operation for a minimum period of one year

h) Details of any technical service if required for erection assembly commissioning and demonstration

3 The FOBFCA and C and F prices quoted should be inclusive of all taxes levies duties arising in the

tenderers country

4 The offer should be valid for a minimum period of 90 days (single part tender) and 120 days (Two part

tender) from the due date of opening of the tender

5 Samples if called for should be sent free of all charges

6 Late and delayed tenders will not be considered Quotations by cable must be followed by detailed

offers

7 Offers made by Indian Agents on behalf of their Principals should besupported by the proforma

invoice of their Principals

8 The details of Import Licence will be furnished in the Purchase Order

9 The authority of person signing the tender if called for shall be produced

10 Instructions Operation Manual containing all assembly details including wiring diagrams should be

sent wherever necessary in duplicate All documents correspondence should be in English language

only

11 The Purchaser reserves the right to accept or reject the lowest or any offer in whole or part without

assigning any reason

12 It is expressly agreed that the acceptance of the Stores Contracted for is subject to final approval in

writing by the Purchaser

13 a) Part shipment is not allowed unless specifically agreed to by us

b) As far as possible stores should be despatched by Indian Flag Vessels Air India through any Agency

nominated by us

Tender No SCLPS52019E0156401 15

14 Inspection Test Certificate should be provided for the goods after testing it thoroughly at the

Contractors works If any Inspection by Lloyds or any other testing agency is considered necessary it

shall be arranged by Contractors

15 Where erection or assembly or commissioning is a part of the Contract it should be done

immediately on notification The Contractor shall beresponsible for any lossdamage sustained due to

delay in fulfilling this responsibility

16 For items having shelf life those with maximum shelf life should be supplied if order is placed

TERMS AND CONDITIONS

1 DEFINITIONS

(a) The term Purchaser shall mean the President of India or his successors or assignees

(b) The term Contractor shall mean the person firm or company with whom or with which the order for

the supply of stores is placed and shall be deemed to include the Contractors Successors

representatives heirs executors and administrators unless excluded by the Contract

(c) The term Purchase Order shall mean the communication signed on behalf of the Purchaser by an

officer duly authorised intimating the acceptance on behalf of the Purchaser on the terms and

conditions mentioned or referred to in the said communication accepting the Tender or offer of the

Contractor for supply of stores of plant machinery or equipment of part thereof

(d) The term Stores shall mean what the Contractor agrees to supplyunder the Contract as specified in

the Purchase Order

2 PRICES

Tenders offering firm prices will be preferred Where a price variation clause is insisted upon by a

tenderer quotations with a reasonable ceiling should be submitted Such offers should invariably be

supported by the base price taken into account at the time of tendering and also the formula for any

such variations

3 TERMS OF PAYMENT

31 Being a Department of the Government of India the normal terms of payment are by Sight Draft

However other terms of payment like establishment of Letter of Credit may be considered by the

Purchaser on such terms and conditions as may be agreed upon

32 The Sight Draft Letter of Credit will be operative on presentation of the under mentioned

documents

a) Original Bill of Lading Airway Bill

Tender No SCLPS52019E0156401 16

b) Commercially certified invoices describing the stores delivered quantity unit rate and their total

value in triplicate The invoice should indicate the discounts if any and Agency Commission separately

c) Packing List showing individual dimensions and weight of packages

d) Country of Origin Certificate in duplicate

e) Test Certificate

f) Declaration by the Seller that the contents in each case are not less than those entered in the invoices

and the quality of the Stores are guaranteed as per the specifications asked for by the Purchaser

g) Warrantee and guarantee Certificates vide Clause 20 herein below

4 IMPORTANT LICENCE

Reference to Import License No and date and Contract number and date shall be prominently indicated

in all the documents

5 DEMURRAGE

Supplier shall bear demurrage charges if any incurred by the purchaser due to delayed presentation of

shipping documents as prescribed in the bankers within a reasonable time (say within 10 to 12 days)

from the date of bill of lading for sea consignments and within 3 to 4 days from the date of Air Way Bill

for air consignments

6 ADDRESS OF INDIAN AGENTS

7 GUARANTEED TIME DELIVERY

The time for and the date of delivery stipulated in the Purchase Order shall be deemed to be the

essence of the Contract Delivery must be completed within the date specified therein

8 INSPECTION AND ACCEPTANCE TEST

81 The Purchaser representatives shall also be entitled at all reasonabletimes during manufacture to

inspect examine and test on the Contractors premises the material and workmanship of all stores to be

supplied under this Contract and if part of the said stores is being manufactured on other premises the

Contractor shall obtain for the purchasers representative permission to inspect examine and test as if

the equipment were being manufactured on the Contractors premises Such inspection examination

and testing shall not release the Contractor from the obligations under this Contract

82 For tests on the premises of the Contractor or of any of his subContractors the Contractor shall

provide free of cost assistance labourmaterial electricity fuel and instruments as may be required or

as may be reasonably needed by the purchasers representative to carry out the tests efficiently

Tender No SCLPS52019E0156401 17

83 When the stores have passed the specified test the purchasers representative shall furnish a

certificate to the effect in writing to the Contractor The Contractor shall provide copies of the tests

certificates to the purchaser as may be required

9 MODE OF DESPATCH

Generally stores should be despatched through Indian Flagged Vessel Air India or through any other

Agency nominated by the purchaser A copy of the invoice and packing list should invariably be kept

inside each of the packages

10 PORT OF ENTRY

New Delhi Mumbai

11 CONSIGNEE

Purchase and Stores Officer Stores

12 SHIPPING MARKS

The mark on the shipping documents such as invoice bill of lading and on the packages should be as

follow

PURCHASE ORDER NO

DATED

GOVERNMENT OF INDIA

DEPARTMENT OF SPACE

(name of the CentreUnit)

Destination

Port of Entry

13 INSURANCE OF THE STORES

The necessity or otherwise of insurance will be as indicated in the Purchase Order

14 CONTRACTORS DEFAULT LIABILITY

141 The purchaser may upon written notice of default to the Contractorterminate the Contract in

whole or in part in circumstances detailedhereunder

Tender No SCLPS52019E0156401 18

a) If in the judgement of the Purchaser the Contractor fails to makedelivery of Stores within the time

specified in the Contract agreement or within the period for which extension has been granted by the

Purchaser to the Contractor

b) If in the judgment of the Purchaser the Contractor fails to comply with any of the other provisions of

this Contract

15 In the event the Purchaser terminates the Contract in whole or in part as provided in Clause 14 the

Purchaser reserves the right to Purchase upon such terms and in such a manner as he may deem

appropriate stores similar to that terminated and the Contractor shall be liable to the Purchaser for any

additional costs for such similar stores andor for liquidated damages for delay as defined in Clause 19

until such reasonable time as may be required for the final supply of stores

151If this Contract is terminated as provided in Clause 14 the Purchaser in addition to any other rights

provided in this Article may require the Contractor to transfer title and deliver to the Purchaser under

any of the following clauses in the manner and as directed by the Purchaser

a) Any completed stores

b)Such partially completed stores drawing information and Contract rights (hereinafter called

manufacturing material) as the Contractor has specifically produced or acquired for the performance of

the Contract as terminated The Purchaser shall pay to the Contractor the Contract price for completed

stores delivered to and accepted by the purchaser and for manufacturing material delivered and

accepted

152 In the event the Purchaser does not terminate the Contract as provided in Clause 14 the

Contractor shall continue the performance of the Contract in which case he shall be liable to the

purchaser for liquidated damages for delay as set out in Clause for DELAY IN COMPLETION

LIQUIDATED DAMAGES until the stores are accepted

16 REPLACEMENT

If the stores or any portion thereof is damaged or lost during transit thePurchaser shall give notice to

the Contractor setting forth particulars of such stores damaged or lost during transit The replacement

of such stores shall be effected by the Contractor within a reasonable time to avoid unnecessary delay in

the intended usage of the Stores In case the purchaser agrees the price towards replacement items

shall be paid by the purchaser on the basis of original price quoted in the tender or as reasonably

worked out from the tender

17 REJECTION

In the event that any of the stores supplied by the Contractor is found defective in material or

workmanship or otherwise not in conformity with the requirements of the Contract specifications the

purchaser shall either reject the stores or request the Contractor in writing to rectify the same The

Tender No SCLPS52019E0156401 19

Contractor on receipt of such notification shall either rectify or replace the defective stores free of cost

to the purchaser If the Contractor fails to do so the purchaser may at his option either

a) replace or rectify such defective stores and recover the extra cost so involved from the Contractor or

b) terminate the Contract for default as provided under clause 14 above or

c) acquire the defective stores at a reduced price considered equitable under the circumstances The

provision of this article shall not prejudice the Purchasers rights under clause 19

18 EXTENSION OF TIME

If the completion of supply of stores is delayed due to reason of force majeure such as acts of god acts

of public enemy acts of Government fires floods epidemics quarantine restriction strikes freight

embargoes etc the Contractor shall give notice within 15 days to the purchaser in writing of his claim

for an extension of time The purchaser on receipt of such notice after verification if necessary may

agree to extend the Contract delivery date as may be reasonable but without prejudice to other terms

and conditions of the Contract

19 DELAY IN COMPLETION LIQUIDATED DAMAGES

If the Contractor fails to deliver the stores within the time specified in theContract or any extension

thereof the purchaser shall recover from theContractor as liquidated damages a sum of onehalf of one

percent (05percent) of the Contract price of the undelivered stores for each calendar week of delay

The total liquidated damages shall not exceed ten percent (10 percent) of the Contract price of the unit

or units so delayed Stores will be deemed to have been delivered only when all their component parts

are also delivered If certain components are not delivered in time the stores will be considered as

delayed until such time as the missing parts are delivered

20 GUARANTEE and REPLACEMENT

a) The Contractor shall guarantee that the stores supplied shall comply fully with the specifications laid

down for material workmanship and performance

b) For a period of twelve months after the acceptance of the stores if any defects are discovered

therein or any defects therein are found to have developed under proper use arising from faulty

materials design or workmanship the Contractor shall remedy such defects at his own cost provided he

is called upon to do so within a period of 14 months from the date of acceptance thereof by the

Purchaser who shall state in writing in what respect the stores or any parts thereof are faulty

c) If in the opinion of the purchaser it becomes necessary to replace or renew any defective stores such

replacements or renewals shall be made by the Contractor free of all costs to the purchaser provided

the notice informing the Contractor of the defect is given by the purchaser in this regard within the said

period of 14 months from the date of acceptance thereof

Tender No SCLPS52019E0156401 20

d) Should the Contractor fail to rectify the defects the purchaser shall have the right to reject or repair

or replace at the cost of the Contractor the whole or any portion of the defective stores

e) The decision of the Purchaser notwithstanding any prior approval or acceptance or inspection

thereof on behalf of the purchaser as to whether or not the stores supplied by the Contractor are

defective or any defects has developed within the said period of 12 months or as to whether the nature

of the defects requires renewal or replacement shall be final conclusive and binding on the Contractor

f) To fulfill guarantee conditions outlined in Clause 20 (a) to (e) above the Contractor shall at the option

of the purchaser furnish a Bank Guarantee (as prescribed by the purchaser Bank Guarantee format

enclosed) from a Bank approved by the purchaser for an amount equivalent to 10Percent of the value of

the Contract along with first shipment documents On the performance and completion of the Contract

in all respects the Bank Guarantee will be returned to the Contractor without any interest

g) All the replacement stores shall also be guaranteed for a period of 12 months from the date of arrival

of stores at purchasers site

h) Even while the 12 months guarantee applies to all stores in case where a greater period is called for

by our specifications then such a specification shall apply and in such cases the period of 14 months

referred to in Clause 20 (b) and (c) shall be asked for guarantee period plus two months

21 REQUIREMENT OF ADDITIONAL NUMBERS OF THE STORESSPARE PARTS ORDERED

The Contractor shall also undertake the supply of additional number of items covered by the order as

considered necessary by the purchaser at a later date the actual price to be paid shall be mutually

agreed to after negotiations

22 PACKING

a) The Contractor wherever applicable shall pack and crate all stores for sea air shipment as applicable

in a manner suitable for export to a tropical humid climate in accordance with internationally accepted

export practices and in such a manner so as to protect it from damage and deterioration in transit by

road rail or sea for space qualified stores The Contractors shallbe held responsible for all damages due

to improper packing

b) The Contractor shall ensure that each box unit of shipment is legible and properly marked for

correct identification The failure to comply with this requirement shall make the Contractor liable for

additional expenses involved

c) The Contractor shall notify the purchaser of the date of shipment from the port of embarkation as

well as the expected date of arrival of such shipment at the designated port of arrival

d) The Contractor shall give complete shipment information concerning the weight size content of each

packages etc

Tender No SCLPS52019E0156401 21

e) Transshipment of equipment shall not be permitted except with the written permission of the

purchaser

f) Apart from the despatch documents negotiated through Bank the following documents shall also be

airmailed to the purchaser within 7 days from the date of shipment by sea and within 3 days in case of

air consignments

a) Commercial Bill of Lading Air Way Bill Post parcel Receipt (Two nonnegotiable copies)

b) Invoice (3 copies)

c) Packing List (3 copies)

d) Test Certificate (3 copies)

e) Certificate of Origin

The Contractor shall also ensure that one copy of the packing list is enclosed in each case

23 ARBITRATION

In the event of any disputes differences or claims arising out of or relating to the interpretation and

application of the Contract such disputes or differences or claims shall be settled amicably by mutual

consultations of the good Offices of the respective Parties and recognizing their mutual interests

attempt to reach a solution satisfactory to both the parties If such a resolution is not possible within 30

days from the date of receipt of written notice of the existence of such disputes then the unresolved

disputes or differences or claims shall be referred to the Sole Arbitrator appointed by the Parties by

mutual consent in accordance with the rules and procedures of Arbitration and Conciliation Act 1996 as

amended from time to time The arbitration shall be conducted in New Delhi in the Arbitration and

Conciliation Centre New Delhi (Domestic and International) as per its rules and regulations The

expenses for the Arbitration shall be shared equally or as may be determined by the Arbitrator The

considered and written decision of the Arbitrator shall be final and binding between the Parties The

applicable language for Arbitration shall be English only

Work under the Contract shall be continued by the CONTRACTOR during the pendency of arbitration

proceedings without prejudice to a final adjustment in accordance with the decision of the Arbitrator

unless otherwise directed in writing by the Purchaser or unless the matter is such that the works cannot

be possibly continued until the decision (whether final or interim) of the Arbitrator is obtained

24 LANGUAGE AND MEASURES

All documents pertaining to the Contract including specification schedule notice correspondence

operating and maintenance instructions drawings or any other writings shall be written in English

language The metric system of measurement shall be used exclusively in the Contract

25 INDEMNITY

Tender No SCLPS52019E0156401 22

The Contractor shall warrant and be deemed to have warranted that all Stores supplied against this

Contract are free and clean of infringement of any patent copyright or trade mark and shall at all times

indemnify the purchaser against all claims which may be made in respect of stores for infringement of

any right protected by Patent Registration of design or Trade Mark and shall take all risk of accident or

damage which may cause a failure of the supply from whatever cause arising and the entire

responsibility for the sufficiency of all the means used by him for the fulfillment of the Contract

26 COUNTER TERMS AND CONDITIONS OF SUPPLIERS

Where counter terms and conditionsprinted or cyclostyled conditions have been offered by the

supplier the same shall not be deemed to have been accepted by the purchaser unless specific written

acceptance thereof is obtained

27 SECURITY INTEREST

On each item to be delivered under this Contract including an item of work in progress in respect of

which payments have been made in accordance with the terms of the Contract purchaser shall have a

security interest in such items which shall be deemed to be released only at the time when the

applicable deliverable item is finally accepted and delivered to the purchaser in accordance with the

terms of the Contract Such security interest of the purchaser shall constitute a prior charge as against

any other charge or interest created in respect of such items by any entity

28 BANK CHARGES

While the purchaser shall bear the bank charge payable to his Bankers (State Bank of India) the

Contractor shall bear the Bank charges payable to his Bankers including the cheques towards advising

amendment commissions

29 TRAINING

The Contractor shall if required by the purchaser provide facilities for the practical training of

Purchasers engineering technical personnel from India and for their active association on the

manufacturing processes throughout the manufacturing period of the Contract stores number of such

personnel to be mutually agreed upon

30 APPLICABLE LAW

The Contract shall be interpreted construed and governed by the laws of India

Tender No SCLPS52019E0156401 23

BidTemplates

GENERAL CONDITIONS

Item Specifications

Sl No Specifications Complianc

e (Yes No)

Offered Specifications Remarks

1 Intent of the ProjectaThe scope of Project includes Supply

Installation Testing and Commissioning of electrical

distribution system including illumination MCC Panels fire

detection system Local Area Network (LAN) Paging etc for

the Chemical Store Building at Semi‐Conductor Laboratory

(SCL) Sector‐ 72 SAS Nagar Mohali (Punjab) bScope

includes receiving unloading storage insurance in‐plant

transportation and all equipment amp accessories covered under

this specificationcTechnical SpecificationBrief overview of

Equipment amp services under this specification is described

hereiGeneral SpecificationiiSupply amp Installation of

Electrical MCCPCC Panels MCB DB exhaust fan light fixtures

etciiiSupply amp Installation of wire cables conduits Modules

SwitchSockets termination earthing etcivSupply amp

Installation of Fire detection system and its

accessoriesvSupply amp Installation of NetworksLAN

systemviSupply and installation of material for Earthing and

lightning protection system viiAny other electrical

requirement for execution of the work dDrawing amp notes All

drawing amp notes as listed in the annexure form a part of this

specification

Tender No SCLPS52019E0156401 24

2 General Information for Site Condition The Contractor may

visit the site of work at SCL to acquaint themselves of the

actual site conditions

3 Code amp Standards All electrical equipment and accessories to

be furnished installed and commissioned under scope of

these specifications shall be designed manufactured tested

and installed in accordance with relevant Indian Standard

Specifications (ISS) Indian electricity rules and any other

applicable regulations

4 Period of CompletionThe time allowed for supply installation

testing and commissioning of the entire work shall be six (6)

months to be reckoned from the 7th day of issue of Purchase

order by SCL

5 Drawing Data and ManualsFollowing drawings documents

shall be submitted by the selected contractor for approval of

SCL for execution of the workaFoundation drawing of all

floor mounted Electrical panelsbGeneral Layout (GA)

drawing with dimension of all electrical equipment and Single

line drawings (SLDs) of electrical PanelcMake type and

catalogue of Switchgears of Electrical MCC Panels Power DBs

Power Cables and related accessories along with technical

leaflets data sheets etc to be provided by the contractor

The contractor shall offer recommended makes mentioned in

this document dEquipment data sheets furnishing

guaranteed performance figure for each type of

equipmenteTest certificates test results for each type of

equipmentfCheck lists and tests to be conducted during

erection testing amp commissioning of the individual

equipmentOn successful completion of the entire work the

Contractor shall provide lsquoAs Builtrsquo drawings for all the Systems

executed under the Contract Three (03) sets of hard copies

and one (01) set in soft copy (CDDVD) in Auto‐CAD and PDF

Tender No SCLPS52019E0156401 25

format shall be provided to SCL for its record and reference

Contractor shall also provide instruction Operation

manual(s) and maintenance manuals for the all equipment

system installed under the project

6 Eligibility Criteria Only those bidders meeting the below

mentioned eligibility criteria are eligible to participate in the

tendera Should have satisfactorily executed at‐least two (2)

similar works of value not less than Rs 50 Lakh each

involving inter alia power distribution works consisting of

MCCsPCCs of rating not less than 400 A 415 V 35 kA ( fault

level) MCBDBs lighting systems cabling during the last 5

years To ascertain eligibility for the work the participating

bidders shall enclose copy (ies) of the detailed Purchase

Order(s) and their completion certificate(s) evidencing

satisfactory completion of similar works issued by the

respective clientsorganisations Completion certificate for

works issued by private parties shall be supported by TDSb

Should not have incurred any loss in more than two years

during the last five (5) financial years ending 31st March 2019

c The Contractor should possess valid license of Class lsquoArsquo

Category Electrical Contractor issued by the State Licensing

Authorityd The contractor shall carry out the work in co‐

ordination with the civil works undertaken by other contractor

engaged by SCL

7 DeviationaContractor to clearly mention deviation(s) if any

from the specification in the unpriced techno‐commercial bid

bUnless such deviations are recorded in the deviation sheets

and submitted with the bid it will be assumed that the offer is

made in conformity with the tendered specification in all

respectscThe deviations shall be evaluated by SCL and

acceptance of the same shall be at the sole discretion of SCL

Tender No SCLPS52019E0156401 26

8 Quantity variationThe quantities indicated against each item

in the Bill of Quantities (BOQ) are indicative and are for the

purpose of bidding only Variation in quantities upto + 25

shall be carried out by the contractor on the agreedPurchase

Order (PO) rates and terms amp conditions as in the Purchase

Order (PO) In case of contract items which exceed the said

limit of +25 the contractor may claim revision of rates

supported by proof analysis and if the rate claimed in excess

of the rate specified in the bill of quantities SCLrsquos engineerndashin‐

charge of the work shall after giving consideration to the

analysis of rates submitted by the contractor determine the

rates on the basis of market rates and the contractor shall be

paid in accordance with the rates so determined The

Contractorrsquos profit amp OH shall be factored in the rate

analysis15

9 Extra ItemsIn case of extra items (that are completely new

and are in addition to the items contained in the contract) the

contractor may claim rates supported by proper analysis and

SCLrsquos engineer‐in‐charge of the work shall after giving

consideration to the analysis of the rates submitted by the

contractor determine the rates on the basis of market rates

and the contractor shall be paid in accordance with the rates

so determined The Contractorrsquos profit amp OH shall be factored

in the rate analysis15

10 Construction Power SupplyElectricity if available in the

premises may be provided to the contractor by Department

(SCL) only at a single point free of cost subject to the following

conditions ‐a)The Contractor has to make his own

arrangement to tap Electricity from a 3 phasesingle phase

supply from the location decided by the SCLrsquos Engineer‐in‐

charge (E‐I‐C)

Tender No SCLPS52019E0156401 27

11 Storage space site office Contractor will be provided a

lockable room within SCL premises for storage space subject

to availability Contractor will make at his own cost

temporary site office close to work site as per the location

decided by the E‐I‐C

12 Materialsystem submittalsMaterialssystems etc procured

by the selected Contractor for incorporation in the work will

be only of MakesManufacturers specified in the tender

document Submittals of the same shall be submitted by the

contractor for SCL review and approval

13 Other RequirementsbullErection testing amp commissioning of

items as per BOQbullSpecial tools amp tackles Party shall arrange

the ladderscaffoldingstair for working at height for cable

laying Fire detection system installation of light fixture

bullWork shall be executed as per the ISRO contractor safety

Manual Contractor to ensure that the manpower is equipped

with PPE for working at the site bullAll relevant drawing data

catalogues with instruction and trouble shoot manuals type

test certificates for the above accessoriesbullMaterials and

accessories which are necessary or used for satisfactory and

trouble free operation and maintenance of the above

equipmentrsquosmaterial shall also be furnished bullContractor

shall deploy skilled amp unskilled Labor qualified technical

Supervisor(s) erection tools amp tackles testing tools amp

equipment supplies consumables and hardware and

transport for timely and efficient execution of the

workbullContractor shall guarantee LED fixtures

(flameproofnon‐flameproof) for a period of 5 years from the

date of acceptance The contractorrsquos guarantee shall be

supported with a guarantee from the manufacturer(s) in this

regard

Tender No SCLPS52019E0156401 28

TECHNICAL SPECIFICATION‐1

Item Specifications ‐I

Sl No Specifications Compliance

(Yes No)

Offered Specifications Remarks

1 Internal Wiringa The electrical wiring installations and other

accessories shall comply with latest IS code 732 (part‐II) 1983

and National Electric Code‐1985b The word concealed means

it involves cutting of floor wall and making good after laying

the conduitMetal raceway as per the enclosed drawings by

the contractor as requiredc The contractor shall provide all

necessary components fixing materials accessories and

interconnections as per standard practice It is to be noted

that ceiling rose forms a part of the specifications hence not

indicated separately and shall be provided by the contractor

as requiredd Scope includes termination of wire ferruling

dressing cable tie etc as requirede The work shall be

executed as per the ISRO electrical specification available on

ISRO site wwwisrogovin in Schedule I to be read along with

the tender specification

2 LED LuminariesThe scope includes supply installation

testing commissioning of flame proofnon‐flameproof LED

lighting fixture at the ceiling level (about 55 meter height) in

the chemical store building outer periphery of the store

building electrical room AHU room at the first floor as per

drawings and discretion of E‐I‐C Architectural plan of the

building is attached Supply of required accessories such as

mounting brackets nuts bolts screws washers glands and

any other material required for installation of LED fixture as

per specifications mentioned in BOQ shall be part of the

specification Junction box as required for loop‐in and loop‐

Tender No SCLPS52019E0156401 29

out of the cable for flame proof light fixture will be in the

scope of the contractor LED light fittings will be suitable for

operation on 230V single phase AC supply The fitting shall

be supplied with all fixing material such as brackets nuts

bolts etc as required for installation of fittings Special

Conditions aLuminaire make (Brand) from among the

recommended make mentioned in the tender document shall

be clearly mentioned in Technical Bid along with complete

technical detailsbThe LED light fitting and its driver unit etc

shall have warranty for a period of 5 years from the date of

installation and commissioningcThe flame proof fixture shall

be provided along with the Petroleum and Explosives Safety

Organization (PESO) certification

3 Detailed Specification for LED Fixture a Flame Proof LED

Fixtures Supply and installation of flameexplosion proof high

efficiency 1 Phase 230 V 60W LED light fitting as per IS 2206

with luminous efficiency 100Lmwatt or better CRI gt 08 amp

THDlt10 IP‐66 as per ISIEC 605292001 made of Die cast

aluminium alloy Heat resistant amp tough clear dome glass

having enclosure as per Ex‐d GAS Gr IIA IIB IIC AS PER ISIEC

60079‐12007 amp ISIEC 60079‐02004 Area of classification

ZONE‐1 2 21 amp 22 and temperature class T‐6 or better as per

ISIEC 60079 complete with loop‐in loop‐out provision

Mounting bracket for mounting on the ceiling Double

compression cable gland shall be provided and install by the

contractor along with the light fitting Recommended Make of

fixture Baliga Stahl Sudhir SwitchgearRecommended make

of LED NICHIA CREE PHILIPS LUMILED OSRAMb General

LED fixtures Supply amp fixing of wallceiling mounted batten

type 20W LED tube light (Four feet) luminaire with efficient

driver (efficiency shall be more than 90) amp with minimum

lumens output of 2000 lumens per lamp comprising of nano

diffuser technology complete with efficient amp constant

Tender No SCLPS52019E0156401 30

current output driver suitable for operation on 230V single

phase 50Hz AC supply efficient heat sink effective thermal

management and with colour temperature shall be gt 6000K

The LED with suitable control gear and power factor gt09 LM

79 certification for luminaireLM80 certificate for LED shall be

submitted and with other standard accessories prewired

including necessary interconnections complete in all respects

and as directed by EIC (Similar to Philips Astra or equivalent)

Recommended make of fixture Philips GE Trilux

LTRecommended make of LED NICHIA CREE PHILIPS

LUMILED OSRAM

4 c Street Light Fixture Supply and installation of 72W75W

LED Street Light fixture with High‐brightness White LEDs

sources with high transmittance flat toughed glass cover and

peanut LENS on each LEDs System luminous efficacy 100

LmsWatt 5600K colour temperature amp 70 CRI value for

ensuring good quality light output Life of at‐least 50000

hours at 70 lumen maintenance ampLED driver efficiency gt

85 Power factor greater than 095 THDlt10 amp min 3KV

surge protection with operating voltage range from 120‐270V

for ensuring lifelong high performance of luminaire the

fixture shall be made of LM‐6 Pressure die‐cast aluminium

with engraved company name amp have IK05 amp IP66 Class

protection with NABL Accredited LM‐79 amp LM‐80 Report

Mounting pole mounted upto a height of 8 meter and pole

bracket diameter of 48‐60 mm (adjustable) Recommended

make of fixture Trilux Philips GE LTRecommended make of

LED NICHIA CREE PHILIPS LUMILED OSRAM

5 Street Light Pole Providing and installation of hot dipped

galvanized swaged tubular 9‐meter‐long with planting depth

15 metersiexclbrvbar street light poles The effective length of each

section shall be‐ bottom 5 meters middle 2 meters and top 2

meters The outside dia and thickness of pole shall be

Tender No SCLPS52019E0156401 31

minimum 11430x440mm 889x4085mm 761x325mm

respectively as required The pole shall be provided with

necessary bracket (inclination 105115 degree length 15

meter dia 45 mm ) for mounting upto 72 W LED street light

fixture Each pole shall have a weather proof

loopingterminal box clamped at 550 mm above ground level

along with a suitable earth terminal The looping box shall be

provided with a suitable Power terminal arrangement to loop

4C x10sqmm size cable and MCB5A fuse cut‐out A base

plate 300 x300x10mm shall be welded to the bottom of the

pole Both underground cable and GI earth wire shall be

terminated at the terminal looping box in the looping zone

Further wiring to the light fixture shall be done with three

core flexible copper wire (2core for power supply and third

core for earthing)GI tubular pole shall be installed in cement

concrete 136 (1 cement 3 coarse sand 6 graded stone

aggregate 40 mm nominal size) foundation including

excavation and refilling etc Party to cast 2 run of 32 mm MS

conduit for cables upto a height of 550mm from ground level

for loop in loop out of cable The civil work for street light pole

foundation forms a part of installation of the work and will be

done by the party as required for commissioning of lighting

poleFor earthing of street light poles coilspiral earthing

using 8 SWG GI wire shall be used The GI wire shall be buried

to a minimum depth of 15 m with excavation refilling of

earth and connecting GI wire to pole using GI bolt and nut

complete as per requirementMake of Pole Reputed make

with ISI mark Note Party shall submit Drawing of the street

light pole for SCL approval before start of manufacturing

6 Cables wire conduit earthing Switchboards

SwitchesSockets etca Cables The scope includes the Supply

and installation of XLPE insulated overall FRLS PVC outer

sheathed AlCu armored cable on wallsurfacesoilexisting

Tender No SCLPS52019E0156401 32

cable tray as required for MCC Panel and MCB DBs as per the

detailed specification and quantity in this document All

necessary hardware for installation of cable like cable tie

clamps tags etc is in the scope of Contractor Contractor to

ensure that cable laid on the cable tray is properly clamped

with GI clamps and cable is properly secured on cable tray b

Wire The scope includes the Supply and installation of FRLS

Copper wire of different size quantity amp Specification for

power distribution and lighting and power etc as per the

requirement c Conduit The scope includes the Supply and

installation of ISI makes MS Conduits of different size as per

Specification for power and lighting distribution switch

sockets etc as per the requirement Flexible conduit shall be

of GId Cable tray The scope includes the supply and

installation of GIMS cable trays as per specificationse

Earthing The scope includes the supply and providing

earthing for Panels DBs cable trays light fixtures and poles

flameproof accessories fire panel speakers exhaust fans etc

matching the specifications given in this tender documentf

Lightning protection The scope includes the supply and

providing earthing for lightning protection of the building as

per the IS 2309 specification and quantities as per the BOQ

The scope includes horizontal and vertical runs earth pits test

point earthing of building periphery for contour etcg Rack

earthing The scope includes the supply and providing

earthing for racks as per specificationsh Switchboards and

SwitchSockets The scope includes the Supply and installation

of different size of flameproofnon‐flameproof Switchboards

and switchsocket for Lighting Power Distribution as per

specificationi MSGI Conduits flexible GI conduit earthing

materials doublesingle compression brass cable glands

cable lugs (Al amp Cu as required) cable ties cablewire

identification tags required for the installation and

maintenance of trouble free operation of the downstream

Tender No SCLPS52019E0156401 33

system and accessories are covered under this specificationj

MS junction box conduit along with all related accessories as

per specification

TECHNICAL SPECIFICATION‐2

Item Specifications ‐II

Sl No Specifications Compliance

(Yes No)

Offered Specifications Remarks

1 Electrical Panel SpecificationGeneralaPanel shall be

fabricated as per IEC 61439 part 1 amp 2 bPanel shall be indoor

metal clad air insulated floor mounted extendable to side

single front construction front wired front

connectedcMinimum thickness of sheet metal used shall be

2 mm and panel shall confirm to IP54 protectiondThe

working height of the Panel shall be limited as per standard

engineering practicese The design should be fully

compartmentalized with metal partitions between

compartments All doors shall be gasketed Each vertical

section shall have removable back coverfAll switches push

buttons lamps indicating instruments shall be flush

mountedgA full height vertical cable chamber with cable

supports shall be provided in each section to facilitate unit

wiring Cable chamber shall be sized to accommodate all cable

and shall have removable covers A horizontal wire way

extending the entire length shall be provided at the top of

panel for inter panel wiringhPanel shall be with minimum

75mm high base MS channel frameiThe panel shall undergo

seven tank or better process as per relevant IS

standardsjLifting hook shall be provided at each section for

easy transportationkDifferent compartment of the panel

shall be provided with dust proof type air filter louvers

explosion vents or similar safety arrangements in the panels

Tender No SCLPS52019E0156401 34

to let out gases under pressure generated during event of any

fault inside the panellPanel shall have pocket for the Panel

drawing in the incomer section

2 Busbar and Bus TapsaThe main bus and connections shall be

of high connectivity AluminiumAluminium alloy sized for

specified current ratings with maximum temperature limited

to 85amp778 C ie 35amp778 C rise and ambient 50amp778

bSeparate vertical bus bars shall be provided for each vertical

panelcAdequate contact pressure shall be ensured at bus

connections by means of two bolt connections with plain and

spring washers and lock nutsdBus bar and connections shall

be fully insulated for working voltages with adequate

phaseground clearances Insulating sleeves heat shrink type

for bus bar and shrouds removable type joints shall be

provided Bus insulators shall be flame retardanteBus bar

shall be color coded for easy identificationfBusbar should be

connected in such a way that it can be dismantledassembled

while separating different section of the panelgShrouds of

transparent sheet on the exposed bus in cable alleys for

adequate safety measurehBus bar Conductor shall be

confirming to IS‐5082iMinimum clearance (PH‐PH PH‐N and

PH‐E) between Bus bars shall be maintained as per latest

ISjBus Bar supporting Material shall be of

SMCDMCkMaterial of Aluminium Bus bar shall be of E91

gradelBus bar shall be protected from the transparent

insulated material for stand safety point

3 3Control ModuleaFixed type control module shall house the

control components for a circuitbThe equipment layout shall

provide sufficient working space in between the components

and subject to SCL approval cEach control module shall be

equipped with ACDC potential free Relays (230V AC24V DC)

Contactors etc for seamless interface of the operation of

Drives from FCMS (PLC)dVendor to provide the potential free

Tender No SCLPS52019E0156401 35

contact to facilitate local operation from MCC and remote

operation from FCMSPLC Vendor shall provide with each

drive module automanual selector switch and each drive

module shall be wired up to the terminal block for localauto

selection ON OFF trip feedback to SCLrsquos control station and

ONOFF command room FCMSPLC as welleMCC panel and

LPBS shall have selector switches for MCCLocal and

LocalRemote selection respectively Control (OnOff) of the

Drivesheaters will be as per following selection If selector

switch (SS) at MCC is selected to MCC ONOFF operation can

be done from MCC only irrespective of position of SS at LPBSIf

selector switches both at MCC amp LPBS are selected to LOCAL

ONOFF operation can be done from LPBS onlyIf SS at MCC is

selected to LOCAL and SS at LPBS is selected to REMOTE

ONOFF operation can be done from FCMS only

4 VFDVFD shall be of Allen Bradley PF400 series having

redundant Control Net communication option as well to

communicate with the existing Facilities Control amp Monitoring

System (FCMs) Control Net Bridge Coaxial Straight T‐Tap

1786‐TPS must also be supplied along with VFDs Line

reactorchoke of suitable rating shall be connected before the

VFD

5 Thyristor based Heater ControlaDYDAC Make Thyristor

power controller Type 3003 or equivalent rating 85kW

Control input 4‐20mA Thyristor input supply 415VAC (3‐Ouml)

Thyristor output supply 415VAC (3‐Ouml) which shall be provided

by the vendor in a separate compartment of the MCC 4‐20mA

Control signal from the heater PID will modulate the thyristor

controller output to maintain the fresh air temperature at set

value Heater ON and OFF set points shall be adjustable in the

SCADA in FCMSbThyristor controller run command run

feedback 4‐20mA modulating signal shall be wired up to the

terminal block in the cable alley in the MCC Thyristor

Tender No SCLPS52019E0156401 36

Panelcompartment shall be complete with inter module

control and power wiring 220V AC supply shall be drawn from

one of the phase and neutral of the incoming 415VAC and

connect to the Thyristor supply terminals through MCB

Circuit breaker lsquoswitch ONrsquo and Thyristor control unit lsquoRUN

commandrsquo will get activated from FCMS if air temperature is

below ON set point Circuit breaker lsquoswitch OFFrsquo and Thyristor

control unit lsquoRUN command withdraws will get activated

from FCMS when temperature becomes above OFF set point

6 Fire Suppression system amp Fire Protection systemPanel shall

be equipped with required materials such as fire suppression

cylinders filled with fire suppression agents Fire detection

tubes Heat sensor tubes end of line adaptor with gauge

electrical Relays differential pressure valves etc to provide

the fire suppression and fire protection system in cable alley

and bus bar chambers of the electrical panel

7 MCCBaThe MCCBs should be extra current limiting type with

trip time of less than 10 m sec under short circuit conditions

The current limiting action should be achieved with repulsion

principle The MCCBs should preferably have an anti‐reclosing

featurebThe MCCBs should be 3 or 4 poles as per SLDcThe

MCCBs should have a Service short circuit breaking capacity

(Ics) of not less than 35 kA rms at 415 Volts 50Hz AC for

incomer The service breaking capacity should be equal to

ultimate breaking capacities (Icu) (ie Ics= Icu=100)dThe

release should be thermal magnetic having adjustable

overload and short circuiteSwitches shall be triple pole air

break AC23 motor duty for motor starter feedersfCubicle

doors of incoming and outgoing shall be mechanically

interlocked with switchgear to prevent unintentional openings

of the door while the unit is in energized condition However

defeat interlock provision is also to be providedgAll incoming

and outgoing feeders shall be provided with bolted disconnect

Tender No SCLPS52019E0156401 37

link for isolation of neutral if necessary Selector switches

shall be of rotary typehThe MCCB shall be provided with

rotary drive kit spreader terminals and ONOFFTrip (MCCB)

position of switch handle to be clearly markediDuct Heater

MCCB shall be motorized to control (ONoff) from FCMSjFor

incomers it should be EDO microprocessor based

communicable MCCB (35 kA or above) with numerical

releases for OL SC amp EFR (With mechanical and Electrical

interlocking for operation of only one ACB at any point of

time)

8 MPCBaThe MPCBs should be of 3 pole air break type AC3

Duty continuous rating as specifiedbMPCBs should have at

least 1NO+1NC contactcThese should have trip indication

test trip functiondThe release should be thermal magnetic

having adjustable overload trip settingeThe service breaking

capacity should be equal to ultimate breaking capacities (Icu)

(ie Ics= Icu=100)fThe MPCBs should be suitable for din rail

type mounting

9 Capacitor Bank Supply and installation of Capacitor Bank ‐

Box Type Dry construction Conforming to IS 13340‐41IEC

60831 440V 50Hz Rated Current (In) as per Load Heavy

Duty Dielectric MPP Low loss type with overall loss lt

05WkVAR Delta Connection with Discharge Device

10 ContactoraThe contactor shall be 3 pole air break type AC3

Duty continuous rating for motor starter feeders with non‐

bouncing silver silver alloy contactsbContactor shall be of

electromagnetic type rated for uninterrupted duty as per

relevant standards and also suitable for capacitor duty

cContactor shall be provided with adequate auxiliary contacts

rated for 10Amps 240VAC for interfacing with control

schemedContactor coil rating shall be minimum pick up of

85 of rated voltage and minimum drop out of 75 rated

Tender No SCLPS52019E0156401 38

voltage

11 Control and IndicationsaPush buttons will be heavy duty oil

tight and push to actuate type with integral plate marked

with its functionbEach push button shall be provided with

2NO+2NC contacts rated for 10Amps 240VACcLamps shall

be LED type rated for 240V AC Lens and lamps shall be

replaceable from the front dThe control supply shall be

through a 415V230V transformer and the vendor shall

provide 1 no 415V230V transformer for the same Vendor

shall also provide Power module for 24V DC Supply for the

operation of heaters control module

12 MetersaAll indicating instruments shall be digital

Switchboard type with accuracy class +‐ 2 full scalebMFM

of suitable rating shall be used in the incomer

feedercSelector switches shall be furnished at outgoing

feeders as per SLD for ammeterdAmmeter shall be of analog

type flush mounted industrial pattern of size 96x96 mm with

accuracy class 10 eMultifunction meter shall be of digital

type flush mounted industrial pattern of size 96x96 mm with

accuracy class 10 as per IEC 6205253 suitable for

measurement of Current Voltage Power Frequency Power

factor Energy and ready port to communicate with FCMS

through RS 485 The Meter should have Modbus

communication port as well

13 CT (Current transformer)CT will be cast resin type rated 15VA

or more burden with Maximum accuracy limit of class 1

14 Secondary wiringaPanel shall be fully wired at the factory to

ensure proper functioning of control and protectionbFuse

and links shall be provided to permit individual circuit

protection from bus wires without disturbing other circuits All

spare contacts of relays push buttons and other devices shall

Tender No SCLPS52019E0156401 39

be wired up to terminal blockscWiring shall be done with

flexible 25sqmm copper 1100V grade PVC insulated

switchboard wires Each wire shall be identified at both ends

with permanent markers bearing wire numbers as per wiring

diagramdWire termination shall be done with crimping type

connector with insulating sleeve

15 Powercontrol Terminal BlocksaTerminal block shall be 660V

grade box clamp type with marking strips similar to ELMEX 10

mm2 or equal for ControlbTerminal for CT secondary leads

shall have provision for shortingcNot more than two wires

shall be connected to any terminaldSpare terminals equal in

number to 20 active terminals shall be providedeTerminal

blocks shall be suitably located in cable alleysfFor Power

cable Bus Bar type cable connector (Melamine material) shall

be providedgFor Control cable heavy duty screw type cable

connector (Melamine material) shall be provided

16 Cable terminationaPanel shall be designed for cable entry

from topbEach cable shall be clearly marked at both ends

with an indestructible marker preferably a cable tag made of

Aluminium tacked with indicating cable number amp both end

feeder tags with switchboard tags Cable tags at ends of cable

shall be provided inside the gland plate as well as outside the

gland platecAll provisions and accessories shall be furnished

for termination of cables including removable gland plates

cable supports and terminal blocksdGland plate shall be

minimum 3 mm thick

17 Ground BusA GI ground bus rated to carry the maximum fault

current shall extend full length of Panel The ground bus shall

be provided with 2 bolts with GI bolt and nuts at each end to

receive 50x6mm GI flat

18 NameplateaThe nameplate of approved design shall be

Tender No SCLPS52019E0156401 40

provided for each compartment and also at the top of each

panel Nameplate shall be minimum 20x70mm and 3mm

thickbDrawing Pouch shall be provided at the incomer cable

allay

19 PaintingPanel shall be painted with light grey epoxy painted

(Siemens Gray RAL 7032) and caution notice plate shall be

fixed at the back of each vertical panel

20 Make of Switchgears aMCCBSiemensSchneiderbPush

button SiemensSchneider TekniccSelector

SwitchSiemensSchneider Teknic

dFuseSchneiderSiemenseTimerSiemensSchneiderfContro

l TransformerAEIMPIndcoilgTerminal

BlockElmexConnectwellFTChMeters Conzerv LampT

AEiCTs amp PTsKappaAutomatic

Electric(AE)NippenjContactorsSchneiderSiemenskIndicatio

ns SiemensSchneider

TekniclRelaysSchneiderSiemensPLAmMCBSchneiderSiem

ensnCooling Fan

RexnordSunonoVFDsAllen bradlypThyristor moduleDYDAC

qRCBOSiemensSchneiderrMCB

DBSiemensABBLegrandsLine reactorchokeAllen

BradleytCapacitor BankNeptune Schneider Siemens

21 Local Push Button Station (LPBS)The Scope includes supply

and installation of LPBS for Chiller Pumps AHUs Heaters as

per the BOQ and detailed specification given below aLPBS

shall be indoor metal clad air insulated wallAngle frame

mounted as required single front construction front wired

front connected hinged lockable door LPBS for Chiller Pumps

system shall be suitable for outdoor installationbMinimum

thickness of sheet metal used shall be 2 mm and panel shall

conform to IP54 protection for indoor installation and IP65 for

outdoor type LPBScAll switches push buttons with indicating

Tender No SCLPS52019E0156401 41

LED lamps indicating instruments shall be flush

mounteddThe LPBS shall be used for remote operation of

drives Equipment and HeaterseTo facilitate the localremote

operation LPBS shall have LocalRemote selector switch and

provided with Start push button lockable Stop push button

ammeter of suitable range Terminal Block and lockable

Emergency off Switch etc fLPBS shall be equipped with AC

(230V)DC (24V) Relays Contactors etc for seamless interface

of the operation of Drives from FCMS (PLC)gLPBS should be

suitable for wall mounting and provided with necessary

mounting arrangementhWiring shall be done with flexible

25sqmm copper 650V grade PVC insulated switchboard

wires Each wire shall be identified at both ends with

permanent markers bearing wire numbers as per wiring

diagramiWire termination shall be done with crimping type

connector with insulating sleevejGland plate shall be

minimum 3 mm thickkThe nameplate of approved design

shall be provided for each compartment and also at the top of

each panel Nameplate shall be minimum 20x70mm and 3mm

thicklLPBS shall be painted with light grey epoxy painted

(Siemens Gray RAL 7032)

22 Make of Electrical panel As per DOS Approved Panel

manufacturer list (attached)

TECHNICAL SPECIFICATION‐3

Item Specifications ‐III

Sl No Specifications Compliance

(Yes No)

Offered Specifications Remarks

Tender No SCLPS52019E0156401 42

1 Fire Detection System Scope for fire detection system

includes supply installation testing commissioning of Fire

panel Addressable Fire detection devices Manual Call Points

Addressable loop sounders Switch Monitoring unit (SMU) UV

IR sensor for detection of methanol flame Cable MS junction

boxes for loop in loop out of cable as per specifications and

integrating the same with existing repeater panel as per the

requirement The detailed specifications for the different

component of fire deduction system are as follows

2 A Multi‐sensor Detectors The smoke detectors shall be multi‐

sensor (heat and smoke) detector with isolator suitable for

detecting a wide range of smoke from slow smoldering and

fast flaming fire The detector shall have following features

bullSolid state addressing arrangement in combination with a

hand held programmer to configure the sensor

addressbullElectronics free mounting basebullTwin alarm LEDs for

360 Degree viewing and shall have blinking LED facilitybullThe

sensor shall have s removable chamber for ease of cleaning or

replacementbullAutomatic compensation for smoke sensor

contaminationbullShall have a built in test facility which allows

the fire alarm control panel to adjust the alarm threshold

levels to compensate for contamination and shall have a

maintenance alarm display when threshold can no longer be

adjustedbullOperating temperature ‐ 10 DegC to 50 DegC and

operating RH at 40 DegC‐95 RH

3 B Manual call stations Manual Call Stations should have in

built monitor module and pressbreak and resettable

capability constructed of high impact LEXAN sheet with clearly

visible operating instructions on the cover and the word FIRE

shall appear on front and suitable for surface mountingflush

mounting complete as required

Tender No SCLPS52019E0156401 43

4 C UV IR SensorThe UV‐IR flame detector shall operate on 24

VDC 0‐24mA current output suitable for detection of

Methanol flame with automatic built in test for reliable

operations and suitable for installation in Hazardous area zone

1and 2 with Class I Division 12 Gas group A B C The detector

shall not be susceptible to environmental conditions to

generate false alarms The entire system shall be rated for IP

66 or better and supplied with suitable mounting bracket The

system shall comply to the detailed specifications as listed

belowbullDetection Technology UV ‐ IR Electro‐optical

detectionbullDetection range 75 meterbullField of View greater

than equal to 90deg Both Horizontal and verticalbullResponse

Time less than equal to 5 secondsbullBuilt in Test Automatic

bullOperating Temperature Range 0 to + 75degCbullOperating

Humidity Range Continuous 95 non‐condensingbullAnalog

Output signal 4‐20mAbullAlarms amp Fault Normal 4 mA Fault

02 mA Alarm 20 mA + 10 verifiedbullOperating voltage 24

VDC ( 18‐32VDC)bullPower consumption Vendor to specify for

Standby and Alarm conditionbullSensor Calibration

Verification Sensor calibration as per OEM for certified

performancebullSensor Life 2 Years (minimum)bullSensor

Calibration vendor to carry out sensor calibration at site and

submit calibration certificate valid for one yearbullRFI EMI

SusceptibilitybullRequired EN 616326‐3 and EN 6100006‐3 or

equivalent IP protectionbullIP protection IP 66 or betterbullFault

Diagnostic Sensor Fault (end of life) other informationbullSelf‐

Check Test Automatic during start‐upbullHousing SS 316

Epoxy Painted Aluminium die castbullStart‐up Time Vendor to

specifybullApprovalcertification PESO and ATEX ‐ Ex d IIC C

Class 1 Div 12 Group A B C DNote Vendor shall arrange

the 230V AC to 24V DC Power supply module along with half

an hour Battery Back up in MS powder coated Enclosure

Input Power supply (230V AC) for Power Supply module shall

Tender No SCLPS52019E0156401 44

be provided by SCL

5 D SMU Unit for UV IR sensor Supply installation testing and

commissioning of Switch Monitoring Unit (SMU) to configure

the UV IR sensors with fire detection system as requiredE

SoundersAddressable Sounders shall be loop powered with

all fixing materials complete as required The sound level shall

be 100dB (A)

6 F Fire Alarm Control Panel (FACP) bullFACP shall be of 2

loopsbullFACP shall be suitable for 230V 50 Hz AC supply and

detectors shall be powered using FACP based detection

circuits Devices shall receive power and communication from

the same pair of conductorsbullFACP shall provide for resetting

detectors fault isolation and sensor loop operationbullFACP

shall be suitable for mixing different fire devices and beam

smoke detectors within the same loop to optimize field

wiringbullFACP shall have alarm indication of individual sensors

detector trouble alarm indication for dust accumulation The

panel shall check detector once in every 24 hours for

contamination for this purposebullThe FACP shall regularly

supervise all the sensors and devices on the loop and initiate

fire or trouble alarm whenever requiredbullFACP shall have 2

wire circuits to connect minimum of 126 addressable devices

per loopbullFACP shall be with repeater interface and suitable

24V battery with built in software and 2 x 40 character

alphanumeric LCD display and necessary front panel control

keys FACP shall display the date time and description for

Analog sensors to indicate alarms and trouble

situationsbullFACP switches shall allow authorized personnel to

accomplish the following ‐bullInitiate a general alarm

conditionbullSilence the local audiblebullSilence the alarm

signalsbullReset all zonespointsbullFACP shall have walk test

facilitybullShall have facility for programming from the key

board or utilizing PC set up software via laptopdesk top

Tender No SCLPS52019E0156401 45

computerbullShall have memory data for panel configuration

and operation reside in non‐volatile memory (EPROM)bullFACP

shall have facility for speech processor (to record pre‐

recorded message of 20 S) and also have Auto Dialer facility

(can dial up to 8 different lines)bullAll addressable units shall be

connected to the FACP through the loop cards and shall be

addressed though individualized numbers The FACP shall be

able to obtain analog value for all detectors in the circuit

through a pulsed digitized current data The FACP shall be

able to analyze all analog inputs from all addressable units

and though its own software and ambient level screening the

FACP shall be able to identify fire possible fire or fault

conditions The unit supervision shall be dynamic and

continuousbullThe FACP shall itself have all loop cards in it No

isolated mother board or transponder shall be

consideredbullShortopen circuit units shall also be reported at

the FACP in such cases the system through the use of fault

isolators shall be able to isolate that segment between the

two fault isolators The missing DetectorsDevices shall also

be reported to the FACP with identification of the

locationbullThe FACP shall have the facility to set smoke sensor

sensitivity remotely to either high sensitivity manually or on a

pre‐programmed sequence (Ie DayNight) period When an

alarm condition is sensed at the FACP from a smoke or heat

detector a delay timealarm verification period shall be

started If the sensor is still in alarm after the delay time

expired an alarm condition is reported The delay time shall

be adjustable from 0 to 990 secondsbullThe FACP shall have

either an in‐built or external printer coupled to the FACP

which shall log all events with time The printout shall clearly

indicate the event‐FirePre‐AlarmFault etc with the unit

address and timebullThe FACP shall also be able to discriminate

between false alarms and fire conditions as well as priority

selection of alarm in case alarm activities in two or more

Tender No SCLPS52019E0156401 46

remotely located units simultaneously In such cases the

Manual Call stations shall have the highest prioritybullThe FACP

shall also be able to actuate switches automatically in case of

Fire condition of AHUs and power supply or other system such

as piped pressurized gas supplybullThe system shall be fail safe

and adequate safe guards should be under taken that in the

event of a failure of a part of the system it shall not handicap

the complete system The loop cards shall be of Modular

constructionbullThe FACP shall have its own battery backup of a

minimum of 48 hours in normal run and then half an hour in

alarm condition The backup time calculation shall be done as

per TAC standards The Battery shall be 2 x 12V (24V) DC and

of sealed maintenance free type housed inside the FACPbullIt

shall be able to withstand temperature variations from 0

Degree Centigrade to 55 Degree Centigrade Further Relative

Humidity (non‐condensing type) up to 93 shall not hamper

its performance The voltage rating shall be from 17V DC to

31V DC though the voltage may be change depending upon

the working voltages of a proprietary FACPbullThe FACP shall be

totally enclosed dust and vermin proof type made of

minimum 16‐gauge dust inhibited sheet with even baked

finish The FACP shall be of completely solid state designbullThe

logic circuitry shall be based on high noise immunity solid‐

state hardware employing modular construction Logic cards

shall be of epoxy fiber glass constructionbullThe FACP shall have

EN 54ULFM approvalbullThe panel shall have an extra loop

card to serve as standby in case of burnout or malfunctioning

of any operating loop cardsbullThe FACP shall be capable of

being networked (future expansion) with other similar FACPs

located at different locations of SCL premises through a single

RS 485 busbullThe FACP shall have provision for interfacing with

the Public Address System

7 G Repeater panelScope comprises of supply and installation

Tender No SCLPS52019E0156401 47

of Repeater Panel which display fire fault message

simultaneously with the FACP bullIt shall be capable of

interfacing with the FACP on a single RS 485 Bus bullThe panel

shall be capable of operating on 24V DC supplybullThe

independent 24V DC supply source to be installed in MS

cubicle Box duly powder coated paint along with repeater

panelbullThe panel shall have 2 x 40‐character backlit display

which shall display date time and description of alarm

trouble events are that displayed in the panel shall be

powered from the FACPbullIt shall have control keys for sound

silence mute and to reset the FACP from the repeater

stationsbullThe repeater panel shall have the following LEDs

indicationsbullSupply bullFault bullMute bullSilent bullDisabled

bullFire

8 H Fire CableSupply and installation of 2Cx15mm2 Copper

extruded PVC inner sheath armored and overall FRLS PVC

outer sheathed 11 KV grade as per IS 7098 (Part I bearing ISI

certification) on existing cable traywallsoft soilhard soil as

required

9 I Fire Cable terminationSupplying and making end

termination with brass compression gland and copper lugs for

2Cx15mm2 Copper cable in MS Box of Size 4X4 installed

above the false ceilingwallsurface as required

10 J Junction Box for Fire devicesSupply installation testing and

commissioning of MS painted box Size 4X4 with ELMEX type

terminal block for loop in loop out of 2c x15 sq mm copper

armored cable and connection to the fire detector device on

wallsurfacerecess including wall cutting and providing

necessary hardware for mounting fixing including all

material for fixing as required

Tender No SCLPS52019E0156401 48

TECHNICAL SPECIFICATION‐4

Item Specifications ‐IV

Sl No Specifications Compliance

(Yes No)

Offered Specifications Remarks

1 A NetworksLAN The detailed specification for the network

rack switch cable cords IOs face plates etc and the

required accessories shall be as below CAT 6A or better cable

shall be laid in the PVC Conduit The detailed specifications

for the different component of networksLAN are as follows

2 bull Rack Supply installation testing and commissioning of UL

listed modular type 12U network rack with front glass door

and rear perforated door floor mounted Size 550x550 with

1 No of 5 port Octagonal PDU 515Amp with MCB and Fan

Tray with minimum 2 Fans The rack should have provision of

2 nos of cable manager duct type 1U and 2 vertical manager‐

concealed type Rack should be three sides openable with

front glass door and rear perforated door and provision of

cable entry from top and bottom both with proper earthing

kit as requiredRecommended Make Rittal Netrack

Schneider Valrack

3 bull Network Switch Supply amp installation of Network Switch in

Network Rack with the following specification as belowSwitch

shall haveamp61607Port Density Minimum 8 101001000

BaseT Ports amp 4‐1G SFP Ports ready for use with SFP module

Ports shall support PoE on all ports with PoE budget of

180Wamp61607Architecture Stand‐alone rack

mountableamp61607Bandwidth minimum 56Gbps of

switching bandwidth to support above listed ports in non‐

blocking configurationamp61607StackableScable support for

Tender No SCLPS52019E0156401 49

stacking multiple switchesamp61607Stacking backplane

bandwidth Access switch shall have additional port(s) for

providing minimum 40 Gbps stacking bandwidthamp61607L2

Features 8021x authentication spanning tree

etcamp61607Networkjflowsflow or equivalent provision for

Networkjflowsflow or equivalent supportamp61607Network

Management support Network Management through

command line interface (CLI) SNMP v1 v2c v3

httpsamp61607IPv6 Readiness IPv6 Readiness from day

1amp61607RegulatorySafety confirming to UL60950 amp

EN60950amp61607EALNIAP certified Model No shall be EAL

or NIAPNDPP certifiedRecommended Make Cisco Juniper

HP Brocade dell

4 bull CAT 6A Cable Supply and installationlaying of category 6A

or better 4 pair shielded cable UFTP or FUTP in PVC

Conduit sheath type low smoke zero halogen (LSZH) with

transmission properties amp electrical properties tested

minimum up to 500MHz amp verified by ETL amp comply with

ANSITIAEIA‐568‐C2 amp ISOIEC 11801 Recommended make

Commscope Schneider Molex Siemon

5 bull Patch Panel Supply installation testing and commissioning

of CAT6A PatchJack Panel of 24 Port fully loaded in Network

rack with port identification number with self‐adhesive clear

label holder Each portjack on the panel should be

individually removable on field from the panel and have

integrated rear cable management metallic shelf and have a

separate provision of grounding Recommended make

Commscope Schneider Molex Siemon

6 bull Patch Cords (1 meter) Supply installation testing and

commissioning of Patch Cords Cat 6A shielded 1 meter in

Network rack with 4 pair shielded copper wire factory pre

terminated with shielded RJ45 plugs Aluminumpolyester

Tender No SCLPS52019E0156401 50

shield screen material with low smoke Zero halogen sheath

comply to TIA‐568‐C2 Cat 6A in IOs of Network

RackRecommended make Commscope Schneider Molex

Siemon

7 bull Patch Cords (3 meter) Supply installation testing and

commissioning of Patch Cords Cat 6A shielded 3 meter in

Network rack with 4 pair shielded copper wire factory pre

terminated with shielded RJ45 plugs Aluminumpolyester

shield screen material with low smoke Zero halogen sheath

comply to TIA‐568‐C2 Cat 6A at field side Recommended

make Commscope Schneider Molex Siemon

8 bull Information outlet Supply and installation of Shielded Cat

6A information outlet UFTP or FUTP compliance to category

6A or better TIA568C2‐500MHz at field sideRecommended

make Commscope Schneider Molex Siemon

9 bull Face Plate (Dual) Supply and installation of single gang

square face plate (Dual) and SMB Box with a provision to

support variety of jacks‐ UTP STP etc at the field

sideRecommended make Commscope Schneider Molex

SiemonbullFace plate (single) Supply and installation of square

face plate ( single) with a provision to support variety of jacks‐

UTP STP etc at the field sideRecommended make

Commscope Schneider Molex Siemon

10 bull SMB Box Supply and installation of SMB Box for face plate

(DualSingle) as required Recommended make Commscope

Schneider Molex Siemon

11 bull Other Accessories amp61607Supply and Installation of

25mm electrical grade ISI mark PVC Conduit in

wallfloorslabsurface including wallfloor cutting and

making good the same as required Recommended make

Reputed ISI Markamp61607Supply and installation of OFC SM

Tender No SCLPS52019E0156401 51

OS2 Cable in existing 32mm HDPE pipe as

requiredamp61607Supply and Laying of 32mm HDPE pipe

direct in ground including excavation sand cushioning

protective covering and refilling the trench including standard

cable route marker etc as requiredamp61607Supply and

installation of SC simplex single‐mode LSZH pigtail 1m as

requiredamp61607Supply and installation of adaptor plate

with 3 SC duplex SM adaptors as requiredamp61607Splicing of

OFC as per Core as requiredamp61607Supply and installation

of accessories for making the Chamber Pit‐ 1Mtr Depth with

Lid for housing OFC as requiredamp61607Trenching of

HardSoft Soil as required

12 B Paging The scope includes supply installation testing and

commissioning of Supply and installation of IP 65 or better

explosion proofWP loud speaker anticorrosive powder

coated red (RAL‐3000) suitable for Zone I amp II Class II C

Hardware SS304 as per IS2148 and equivalent to model FLSR

25 of Baliga with necessary support gland as required and

installing the same on wallsurface with GI supports as

required and connecting the same with wire The Scope also

includes supply and installation of 2Cx15mm2 FRLS armored

and PVC sheath twisted pair wire their termination tagging

glanding earthing etc as required for speakers and other

accessories requires for smooth commissioning of the paging

system

Vendor Specificied Terms

Description Vendor Terms

Tender No SCLPS52019E0156401 52

1Delivery Term

Prices shall be quoted on F O R destination basis ie S C L S A S Nagar Mohali

Punjab exclusive of GST and taxes as may be applicable

2 GST

Purchaser is entitled to concessional GST of 5 as per Ministry of Finance

Department of Revenue Notification No 472017 Integrated Tax (Rate) both

dated 14th November 2017 respectively and would accordingly issue Exemption

Certificate in favour of the contractor quoting in Indian Rupees The bidder

should take note of the same while quoting the prices in Indian Rupees GST on

installation services shall be applicable 18

3 DELIVERY SCHEDULEPERIOD OF COMPLETION

The time allowed for supply installation testing and commissioning of the entire

works shall be 06 (Six) months to be reckoned form the 7th day of issue of

purchase order

4 IMPORTANT

This being a two part Tender Technical and Commercial parts separate the

bidder should not attach any document(s) containing pricing information with

technical part The Contractor will provide Un priced commercial offer in

envelope 1 (Technical Part) as an attachment

The tenders containing price information in Technical Part will be treated as

unsolicited offers and rejected Contractor to confirm that Price bid is not

attached in Envelope 1 ie Technical Part

Priced Commercial offer if any should be attached in Envelope 2 (Price Bid)

under Supporting Documents from Vendor (Commercial) as an attachment

5 The prices shall remain firm until completion of entire project including

extended period if any No cost escalation shall be applicable for the work

Tender No SCLPS52019E0156401 53

6 SECURITY DEPOSIT

a) On acceptance of the tender the Contractor shall submit security deposit for

ten percent (10 percent) of the value of the Contract within 15 days from the

date of purchase order If the Contractor fails toprovide the security within the

period specified such failure shall constitute a breach of the Contract and the

Purchaser shall be entitled to make other arrangements for the re purchase of

the stores contracted at the cost and risk of the Contractor

b) Security Deposit shall be submitted through Demand Draft Bankers Cheque

fixed deposit receipt or Bank Guarantee from any of the Scheduled Banks

executed on nonjudicial stamp paper of appropriate value and shall be valid for

a period of sixty (60) days beyond the date for completion of the Purchase

OrderContract

c) In case the contractor fails to furnish the security deposit within the specified

date or extended due date the Purchase OrderContract shall be cancelled and

in addition appropriate penal action may also be considered

d) After the Purchase OrderContract is successfully executed in all respects the

Bank Guarantee towards Security Deposit may be discharged and retained

amount shall be refunded to vendors

e) In the event of non execution of the Purchase orderContract or breach of any

terms and conditions of the Purchase Order the Security Deposit shall be

forfeited

7 Warranty

The Contractor shall provide for the tendered job comprehensive warranty for

parts as well as labour for a period of 12 months from the date of successful

installation commissioning and testing of the system at Purchasers site at no

extra charges against any manufacturing defectfaulty workmanship In case any

defect arises during warranty period the Contractor should replacerectify the

same at its own cost at siteworks

The LED light fittings and its driver unit etc shall have warranty for a period of 5

Tender No SCLPS52019E0156401 54

years from the date of installation and commissioning

8 Warranty Replacements

All replacement parts if any shall be supplied by the Contractor free of cost on F

O R Purchaser site at S A S Nagar Punjab basis

9 TERMS OF PAYMENT

The payment shall be remitted as under

90 of the value of the materials supplied shall be paid within 30 days of the

receipt of the materials at purchaser site and the balance 10 amount along

with 100 installation charges shall be payable on successful installation

commissioning and acceptance of the entire project at Purchasers site against a

Performance Bank Guarantee

10 PERFORMANCE BANK GUARANTEE (PBG)

The Contractor shall furnish a Bank Guarantee (as per format given by purchaser)

from any nationalized scheduled bank for an amount equivalent to 10 of the

value of the Contract and shall be valid for a period of 60 days beyond the expiry

date of warranty period On the performance and completion of the Contract in

all respects the Bank Guarantee will be returned to the Contractor without any

interest

11 VALIDITY

The tender must be valid for a minimum period of 120 days from the date of

opening of Technical bid and 90 days after opening of Price bid

The tender where the validity period is shorter than the period specified in the

tender enquiry shall be excluded from the procurement process

12 Quantity Variation

The quantities indicated against each items in the Bill of Quantities (BOQ) are

indicative and are for the purpose of bidding only Variation in quantities up to

Tender No SCLPS52019E0156401 55

+25 percent shall be carried out by the contractor on the agreedPurchase order

(PO) rates and terms amp conditions as in the purchase order (PO)

13 GUARANTEED TIME DELIVERY

The time for and the date of delivery stipulated in the Purchase Order shall be

deemed to be the essence of the Contract Delivery must be completed within

the date specified therein

14 Extra Items

In case of extra items (that are completely new and are in addition to the items

contained in the contract) the contractor may claim rates supported by proper

analysis and purchaser engineer in charge of the work shall after giving

consideration to the analysis of the rates submitted by the contractor determine

the rates on the basis of market rates and the contractor shall be paid in

accordance with the rates so determined The contractor(s) profit amp OH shall be

factored in the rate analysis 15

15 CONSIGNEE

Sr Purchase and Stores Officer (Stores)

Semi Conductor Laboratory

Sector 72 SAS Nagar (Mohali) Punjab

India 160 071

16 INSTALLATION AND COMMISSIONING

Installation commissioning and demonstration of performance of the tendered

stores as per Purchaser tendered specifications shall be carried out by the

Contractor at Purchaser site at S A S Nagar Punjab India

The Contractor shall provide in advance guidelines for preparation of the

installation site and list of items to be supplied by Purchaser during installation

Tender No SCLPS52019E0156401 56

On receipt of intimation from the Purchaser the Contractor shall depute its

engineer(s) to Purchaser site within two weeks to carry out installation and

commissioning and will demonstrate the functionality of the tendered

equipment to Purchaser specifications as per mutually agreed acceptance

procedure The Contractor shall be responsible for any lossdamages sustained

due to delay on the part of the Contractor to send its engineer for installation

and commissioning

Failure to commission the tendered equipment successfully shall entitle

Purchaser to full refund of the payment made and the interest thereon Decision

regarding successful installation and commissioning shall rest solely with the

Purchaser

17 REJECTION

In the event that any of the stores supplied by the Contractor is found defective

in material or workmanship or otherwise not in conformity with the

requirements of the Contract specifications the purchaser shall either reject the

stores or request the Contractor in writing to rectify the same The Contractor

on receipt of such notification shall either rectify or replace the defective stores

free of cost to the purchaser If the Contractor fails to do so the purchaser may

at his option either

a) replace or rectify such defective stores and recover the extra cost so involved

from the Contractor or

b) terminate the Contract for default as provided in this tender document

18 EXTENSION OF TIME

If the completion of supply of stores is delayed due to reason of force majeure

such as acts of god acts of public enemy acts of Government fires floods

epidemics quarantine restriction strikes freight embargoes etc the

Contractor shall give notice within 15 days to the purchaser in writing of his

claim for an extension of time The purchaser on receipt of such notice after

verification if necessary may agree to extend the Contract delivery date as may

Tender No SCLPS52019E0156401 57

be reasonable but without prejudice to other terms and conditions of the

Contract

19 DELAY IN COMPLETIONLIQUIDATED DAMAGES

If the Contractor fails to deliver the stores within the time specified in the

Contract or any extension thereof the purchaser shall recover from the

Contractor as liquidated damages a sum of one half of one percent (05 percent)

of the Contract price of the undelivered stores for each calendar week of delay

The total liquidated damages shall not exceed ten percent (10 percent) of the

Contract price of the unit or units so delayed Stores will be deemed to have

been delivered only when all their component parts are also delivered If certain

components are not delivered in time the stores will be considered as delayed

until such time as the missing parts are delivered Delivery of stores shall be

complete on Installation commissioning Testing and Acceptance

20 INSPECTION AND ACCEPTANCE TEST

The Purchasers representatives shall also be entitled at all reasonable times

during manufacture to inspect examine and test on the Contractors premises

the material and workmanship of all stores to be supplied under this Contract

and if part of the said stores is being manufactured on other premises the

Contractor shall obtain for the purchasers representative permission to inspect

examine and test as if the equipment were being manufactured on the

Contractors premises

Such inspection examination and testing shall not release the Contractor from

the obligations under this Contract

For tests on the premises of the Contractor or of any of his sub Contractors the

Contractor shall provide free of cost assistance labour material electricity fuel

and instruments as may be required or as may be reasonably needed by the

purchasers representative to carry out the tests efficiently

When the stores have passed the specified test the purchaser representative

shall furnish a certificate to the effect in writing to the Contractor The

Tender No SCLPS52019E0156401 58

Contractor shall provide copies of the tests certificates to the purchaser as may

be required

21 Labour Law Contractor shall abide by all labour laws rules and regulations

which are prevailing and as enforced from time to time and SCL shall not be

responsible for any accident or mishap during the course of the contract to any

of engineer labour employee by the Contractor The contractor shall also ensure

that the statutory obligations with regards to the employment of labour under

law are complied properly and timely

22 ARBITRATION

In the event of any disputes differences or claims arising out of or relating to

the interpretation and application of the Contract such disputes or differences

or claims shall be settled amicably by mutual consultations of the good Offices

of the respective Parties and recognizing their mutual interests attempt to reach

a solution satisfactory to both the parties If such a resolution is not possible

within 30 days from the date of receipt of written notice of the existence of such

disputes then the unresolved disputes or differences or claims shall be

referred to the Sole Arbitrator appointed by the Parties by mutual consent in

accordance with the rules and procedures of Arbitration and Conciliation Act

1996 as amended from time to time The arbitration shall be conducted in New

Delhi in the Arbitration and Conciliation Centre New Delhi (Domestic and

International) as per its rules and regulations The expenses for the Arbitration

shall be shared equally or as may be determined by the Arbitrator The

considered and written decision of the Arbitrator shall be final and binding

between the Parties The applicable language for Arbitration shall be English

only Work under the Contract shall be continued by the CONTRACTOR during

the pendency of arbitration proceedings without prejudice to a final adjustment

in accordance with the decision of the Arbitrator unless otherwise directed in

writing by the DEPARTMENT or unless the matter is such that the works cannot

be possibly continued until the decision (whether final or interim) of the

Arbitrator is obtained

23 APPLICABLE LAWS The contract shall be interpreted construed and

Tender No SCLPS52019E0156401 59

governed by laws of IndiaThe contract shall be subject to exclusive Jurisdiction

of the Court of SAS Nagar (Mohali) Punjab India irrespective of anything

mentioned in any correspondences or otherwise

24 Any Other Term

Tender No SCLPS52019E0156401 60

Supporting Documents from Vendor

Attachment ‐ I

Attachment ‐ II

Price Bid Form

Item Description Slab Range Qty UOM Currency Unit Price Total Price

Supply of MCC Panels cables

cable trays lightings etc for

electrical distribution system

including fire detection

system LAN Paging etc for

the Chemical Store building as

per detailed specifications

technical write‐updrawings

attached

‐ 1 Lot ‐ ‐ ‐

Installation Testing and

Commissioning of MCC

Panels cables cable trays

lightings etc for electrical

distribution system including

fire detection system LAN

Paging etc for the Chemical

Store building as per detailed

specifications technical write‐

updrawings attached

‐ 1 Lot ‐ ‐ ‐

Tender No SCLPS52019E0156401 61

Break‐up of other taxes and other costs should be specified in respective narration columns

Sum of these Break‐up values should be specified in respective value columns

Supporting Documents from Vendor (Commercial)

Document attachment with price bid

Attachment ‐ I

Attachment ‐ II

  • pdf_document_tndr_notc_electrical_distribution_system_051119
  • pdf_document_tndr_doc_electrical_distribution_system_051119
Page 5: -72, -160071 चंडीगढ़ के समीप पंजाब भारत...स म -क डक टर ल ब र टर /Semi-Conductor Laboratory अ त रक ष वभ

Tender No SCLPS52019E0156401 4

tenderer in his bid The tenderer should also indicate the MakeType number of the stores offered and

provide catalogues technical literature along with the quotations Test Certificates wherever necessary

should be forwarded along with supplies 20 The tenderer should provide the name of his bankers as

well as the latest Income Tax clearance certificate duly countersigned by the Income Tax Officer of the

Circle concerned under the seal of his office if required by the Purchaser during evaluation of tender

21 Subletting and Assignment The contractorsupplier cannot sublet transfer or assign the

orderContract or any part thereof or interests therein or benefit or advantage thereof in any manner

whatsoever to any other party save with the previous written consent of the purchaser Such consent

by the purchaser however shall not relieve or discharge the contractorsupplier from any obligation

duty or responsibility under the Purchase Order Contract

22 The contractorsupplier shall indemnify the purchaser against Workmen Compensation Act

23 The authority of the person submitting the tender if called for should be produced

24 The bids shall be opened as per schedule indicated in the Tender in the presence of the bidderstheir

authorized representatives who may like to attend the tender opening against presentation of

Authorization letter Due to any breakdown in serverlink bid opening will be continued on the

following dates

The schedule of opening of Price bids shall be intimated separately to the technically qualified bidders

only

25 PROCEDURE FOR EVALUATION OF TENDERS

Technical Evaluation Criteria

Vendor meeting the eligibility criteria and basic technical specifications mentioned in SCL Tender shall

be considered to be technically qualified

Evaluation of Price Bids

The following elements shall be considered for evaluation of Priced Commercial offer

a Price quoted by the bidder in the price bid template for meeting the functionalities given in the

Tender and Technical Specifications sheet Bid shall be evaluated on overall cost basis b Compliance

with the Payment Terms prescribed in this tender document In the event the bidder offers Payment

Terms stringent than SCL prescribed Payment Terms the bid of the bidder shall be loaded based on Base

Rate of SBI prevailing on the date of opening of price bids

c In the event of the bidder seeking a Confirmed Letter of Credit the bidders bid shall be loaded at the

rate 05 percent of the LC value towards confirmation charges

d In the event of the bidder requiring SCL to bear bank charges outside India (foreign bank charges) the

bidders bid shall be loaded at the rate 05percent of the LC value towards bank charges outside India

Tender No SCLPS52019E0156401 5

26 The bid should contain the following information

a Agency Commission Bidders are required to provide the following information in respect of their

authorised Indian Agent if any alongwith technical bid as the same is mandatory as is required for

consideration of the bid Name Address Telephone no fax no email of the Indian Agent including the

contact person A letter from the Manufacturersupplier in the current date certifying that the said

Indian Agent is their authorised Indian Agent and also indicating the responsibilitiesrole of the Indian

Agent under the proposed purchase Renumerationservice charges payable to the Indian Agent under

the proposed purchase The amount of agency commission included in the price and payable to Indian

Agent of the contractor shall be paid directly to the Indian Agents by the Purchasers in equivalent in

Indian rupees on the basis of an invoice from him applying TT buying rate of exchange ruling on the date

of placement of the Purchase Order and which shall not be subject to any further exchange variations

The payment will be released to the Indian Agents within 30 days from the date of acceptance of the

goods

b Details of any technical service if required for erection assembly commissioning and

demonstration

27 The FOBFCA prices quoted should be inclusive of all taxes levies duties arising in the tenderer

country

28 The details of Import License will be furnished in the Purchase Order

29 Instructionoperation manual containing all assembly details including wiring diagrams should be

sent wherever necessary in duplicate All documentscorrespondence should be in English Language

only

30 Part shipment is not allowed unless specifically agreed to by us

31 As far as possible stores should be dispatched by Indian Flagged Vessels Air India or through any

Agency nominated by us

32 RECOVERY OF SUM DUE

Whenever any claim for the payment of whether liquidated or not money arising out of or under this

Contract against the Contractor the purchaser shall be entitled to recover such sum by appropriating in

part or whole the security deposited by the Contractor if a security is taken against the Contract In the

event of the security being insufficient or if no security has been taken from the Contractor then the

balance or the total sum recoverable as the case may be shall be deducted from any sum then due or

which at any time thereafter may become due to the Contractor under this or any other Contract with

the purchaser Should this sum be not sufficient to cover the full amount recoverable the Contractor

shall pay to the purchaser on demand the remaining balance due Similarly if the purchaser has or

makes any claim whether liquidated or not against the Contractor under any other Contract with the

purchaser the payment of all moneys payable under the Contract to the Contractor including the

Tender No SCLPS52019E0156401 6

security deposit shall be withheld till such claims of the purchaser are finally adjudicated upon and paid

by the Contractor

33 LANGUAGE AND MEASURES

All documents pertaining to the Contract including specification schedule notice correspondence

operating and maintenance instructions drawings or any other writings shall be written in English

language The metric system of measurement shall be used exclusively in the Contract

34TECHNICAL DOCUMENTATION

The Contractor shall provide installation operation maintenance and programming manual All

documentation shall be in English language

35 CONTRACTORS DEFAULT LIABILITY

The purchaser may upon written notice of default to the Contractor terminate the Contract in

whole or in part in circumstances detailed hereunder

a) If in the judgement of the Purchaser the Contractor fails to make delivery of Stores within the

time specified in the Contractagreement or within the period for which extension has been

granted by the Purchaser to the Contractor

b) If in the judgment of the Purchaser the Contractor fails to comply with any of the other provisions of

this Contract

In the event the Purchaser terminates the Contract in whole or in part as provided in this tender

document the Purchaser reserves the right to Purchase upon such terms and in such a manner as he

may deem appropriate stores similar to that terminated and the Contractor shall be liable to the

Purchaser for any additional costs for such similar stores andor for liquidated damages for delay as

defined in Clause 24 until such reasonable time as may be required for the final supply of stores

A) If this Contract is terminated as provided in this tender document the Purchaser in addition to any

other rights provided in this Article may require the Contractor to transfer title and deliver to the

Purchaser under any of the following clauses in the manner and as directed by the Purchaser

a) Any completed stores

b) Such partially completed stores

drawing information and Contract rights (hereinafter called manufacturing material) as the Contractor

has specifically produced or acquired for the performance of the Contract as terminated The Purchaser

shall pay to the Contractor the Contract price for completed stores delivered to and accepted by the

purchaser and for manufacturing material delivered and accepted

B) In the event the Purchaser does not terminate the Contract as provided in this tender document the

Contractor shall continue the performance of the Contract in which case he shall be liable to the

Tender No SCLPS52019E0156401 7

purchaser for liquidated damages for delay as set out in this tender document until the stores are

accepted

DOS PM‐ 20

INSTRUCTIONS TO TENDERERS AND TERMS CONDITIONS OF TENDER

1 Bid Open Authorization shall be submitted on line only complying specified schedule

2 Late tenders and delayed tenders will not be considered

3 GST andor other dutieslevies legally leviable and intended to be claimed should be distinctly shown

separately in the tender

4 (a) Your quotation should be valid for 90 days (single part tender) and 120 days (two part tender)

from the date of opening of the tender

(b)Prices are required to be quoted according to the units indicated in the annexed tender form

When quotations are given in terms of units other than those specified in the tender form relationship

between the two sets of units must be furnished

5 Preference will be given to those tenders offering supplies from ready stocks and on the basis of FOR

destinationdelivery at site

6 (a) All available technical literature catalogues and other data in support of the specifications and

details of the items should be furnished along with the offer

(b) Samples if called for should be submitted free of all charges by the tenderer and the Purchaser

shall not be responsible for any loss or damage thereof due to any reason whatsoever In the event of

non acceptance of tender the tenderer will have to remove the samples at his own expense

(c) Approximate net and gross weight of the items offered shall be indicated in your offer If

dimensional details are available the same should also be indicated in your offer

(d) Specifications Stores offered should strictly confirm to our specifications Deviations if any should

be clearly indicated by the tenderer in his quotation The tenderer should also indicate the MakeType

number of the stores offered and provide catalogues technical literature and samples wherever

necessary along with the quotations Test Certificates wherever necessary should be forwarded along

with supplies Wherever options have been called for in our specifications the tenderer should address

all such options Wherever specifically mentioned by us the tenderer could suggest changes to

specifications with appropriate response for the same

Tender No SCLPS52019E0156401 8

7 The purchaser shall be under no obligation to accept the lowest or any tender and reserves the right

of acceptance of the whole or any part of the tender or portions of the quantity offered and the

tenderers shall supply the same at the rates quoted

8 The tenderer should supply along with his tender the name of his bankers as well as the latest

Income Tax clearance certificate duly countersigned by the Income Tax Officer of the Circle concerned

under the seal of his office if required by the Purchaser

9 The Purchaser reserves the right to place order on the successful tenderer for additional quantity up

to 25 of the quantity offered by them at the rates quoted

10 The authority of the person signing the tender if called for should be produced

TERMS CONDITIONS OF TENDER

1 DEFINITIONS

(a) The term PURCHASER shall mean the President of India or his successors or assigns

(b) The term CONTRACTOR shall mean the person firm or company with whom or with which the

order for the supply of stores is placed and shall be deemed to include the Contractors successors

representative heirs executors and administrators unless excluded by the Contract

(c) The term STORES shall mean what the Contractor agrees to supply under the Contract as specified

in the Purchase Order including erection of plants machinery and subsequent testing should such a

condition is included in the Purchase Order

(d) The term PURCHASE ORDER shall mean the communication signed on behalf of the Purchaser by an

Officer duly authorised intimating the acceptance on behalf of the Purchaser on the terms and

conditions mentioned or referred to in the said communication accepting the tender or offer of the

Contractor for supply of stores or plant machinery or equipment or part thereof

2 PRICESTender offering firm prices will be preferred Where a price variation clause is insisted upon by

a tenderer quotation with a reasonable ceiling should be submitted Such offers should invariably be

supported by the base price taken into account at the time of tendering and also the formula for any

such variations

3 SECURITY DEPOSITOn acceptance of the tender the Contractor shall at the option of the Purchaser

and within the period specified by him deposit with him in cash or in any other form as the Purchaser

may determine security deposit not exceeding ten percent of the value of the Contract as the Purchaser

shall specify If the Contractor is called upon by the Purchaser to deposit AtildelsaquoAringldquoSecurity and the

Contractor fails to provide the security within the period specified such failure shall constitute a breach

of the Contract and the Purchaser shall be entitled to make other arrangements for the re purchase of

Tender No SCLPS52019E0156401 9

the stores contracted at the risk of the Contractor in terms of Sub Clause (ii) and (iii) of clause 10(b)

hereof andor to recover from the Contractor damages arising from such cancellation

4 GUARANTEE REPLACEMENT

(a) The Contractor shall guarantee that the stores supplied shall comply fully with thespecifications laid

down for material workmanship and performance

(b) For a period of twelve months after the acceptance of the stores if any defects arediscovered

therein or any defects therein found to have developed under proper use arising from faulty stores

design or workmanship the Contractor shall remedy such defects at his own cost provided he is called

upon to do so within a period of 14 months from the date of acceptance thereof by the purchaser who

shall state in writing in what respect the stores or any part thereof are faulty

(c) If in the opinion of the purchaser it becomes necessary to replace or renew any efective stores

such replacement or renewal shall be made by the Contractor free of all costs to the purchaser

provided the notice informing the Contractor of the defect is given by the purchaser in this regard within

the said period of 14 months from the date of acceptance thereof

(d) Should the Contractor fail to rectify the defects the purchaser shall have the right to reject or

repair or replace at the cost of the Contractor the whole or any portion of the defective stores

(e) The decision of the purchaser notwithstanding any prior approval or acceptance or inspection

thereof on behalf of the purchaser as to whether or not the stores supplied by the Contractor are

defective or any defect has developed within the said period of 12 months or as to whether the nature

of the defects requires renewal or replacement shall be final conclusive and binding on the Contractor

(f) To fulfil guarantee conditions outlined in clause 4 (a) to (e) above the Contractor shall at the

option of the purchaser furnish a Bank Guarantee (as prescribed by the purchaser) from a Bank

approved by the purchaser for an amount equivalent to 10 of the value of the Contract along with first

shipment documents On the performance and completion of the Contract in all respects the Bank

Guarantee will be returned to the Contractor without any interest

(g) All the replacement stores shall also be guaranteed for a period of 12 months from the date of

arrival of the stores at purchasers site

(h) Even while the 12 months guarantee applies to all stores in case where a greater period is called

for by our specifications then such a specification shall apply in such cases the period of 14 months

referred to in para 4 (b) (c) shall be the asked for guarantee period plus two months

5 PACKING FORWARDING INSURANCEThe Contractor will be held responsible for the stores being

sufficiently and properly packed for transport by rail road sea or air to withstand transit hazards and

ensure safe arrival at the destination The packing and marking of packages shall be done by and at the

expense of the Contractor The purchaser will not pay separately for transit insurance all risks in transit

Tender No SCLPS52019E0156401 10

being exclusively of the Contractor and the Purchaser shall pay only for such stores as are actually

received in good condition in accordance with the Contract

6 DESPATCHThe Contractor is responsible for obtaining a clear receipt from the Transport Authorities

specifying the goods dispatched The consignment should be dispatched with clear Railway

ReceiptLorry Receipt If sent in any other mode it shall be at the risk of the Contractor Purchaser will

take no responsibility for short deliveries or wrong supply of goods when the same are booked on said

to contain basis Purchaser shall pay for only such stores as are actually received by them in accordance

with the Contract

7 TEST CERTIFICATEWherever required test certificates should be sent along with the dispatch

documents

8 ACCEPTANCE OF STORES

(a) The stores shall be tendered by the Contractor for inspection at such places as may be specified by

the purchaser at the Contractors own risk expense and cost

(b) It is expressly agreed that the acceptance of the stores Contracted for is subject to final approval

by the purchaser whose decision shall be final

(c) If in the opinion of the purchaser all or any of the stores do not meet the performance or quality

requirements specified in the Purchase Order they may be either rejected or accepted at a price to be

fixed by the purchaser and his decision as to rejection and the prices to be fixed shall be final and

binding on the Contractor

(d) If the whole or any part of the stores supplied are rejected in accordance with Clause No 8 (c)

above the purchaser shall be at liberty with or without notice to the Contractor to purchase in the

open market at the expense of the Contractor stores meeting the necessary performance and quality

Contracted for in place of those rejected provided that either the purchase or the agreement to

purchase from another supplier is made within six months from the date of rejection of the stores as

aforesaid

9 REJECTED STORESRejected stores will remain at destination at the Contractors risk and responsibility

If instructions for their disposal are not received from the Contractor within a period of 14 days from the

date of receipt of the advice of rejection the purchaser or his representative has at his discretion the

right to scrap or sell or consign the rejected stores to Contractors address at the Contractors entire risk

and expense freight being payable by the Contractor at actuals

10 DELIVERY

(a) The time for and the date of delivery of the stores stipulated in the Purchase Order shall be deemed

to be the essence of the Contract and delivery must be completed on or before the specified dates

Tender No SCLPS52019E0156401 11

(b) Should the Contractor fail to deliver the stores or any consignment thereof within the period

prescribed for such delivery the purchaser shall be entitled at his option either

(i) to recover from the Contractor as agreed liquidated damages and not by way of penalty a sum of

05 per week of the price of any stores which the Contractor has failed to deliver as aforesaid or during

which the delivery of such store may be in arrears subject to a minimum of 10 or

(ii) to purchase from elsewhere without notice to the Contractor on the account and at the risk of the

Contractor the stores not delivered or others of a similar description (where others exactly complying

with the particulars are not in the opinion of the purchaser readily procurable such opinion being

final) without cancelling the Contract in respect of the consignment (s) not yet due for delivery or

(iii) to cancel the Contract or a portion thereof and if so desired to purchase or authorise the purchase of

stores not so delivered or others of a similar description (where others exactly if complying with the

particulars are not in the opinion of the purchaser readily procurable such opinion final) at the risk and

cost of the Contractor In the event of action being taken under sub clause (ii) (iii) of clause 10 (b) above

the Contractor shall be liable for any loss which the purchaser may sustain on that account provided

that the re purchase or if there is an agreement to repurchase then such agreement is made within six

months from the date of such failure But the Contractor shall not be entitled to any gain on such re

purchase made against default The manner and method of such re purchase shall be at the discretion of

the purchaser whose decision shall be final It shall not be necessary for the purchaser to serve a notice

of such re purchase on the defaulting Contractor This right shall be without prejudice to the right of the

purchaser to recover damages for breach of Contract by the Contractor

11EXTENSION OF TIMEAs soon as it is apparent that the Contract dates cannot be adhered to an

application shall be sent by the Contractor to the purchaser If failure on the part of the Contractor to

deliver the stores in proper time shall have arisen from any cause which the purchaser may admit as

reasonable ground for an extension of the time (and his decision shall be final) he may allow such

additional time as he considers it to be justified by circumstances of the case without prejudice to the

purchasers right to recover liquidated damages under clause 10 thereof

12 ERECTION OF PLANT MACHINERYWherever erection of a plant or machinery is the responsibility of

the Contractor as per the terms of the Contract and in case the Contractor fails to carry out the erection

as and when called upon to do so within the period specified by the purchaser the purchaser shall have

the right to get the erection done through any source of his choice In such an event the Contractor

shall be liable to bear any additional expenditure that the purchaser is liable to incur towards erection

The Contractor shall however not be entitled to any gain due to such an action by the purchaser

13 PAYMENT Contractors bill will be passed for payment only after the stores have been received

inspected and accepted by the Purchaser

14 MODE OF PAYMENT Normally payment will be made for the accepted stores within 30 days from

the date of receipt of the materials

Tender No SCLPS52019E0156401 12

15 RECOVERY OF SUM DUE Whenever any claim for the payment of whether liquidated or not money

arising out of or under this Contract against the Contractor the purchaser shall be entitled to recover

such sum by appropriating in part or whole the security deposited by the Contractor if a security is

taken against the Contract In the event of the security being insufficient or if no security has been taken

from the Contractor then the balance or the total sum recoverable as the case may be shall be

deducted from any sum then due or which at any time thereafter may become due to the Contractor

under this or any other Contract with the purchaser Should this sum be not sufficient to cover the full

amount recoverable the Contractor shall pay to the purchaser on demand the remaining balance due

Similarly if the purchaser has or makes any claim whether liquidated or not against the Contractor

under any other Contract with the purchaser the payment of all moneys payable under the Contract to

the Contractor including the security deposit shall be withheld till such claims of the purchaser are

finally adjudicated upon and paid by the Contractor

16 INDEMNITY The Contractor shall warrant and be deemed to have warranted that all stores supplied

against this Contract are free and clean of infringement of any Patent Copyright or Trademark and shall

at all times indemnify the purchaser against all claims which may be made in respect of the stores for

infringement of any right protected by Patent Registration of design or Trade mark and shall take all risk

of accidents or damage which may cause a failure of the supply from whatever cause arising and the

entire responsibility for sufficiency of all means used by him for the fulfilment of the contact

17 ARBITRATION In the event of any disputes differences or claims arising out of or relating to the

interpretation and application of the Contract such disputes or differences or claims shall be settled

amicably by mutual consultations of the good Offices of the respective Parties and recognizing their

mutual interests attempt to reach a solution satisfactory to both the parties If such a resolution is not

possible within 30 days from the date of receipt of written notice of the existence of such disputes

then the unresolved disputes or differences or claims shall be referred to the Sole Arbitrator

appointed by the Parties by mutual consent in accordance with the rules and procedures of Arbitration

and Conciliation Act 1996 as amended from time to time The arbitration shall be conducted in New

Delhi in the Arbitration and Conciliation Centre New Delhi (Domestic and International) as per its rules

and regulations The expenses for the Arbitration shall be shared equally or as may be determined by

the Arbitrator The considered and written decision of the Arbitrator shall be final and binding between

the Parties The applicable language for Arbitration shall be English only

Work under the Contract shall be continued by the CONTRACTOR during the pendency of arbitration

proceedings without prejudice to a final adjustment in accordance with the decision of the Arbitrator

unless otherwise directed in writing by the Purchaser or unless the matter is such that the works cannot

be possibly continued until the decision (whether final or interim) of the Arbitrator is obtained

18 COUNTER TERMS AND CONDITION OF SUPPLIERS Where counter terms and conditions printed or

cyclostyled conditions have been offered by the supplier the same shall not be deemed to have been

accepted by the Purchaser unless specific written acceptance thereof is obtained

Tender No SCLPS52019E0156401 13

19 SECURITY FOR PURCHASE OF MATERIALS Successful tenderer will have to furnish in the form of a

bank guarantee or any other form as called for by the purchaser towards adequate security for the

materials and properties provided by the Purchaser for the due execution of the Contract

20 In eprocurement system submission of bid is a two step process After submission of their bids

bidders have to wait for bid sealing by Purchaser Subsequently bidders have to complete open

authorization in the eprocurement system to enable the Purchaser to open the bid If open

authorization is not completed by the bidder then Purchaser will not be able to open the bid and the

bid becomes invalid

In case bidder encounters any technical snag pertaining to eprocurement system while acting on the

tender computer screen shot of the error message with date time stamp on the web browser along

with the query shall be e mailed by the bidder to the help desk for resolution of the problem at least 2

working days before the due date and time of bid submission The contact detail of the help desk is

available on the home page of the eprocurement website

Purchaser will make all efforts to resolve technical queries reported by the bidders but will not be bound

to do so if the problems are reported beyond the time mentioned above Purchaser will not be

responsible for non submission of bids for such cases

The time taken to ascertain evaluate and suggest a solution for the problem reported by bidder may

vary from case to case Hence bidders are advised to submit the bid well in advance before closing date

and time to avoid last minute issues

DOS PM‐ 22

Instruction to Tenderer

1 Bid Open Authorization shall be submitted online only complying specified schedule and complete in

all respects with technical specifications including pamphlets and catalogues

2 A Proforma Invoice may also be given which should contain the following information

a) The FOBFCA value the C and F value for import by Sea freight Air freight up to and for air parcel

post up to should be separately indicated

b) Agency Commission The amount of commission included in the price and payable to the Indian Agent

of the Contractor shall be paid directly to the Indian Agent by the Purchaser in equivalent Indian Rupees

on the basis of an Invoice from him applying TT buying rate of exchange ruling on the date of

placement of the Purchase Order and which shall not be subject to any further exchange variations This

payment will be released to the Indian Agent immediately after Customs clearance of the goods in India

Tender No SCLPS52019E0156401 14

c) The Contractor shall invoice only for the net amount payable to deducting the amount of Agency

Commission included in the invoice which will be paid to the Indian Agent directly by the Purchaser

However the Contractors invoice should separately reflect the amount of commission payable to his

Indian Agent

d) The earliest delivery period and country of origin of the Stores

e) Bankers name address telephonefax Nos and eMail ID of the Contractor

f) The approximate net and gross weight and dimensions of packages cases

g) Recommended spares for satisfactory operation for a minimum period of one year

h) Details of any technical service if required for erection assembly commissioning and demonstration

3 The FOBFCA and C and F prices quoted should be inclusive of all taxes levies duties arising in the

tenderers country

4 The offer should be valid for a minimum period of 90 days (single part tender) and 120 days (Two part

tender) from the due date of opening of the tender

5 Samples if called for should be sent free of all charges

6 Late and delayed tenders will not be considered Quotations by cable must be followed by detailed

offers

7 Offers made by Indian Agents on behalf of their Principals should besupported by the proforma

invoice of their Principals

8 The details of Import Licence will be furnished in the Purchase Order

9 The authority of person signing the tender if called for shall be produced

10 Instructions Operation Manual containing all assembly details including wiring diagrams should be

sent wherever necessary in duplicate All documents correspondence should be in English language

only

11 The Purchaser reserves the right to accept or reject the lowest or any offer in whole or part without

assigning any reason

12 It is expressly agreed that the acceptance of the Stores Contracted for is subject to final approval in

writing by the Purchaser

13 a) Part shipment is not allowed unless specifically agreed to by us

b) As far as possible stores should be despatched by Indian Flag Vessels Air India through any Agency

nominated by us

Tender No SCLPS52019E0156401 15

14 Inspection Test Certificate should be provided for the goods after testing it thoroughly at the

Contractors works If any Inspection by Lloyds or any other testing agency is considered necessary it

shall be arranged by Contractors

15 Where erection or assembly or commissioning is a part of the Contract it should be done

immediately on notification The Contractor shall beresponsible for any lossdamage sustained due to

delay in fulfilling this responsibility

16 For items having shelf life those with maximum shelf life should be supplied if order is placed

TERMS AND CONDITIONS

1 DEFINITIONS

(a) The term Purchaser shall mean the President of India or his successors or assignees

(b) The term Contractor shall mean the person firm or company with whom or with which the order for

the supply of stores is placed and shall be deemed to include the Contractors Successors

representatives heirs executors and administrators unless excluded by the Contract

(c) The term Purchase Order shall mean the communication signed on behalf of the Purchaser by an

officer duly authorised intimating the acceptance on behalf of the Purchaser on the terms and

conditions mentioned or referred to in the said communication accepting the Tender or offer of the

Contractor for supply of stores of plant machinery or equipment of part thereof

(d) The term Stores shall mean what the Contractor agrees to supplyunder the Contract as specified in

the Purchase Order

2 PRICES

Tenders offering firm prices will be preferred Where a price variation clause is insisted upon by a

tenderer quotations with a reasonable ceiling should be submitted Such offers should invariably be

supported by the base price taken into account at the time of tendering and also the formula for any

such variations

3 TERMS OF PAYMENT

31 Being a Department of the Government of India the normal terms of payment are by Sight Draft

However other terms of payment like establishment of Letter of Credit may be considered by the

Purchaser on such terms and conditions as may be agreed upon

32 The Sight Draft Letter of Credit will be operative on presentation of the under mentioned

documents

a) Original Bill of Lading Airway Bill

Tender No SCLPS52019E0156401 16

b) Commercially certified invoices describing the stores delivered quantity unit rate and their total

value in triplicate The invoice should indicate the discounts if any and Agency Commission separately

c) Packing List showing individual dimensions and weight of packages

d) Country of Origin Certificate in duplicate

e) Test Certificate

f) Declaration by the Seller that the contents in each case are not less than those entered in the invoices

and the quality of the Stores are guaranteed as per the specifications asked for by the Purchaser

g) Warrantee and guarantee Certificates vide Clause 20 herein below

4 IMPORTANT LICENCE

Reference to Import License No and date and Contract number and date shall be prominently indicated

in all the documents

5 DEMURRAGE

Supplier shall bear demurrage charges if any incurred by the purchaser due to delayed presentation of

shipping documents as prescribed in the bankers within a reasonable time (say within 10 to 12 days)

from the date of bill of lading for sea consignments and within 3 to 4 days from the date of Air Way Bill

for air consignments

6 ADDRESS OF INDIAN AGENTS

7 GUARANTEED TIME DELIVERY

The time for and the date of delivery stipulated in the Purchase Order shall be deemed to be the

essence of the Contract Delivery must be completed within the date specified therein

8 INSPECTION AND ACCEPTANCE TEST

81 The Purchaser representatives shall also be entitled at all reasonabletimes during manufacture to

inspect examine and test on the Contractors premises the material and workmanship of all stores to be

supplied under this Contract and if part of the said stores is being manufactured on other premises the

Contractor shall obtain for the purchasers representative permission to inspect examine and test as if

the equipment were being manufactured on the Contractors premises Such inspection examination

and testing shall not release the Contractor from the obligations under this Contract

82 For tests on the premises of the Contractor or of any of his subContractors the Contractor shall

provide free of cost assistance labourmaterial electricity fuel and instruments as may be required or

as may be reasonably needed by the purchasers representative to carry out the tests efficiently

Tender No SCLPS52019E0156401 17

83 When the stores have passed the specified test the purchasers representative shall furnish a

certificate to the effect in writing to the Contractor The Contractor shall provide copies of the tests

certificates to the purchaser as may be required

9 MODE OF DESPATCH

Generally stores should be despatched through Indian Flagged Vessel Air India or through any other

Agency nominated by the purchaser A copy of the invoice and packing list should invariably be kept

inside each of the packages

10 PORT OF ENTRY

New Delhi Mumbai

11 CONSIGNEE

Purchase and Stores Officer Stores

12 SHIPPING MARKS

The mark on the shipping documents such as invoice bill of lading and on the packages should be as

follow

PURCHASE ORDER NO

DATED

GOVERNMENT OF INDIA

DEPARTMENT OF SPACE

(name of the CentreUnit)

Destination

Port of Entry

13 INSURANCE OF THE STORES

The necessity or otherwise of insurance will be as indicated in the Purchase Order

14 CONTRACTORS DEFAULT LIABILITY

141 The purchaser may upon written notice of default to the Contractorterminate the Contract in

whole or in part in circumstances detailedhereunder

Tender No SCLPS52019E0156401 18

a) If in the judgement of the Purchaser the Contractor fails to makedelivery of Stores within the time

specified in the Contract agreement or within the period for which extension has been granted by the

Purchaser to the Contractor

b) If in the judgment of the Purchaser the Contractor fails to comply with any of the other provisions of

this Contract

15 In the event the Purchaser terminates the Contract in whole or in part as provided in Clause 14 the

Purchaser reserves the right to Purchase upon such terms and in such a manner as he may deem

appropriate stores similar to that terminated and the Contractor shall be liable to the Purchaser for any

additional costs for such similar stores andor for liquidated damages for delay as defined in Clause 19

until such reasonable time as may be required for the final supply of stores

151If this Contract is terminated as provided in Clause 14 the Purchaser in addition to any other rights

provided in this Article may require the Contractor to transfer title and deliver to the Purchaser under

any of the following clauses in the manner and as directed by the Purchaser

a) Any completed stores

b)Such partially completed stores drawing information and Contract rights (hereinafter called

manufacturing material) as the Contractor has specifically produced or acquired for the performance of

the Contract as terminated The Purchaser shall pay to the Contractor the Contract price for completed

stores delivered to and accepted by the purchaser and for manufacturing material delivered and

accepted

152 In the event the Purchaser does not terminate the Contract as provided in Clause 14 the

Contractor shall continue the performance of the Contract in which case he shall be liable to the

purchaser for liquidated damages for delay as set out in Clause for DELAY IN COMPLETION

LIQUIDATED DAMAGES until the stores are accepted

16 REPLACEMENT

If the stores or any portion thereof is damaged or lost during transit thePurchaser shall give notice to

the Contractor setting forth particulars of such stores damaged or lost during transit The replacement

of such stores shall be effected by the Contractor within a reasonable time to avoid unnecessary delay in

the intended usage of the Stores In case the purchaser agrees the price towards replacement items

shall be paid by the purchaser on the basis of original price quoted in the tender or as reasonably

worked out from the tender

17 REJECTION

In the event that any of the stores supplied by the Contractor is found defective in material or

workmanship or otherwise not in conformity with the requirements of the Contract specifications the

purchaser shall either reject the stores or request the Contractor in writing to rectify the same The

Tender No SCLPS52019E0156401 19

Contractor on receipt of such notification shall either rectify or replace the defective stores free of cost

to the purchaser If the Contractor fails to do so the purchaser may at his option either

a) replace or rectify such defective stores and recover the extra cost so involved from the Contractor or

b) terminate the Contract for default as provided under clause 14 above or

c) acquire the defective stores at a reduced price considered equitable under the circumstances The

provision of this article shall not prejudice the Purchasers rights under clause 19

18 EXTENSION OF TIME

If the completion of supply of stores is delayed due to reason of force majeure such as acts of god acts

of public enemy acts of Government fires floods epidemics quarantine restriction strikes freight

embargoes etc the Contractor shall give notice within 15 days to the purchaser in writing of his claim

for an extension of time The purchaser on receipt of such notice after verification if necessary may

agree to extend the Contract delivery date as may be reasonable but without prejudice to other terms

and conditions of the Contract

19 DELAY IN COMPLETION LIQUIDATED DAMAGES

If the Contractor fails to deliver the stores within the time specified in theContract or any extension

thereof the purchaser shall recover from theContractor as liquidated damages a sum of onehalf of one

percent (05percent) of the Contract price of the undelivered stores for each calendar week of delay

The total liquidated damages shall not exceed ten percent (10 percent) of the Contract price of the unit

or units so delayed Stores will be deemed to have been delivered only when all their component parts

are also delivered If certain components are not delivered in time the stores will be considered as

delayed until such time as the missing parts are delivered

20 GUARANTEE and REPLACEMENT

a) The Contractor shall guarantee that the stores supplied shall comply fully with the specifications laid

down for material workmanship and performance

b) For a period of twelve months after the acceptance of the stores if any defects are discovered

therein or any defects therein are found to have developed under proper use arising from faulty

materials design or workmanship the Contractor shall remedy such defects at his own cost provided he

is called upon to do so within a period of 14 months from the date of acceptance thereof by the

Purchaser who shall state in writing in what respect the stores or any parts thereof are faulty

c) If in the opinion of the purchaser it becomes necessary to replace or renew any defective stores such

replacements or renewals shall be made by the Contractor free of all costs to the purchaser provided

the notice informing the Contractor of the defect is given by the purchaser in this regard within the said

period of 14 months from the date of acceptance thereof

Tender No SCLPS52019E0156401 20

d) Should the Contractor fail to rectify the defects the purchaser shall have the right to reject or repair

or replace at the cost of the Contractor the whole or any portion of the defective stores

e) The decision of the Purchaser notwithstanding any prior approval or acceptance or inspection

thereof on behalf of the purchaser as to whether or not the stores supplied by the Contractor are

defective or any defects has developed within the said period of 12 months or as to whether the nature

of the defects requires renewal or replacement shall be final conclusive and binding on the Contractor

f) To fulfill guarantee conditions outlined in Clause 20 (a) to (e) above the Contractor shall at the option

of the purchaser furnish a Bank Guarantee (as prescribed by the purchaser Bank Guarantee format

enclosed) from a Bank approved by the purchaser for an amount equivalent to 10Percent of the value of

the Contract along with first shipment documents On the performance and completion of the Contract

in all respects the Bank Guarantee will be returned to the Contractor without any interest

g) All the replacement stores shall also be guaranteed for a period of 12 months from the date of arrival

of stores at purchasers site

h) Even while the 12 months guarantee applies to all stores in case where a greater period is called for

by our specifications then such a specification shall apply and in such cases the period of 14 months

referred to in Clause 20 (b) and (c) shall be asked for guarantee period plus two months

21 REQUIREMENT OF ADDITIONAL NUMBERS OF THE STORESSPARE PARTS ORDERED

The Contractor shall also undertake the supply of additional number of items covered by the order as

considered necessary by the purchaser at a later date the actual price to be paid shall be mutually

agreed to after negotiations

22 PACKING

a) The Contractor wherever applicable shall pack and crate all stores for sea air shipment as applicable

in a manner suitable for export to a tropical humid climate in accordance with internationally accepted

export practices and in such a manner so as to protect it from damage and deterioration in transit by

road rail or sea for space qualified stores The Contractors shallbe held responsible for all damages due

to improper packing

b) The Contractor shall ensure that each box unit of shipment is legible and properly marked for

correct identification The failure to comply with this requirement shall make the Contractor liable for

additional expenses involved

c) The Contractor shall notify the purchaser of the date of shipment from the port of embarkation as

well as the expected date of arrival of such shipment at the designated port of arrival

d) The Contractor shall give complete shipment information concerning the weight size content of each

packages etc

Tender No SCLPS52019E0156401 21

e) Transshipment of equipment shall not be permitted except with the written permission of the

purchaser

f) Apart from the despatch documents negotiated through Bank the following documents shall also be

airmailed to the purchaser within 7 days from the date of shipment by sea and within 3 days in case of

air consignments

a) Commercial Bill of Lading Air Way Bill Post parcel Receipt (Two nonnegotiable copies)

b) Invoice (3 copies)

c) Packing List (3 copies)

d) Test Certificate (3 copies)

e) Certificate of Origin

The Contractor shall also ensure that one copy of the packing list is enclosed in each case

23 ARBITRATION

In the event of any disputes differences or claims arising out of or relating to the interpretation and

application of the Contract such disputes or differences or claims shall be settled amicably by mutual

consultations of the good Offices of the respective Parties and recognizing their mutual interests

attempt to reach a solution satisfactory to both the parties If such a resolution is not possible within 30

days from the date of receipt of written notice of the existence of such disputes then the unresolved

disputes or differences or claims shall be referred to the Sole Arbitrator appointed by the Parties by

mutual consent in accordance with the rules and procedures of Arbitration and Conciliation Act 1996 as

amended from time to time The arbitration shall be conducted in New Delhi in the Arbitration and

Conciliation Centre New Delhi (Domestic and International) as per its rules and regulations The

expenses for the Arbitration shall be shared equally or as may be determined by the Arbitrator The

considered and written decision of the Arbitrator shall be final and binding between the Parties The

applicable language for Arbitration shall be English only

Work under the Contract shall be continued by the CONTRACTOR during the pendency of arbitration

proceedings without prejudice to a final adjustment in accordance with the decision of the Arbitrator

unless otherwise directed in writing by the Purchaser or unless the matter is such that the works cannot

be possibly continued until the decision (whether final or interim) of the Arbitrator is obtained

24 LANGUAGE AND MEASURES

All documents pertaining to the Contract including specification schedule notice correspondence

operating and maintenance instructions drawings or any other writings shall be written in English

language The metric system of measurement shall be used exclusively in the Contract

25 INDEMNITY

Tender No SCLPS52019E0156401 22

The Contractor shall warrant and be deemed to have warranted that all Stores supplied against this

Contract are free and clean of infringement of any patent copyright or trade mark and shall at all times

indemnify the purchaser against all claims which may be made in respect of stores for infringement of

any right protected by Patent Registration of design or Trade Mark and shall take all risk of accident or

damage which may cause a failure of the supply from whatever cause arising and the entire

responsibility for the sufficiency of all the means used by him for the fulfillment of the Contract

26 COUNTER TERMS AND CONDITIONS OF SUPPLIERS

Where counter terms and conditionsprinted or cyclostyled conditions have been offered by the

supplier the same shall not be deemed to have been accepted by the purchaser unless specific written

acceptance thereof is obtained

27 SECURITY INTEREST

On each item to be delivered under this Contract including an item of work in progress in respect of

which payments have been made in accordance with the terms of the Contract purchaser shall have a

security interest in such items which shall be deemed to be released only at the time when the

applicable deliverable item is finally accepted and delivered to the purchaser in accordance with the

terms of the Contract Such security interest of the purchaser shall constitute a prior charge as against

any other charge or interest created in respect of such items by any entity

28 BANK CHARGES

While the purchaser shall bear the bank charge payable to his Bankers (State Bank of India) the

Contractor shall bear the Bank charges payable to his Bankers including the cheques towards advising

amendment commissions

29 TRAINING

The Contractor shall if required by the purchaser provide facilities for the practical training of

Purchasers engineering technical personnel from India and for their active association on the

manufacturing processes throughout the manufacturing period of the Contract stores number of such

personnel to be mutually agreed upon

30 APPLICABLE LAW

The Contract shall be interpreted construed and governed by the laws of India

Tender No SCLPS52019E0156401 23

BidTemplates

GENERAL CONDITIONS

Item Specifications

Sl No Specifications Complianc

e (Yes No)

Offered Specifications Remarks

1 Intent of the ProjectaThe scope of Project includes Supply

Installation Testing and Commissioning of electrical

distribution system including illumination MCC Panels fire

detection system Local Area Network (LAN) Paging etc for

the Chemical Store Building at Semi‐Conductor Laboratory

(SCL) Sector‐ 72 SAS Nagar Mohali (Punjab) bScope

includes receiving unloading storage insurance in‐plant

transportation and all equipment amp accessories covered under

this specificationcTechnical SpecificationBrief overview of

Equipment amp services under this specification is described

hereiGeneral SpecificationiiSupply amp Installation of

Electrical MCCPCC Panels MCB DB exhaust fan light fixtures

etciiiSupply amp Installation of wire cables conduits Modules

SwitchSockets termination earthing etcivSupply amp

Installation of Fire detection system and its

accessoriesvSupply amp Installation of NetworksLAN

systemviSupply and installation of material for Earthing and

lightning protection system viiAny other electrical

requirement for execution of the work dDrawing amp notes All

drawing amp notes as listed in the annexure form a part of this

specification

Tender No SCLPS52019E0156401 24

2 General Information for Site Condition The Contractor may

visit the site of work at SCL to acquaint themselves of the

actual site conditions

3 Code amp Standards All electrical equipment and accessories to

be furnished installed and commissioned under scope of

these specifications shall be designed manufactured tested

and installed in accordance with relevant Indian Standard

Specifications (ISS) Indian electricity rules and any other

applicable regulations

4 Period of CompletionThe time allowed for supply installation

testing and commissioning of the entire work shall be six (6)

months to be reckoned from the 7th day of issue of Purchase

order by SCL

5 Drawing Data and ManualsFollowing drawings documents

shall be submitted by the selected contractor for approval of

SCL for execution of the workaFoundation drawing of all

floor mounted Electrical panelsbGeneral Layout (GA)

drawing with dimension of all electrical equipment and Single

line drawings (SLDs) of electrical PanelcMake type and

catalogue of Switchgears of Electrical MCC Panels Power DBs

Power Cables and related accessories along with technical

leaflets data sheets etc to be provided by the contractor

The contractor shall offer recommended makes mentioned in

this document dEquipment data sheets furnishing

guaranteed performance figure for each type of

equipmenteTest certificates test results for each type of

equipmentfCheck lists and tests to be conducted during

erection testing amp commissioning of the individual

equipmentOn successful completion of the entire work the

Contractor shall provide lsquoAs Builtrsquo drawings for all the Systems

executed under the Contract Three (03) sets of hard copies

and one (01) set in soft copy (CDDVD) in Auto‐CAD and PDF

Tender No SCLPS52019E0156401 25

format shall be provided to SCL for its record and reference

Contractor shall also provide instruction Operation

manual(s) and maintenance manuals for the all equipment

system installed under the project

6 Eligibility Criteria Only those bidders meeting the below

mentioned eligibility criteria are eligible to participate in the

tendera Should have satisfactorily executed at‐least two (2)

similar works of value not less than Rs 50 Lakh each

involving inter alia power distribution works consisting of

MCCsPCCs of rating not less than 400 A 415 V 35 kA ( fault

level) MCBDBs lighting systems cabling during the last 5

years To ascertain eligibility for the work the participating

bidders shall enclose copy (ies) of the detailed Purchase

Order(s) and their completion certificate(s) evidencing

satisfactory completion of similar works issued by the

respective clientsorganisations Completion certificate for

works issued by private parties shall be supported by TDSb

Should not have incurred any loss in more than two years

during the last five (5) financial years ending 31st March 2019

c The Contractor should possess valid license of Class lsquoArsquo

Category Electrical Contractor issued by the State Licensing

Authorityd The contractor shall carry out the work in co‐

ordination with the civil works undertaken by other contractor

engaged by SCL

7 DeviationaContractor to clearly mention deviation(s) if any

from the specification in the unpriced techno‐commercial bid

bUnless such deviations are recorded in the deviation sheets

and submitted with the bid it will be assumed that the offer is

made in conformity with the tendered specification in all

respectscThe deviations shall be evaluated by SCL and

acceptance of the same shall be at the sole discretion of SCL

Tender No SCLPS52019E0156401 26

8 Quantity variationThe quantities indicated against each item

in the Bill of Quantities (BOQ) are indicative and are for the

purpose of bidding only Variation in quantities upto + 25

shall be carried out by the contractor on the agreedPurchase

Order (PO) rates and terms amp conditions as in the Purchase

Order (PO) In case of contract items which exceed the said

limit of +25 the contractor may claim revision of rates

supported by proof analysis and if the rate claimed in excess

of the rate specified in the bill of quantities SCLrsquos engineerndashin‐

charge of the work shall after giving consideration to the

analysis of rates submitted by the contractor determine the

rates on the basis of market rates and the contractor shall be

paid in accordance with the rates so determined The

Contractorrsquos profit amp OH shall be factored in the rate

analysis15

9 Extra ItemsIn case of extra items (that are completely new

and are in addition to the items contained in the contract) the

contractor may claim rates supported by proper analysis and

SCLrsquos engineer‐in‐charge of the work shall after giving

consideration to the analysis of the rates submitted by the

contractor determine the rates on the basis of market rates

and the contractor shall be paid in accordance with the rates

so determined The Contractorrsquos profit amp OH shall be factored

in the rate analysis15

10 Construction Power SupplyElectricity if available in the

premises may be provided to the contractor by Department

(SCL) only at a single point free of cost subject to the following

conditions ‐a)The Contractor has to make his own

arrangement to tap Electricity from a 3 phasesingle phase

supply from the location decided by the SCLrsquos Engineer‐in‐

charge (E‐I‐C)

Tender No SCLPS52019E0156401 27

11 Storage space site office Contractor will be provided a

lockable room within SCL premises for storage space subject

to availability Contractor will make at his own cost

temporary site office close to work site as per the location

decided by the E‐I‐C

12 Materialsystem submittalsMaterialssystems etc procured

by the selected Contractor for incorporation in the work will

be only of MakesManufacturers specified in the tender

document Submittals of the same shall be submitted by the

contractor for SCL review and approval

13 Other RequirementsbullErection testing amp commissioning of

items as per BOQbullSpecial tools amp tackles Party shall arrange

the ladderscaffoldingstair for working at height for cable

laying Fire detection system installation of light fixture

bullWork shall be executed as per the ISRO contractor safety

Manual Contractor to ensure that the manpower is equipped

with PPE for working at the site bullAll relevant drawing data

catalogues with instruction and trouble shoot manuals type

test certificates for the above accessoriesbullMaterials and

accessories which are necessary or used for satisfactory and

trouble free operation and maintenance of the above

equipmentrsquosmaterial shall also be furnished bullContractor

shall deploy skilled amp unskilled Labor qualified technical

Supervisor(s) erection tools amp tackles testing tools amp

equipment supplies consumables and hardware and

transport for timely and efficient execution of the

workbullContractor shall guarantee LED fixtures

(flameproofnon‐flameproof) for a period of 5 years from the

date of acceptance The contractorrsquos guarantee shall be

supported with a guarantee from the manufacturer(s) in this

regard

Tender No SCLPS52019E0156401 28

TECHNICAL SPECIFICATION‐1

Item Specifications ‐I

Sl No Specifications Compliance

(Yes No)

Offered Specifications Remarks

1 Internal Wiringa The electrical wiring installations and other

accessories shall comply with latest IS code 732 (part‐II) 1983

and National Electric Code‐1985b The word concealed means

it involves cutting of floor wall and making good after laying

the conduitMetal raceway as per the enclosed drawings by

the contractor as requiredc The contractor shall provide all

necessary components fixing materials accessories and

interconnections as per standard practice It is to be noted

that ceiling rose forms a part of the specifications hence not

indicated separately and shall be provided by the contractor

as requiredd Scope includes termination of wire ferruling

dressing cable tie etc as requirede The work shall be

executed as per the ISRO electrical specification available on

ISRO site wwwisrogovin in Schedule I to be read along with

the tender specification

2 LED LuminariesThe scope includes supply installation

testing commissioning of flame proofnon‐flameproof LED

lighting fixture at the ceiling level (about 55 meter height) in

the chemical store building outer periphery of the store

building electrical room AHU room at the first floor as per

drawings and discretion of E‐I‐C Architectural plan of the

building is attached Supply of required accessories such as

mounting brackets nuts bolts screws washers glands and

any other material required for installation of LED fixture as

per specifications mentioned in BOQ shall be part of the

specification Junction box as required for loop‐in and loop‐

Tender No SCLPS52019E0156401 29

out of the cable for flame proof light fixture will be in the

scope of the contractor LED light fittings will be suitable for

operation on 230V single phase AC supply The fitting shall

be supplied with all fixing material such as brackets nuts

bolts etc as required for installation of fittings Special

Conditions aLuminaire make (Brand) from among the

recommended make mentioned in the tender document shall

be clearly mentioned in Technical Bid along with complete

technical detailsbThe LED light fitting and its driver unit etc

shall have warranty for a period of 5 years from the date of

installation and commissioningcThe flame proof fixture shall

be provided along with the Petroleum and Explosives Safety

Organization (PESO) certification

3 Detailed Specification for LED Fixture a Flame Proof LED

Fixtures Supply and installation of flameexplosion proof high

efficiency 1 Phase 230 V 60W LED light fitting as per IS 2206

with luminous efficiency 100Lmwatt or better CRI gt 08 amp

THDlt10 IP‐66 as per ISIEC 605292001 made of Die cast

aluminium alloy Heat resistant amp tough clear dome glass

having enclosure as per Ex‐d GAS Gr IIA IIB IIC AS PER ISIEC

60079‐12007 amp ISIEC 60079‐02004 Area of classification

ZONE‐1 2 21 amp 22 and temperature class T‐6 or better as per

ISIEC 60079 complete with loop‐in loop‐out provision

Mounting bracket for mounting on the ceiling Double

compression cable gland shall be provided and install by the

contractor along with the light fitting Recommended Make of

fixture Baliga Stahl Sudhir SwitchgearRecommended make

of LED NICHIA CREE PHILIPS LUMILED OSRAMb General

LED fixtures Supply amp fixing of wallceiling mounted batten

type 20W LED tube light (Four feet) luminaire with efficient

driver (efficiency shall be more than 90) amp with minimum

lumens output of 2000 lumens per lamp comprising of nano

diffuser technology complete with efficient amp constant

Tender No SCLPS52019E0156401 30

current output driver suitable for operation on 230V single

phase 50Hz AC supply efficient heat sink effective thermal

management and with colour temperature shall be gt 6000K

The LED with suitable control gear and power factor gt09 LM

79 certification for luminaireLM80 certificate for LED shall be

submitted and with other standard accessories prewired

including necessary interconnections complete in all respects

and as directed by EIC (Similar to Philips Astra or equivalent)

Recommended make of fixture Philips GE Trilux

LTRecommended make of LED NICHIA CREE PHILIPS

LUMILED OSRAM

4 c Street Light Fixture Supply and installation of 72W75W

LED Street Light fixture with High‐brightness White LEDs

sources with high transmittance flat toughed glass cover and

peanut LENS on each LEDs System luminous efficacy 100

LmsWatt 5600K colour temperature amp 70 CRI value for

ensuring good quality light output Life of at‐least 50000

hours at 70 lumen maintenance ampLED driver efficiency gt

85 Power factor greater than 095 THDlt10 amp min 3KV

surge protection with operating voltage range from 120‐270V

for ensuring lifelong high performance of luminaire the

fixture shall be made of LM‐6 Pressure die‐cast aluminium

with engraved company name amp have IK05 amp IP66 Class

protection with NABL Accredited LM‐79 amp LM‐80 Report

Mounting pole mounted upto a height of 8 meter and pole

bracket diameter of 48‐60 mm (adjustable) Recommended

make of fixture Trilux Philips GE LTRecommended make of

LED NICHIA CREE PHILIPS LUMILED OSRAM

5 Street Light Pole Providing and installation of hot dipped

galvanized swaged tubular 9‐meter‐long with planting depth

15 metersiexclbrvbar street light poles The effective length of each

section shall be‐ bottom 5 meters middle 2 meters and top 2

meters The outside dia and thickness of pole shall be

Tender No SCLPS52019E0156401 31

minimum 11430x440mm 889x4085mm 761x325mm

respectively as required The pole shall be provided with

necessary bracket (inclination 105115 degree length 15

meter dia 45 mm ) for mounting upto 72 W LED street light

fixture Each pole shall have a weather proof

loopingterminal box clamped at 550 mm above ground level

along with a suitable earth terminal The looping box shall be

provided with a suitable Power terminal arrangement to loop

4C x10sqmm size cable and MCB5A fuse cut‐out A base

plate 300 x300x10mm shall be welded to the bottom of the

pole Both underground cable and GI earth wire shall be

terminated at the terminal looping box in the looping zone

Further wiring to the light fixture shall be done with three

core flexible copper wire (2core for power supply and third

core for earthing)GI tubular pole shall be installed in cement

concrete 136 (1 cement 3 coarse sand 6 graded stone

aggregate 40 mm nominal size) foundation including

excavation and refilling etc Party to cast 2 run of 32 mm MS

conduit for cables upto a height of 550mm from ground level

for loop in loop out of cable The civil work for street light pole

foundation forms a part of installation of the work and will be

done by the party as required for commissioning of lighting

poleFor earthing of street light poles coilspiral earthing

using 8 SWG GI wire shall be used The GI wire shall be buried

to a minimum depth of 15 m with excavation refilling of

earth and connecting GI wire to pole using GI bolt and nut

complete as per requirementMake of Pole Reputed make

with ISI mark Note Party shall submit Drawing of the street

light pole for SCL approval before start of manufacturing

6 Cables wire conduit earthing Switchboards

SwitchesSockets etca Cables The scope includes the Supply

and installation of XLPE insulated overall FRLS PVC outer

sheathed AlCu armored cable on wallsurfacesoilexisting

Tender No SCLPS52019E0156401 32

cable tray as required for MCC Panel and MCB DBs as per the

detailed specification and quantity in this document All

necessary hardware for installation of cable like cable tie

clamps tags etc is in the scope of Contractor Contractor to

ensure that cable laid on the cable tray is properly clamped

with GI clamps and cable is properly secured on cable tray b

Wire The scope includes the Supply and installation of FRLS

Copper wire of different size quantity amp Specification for

power distribution and lighting and power etc as per the

requirement c Conduit The scope includes the Supply and

installation of ISI makes MS Conduits of different size as per

Specification for power and lighting distribution switch

sockets etc as per the requirement Flexible conduit shall be

of GId Cable tray The scope includes the supply and

installation of GIMS cable trays as per specificationse

Earthing The scope includes the supply and providing

earthing for Panels DBs cable trays light fixtures and poles

flameproof accessories fire panel speakers exhaust fans etc

matching the specifications given in this tender documentf

Lightning protection The scope includes the supply and

providing earthing for lightning protection of the building as

per the IS 2309 specification and quantities as per the BOQ

The scope includes horizontal and vertical runs earth pits test

point earthing of building periphery for contour etcg Rack

earthing The scope includes the supply and providing

earthing for racks as per specificationsh Switchboards and

SwitchSockets The scope includes the Supply and installation

of different size of flameproofnon‐flameproof Switchboards

and switchsocket for Lighting Power Distribution as per

specificationi MSGI Conduits flexible GI conduit earthing

materials doublesingle compression brass cable glands

cable lugs (Al amp Cu as required) cable ties cablewire

identification tags required for the installation and

maintenance of trouble free operation of the downstream

Tender No SCLPS52019E0156401 33

system and accessories are covered under this specificationj

MS junction box conduit along with all related accessories as

per specification

TECHNICAL SPECIFICATION‐2

Item Specifications ‐II

Sl No Specifications Compliance

(Yes No)

Offered Specifications Remarks

1 Electrical Panel SpecificationGeneralaPanel shall be

fabricated as per IEC 61439 part 1 amp 2 bPanel shall be indoor

metal clad air insulated floor mounted extendable to side

single front construction front wired front

connectedcMinimum thickness of sheet metal used shall be

2 mm and panel shall confirm to IP54 protectiondThe

working height of the Panel shall be limited as per standard

engineering practicese The design should be fully

compartmentalized with metal partitions between

compartments All doors shall be gasketed Each vertical

section shall have removable back coverfAll switches push

buttons lamps indicating instruments shall be flush

mountedgA full height vertical cable chamber with cable

supports shall be provided in each section to facilitate unit

wiring Cable chamber shall be sized to accommodate all cable

and shall have removable covers A horizontal wire way

extending the entire length shall be provided at the top of

panel for inter panel wiringhPanel shall be with minimum

75mm high base MS channel frameiThe panel shall undergo

seven tank or better process as per relevant IS

standardsjLifting hook shall be provided at each section for

easy transportationkDifferent compartment of the panel

shall be provided with dust proof type air filter louvers

explosion vents or similar safety arrangements in the panels

Tender No SCLPS52019E0156401 34

to let out gases under pressure generated during event of any

fault inside the panellPanel shall have pocket for the Panel

drawing in the incomer section

2 Busbar and Bus TapsaThe main bus and connections shall be

of high connectivity AluminiumAluminium alloy sized for

specified current ratings with maximum temperature limited

to 85amp778 C ie 35amp778 C rise and ambient 50amp778

bSeparate vertical bus bars shall be provided for each vertical

panelcAdequate contact pressure shall be ensured at bus

connections by means of two bolt connections with plain and

spring washers and lock nutsdBus bar and connections shall

be fully insulated for working voltages with adequate

phaseground clearances Insulating sleeves heat shrink type

for bus bar and shrouds removable type joints shall be

provided Bus insulators shall be flame retardanteBus bar

shall be color coded for easy identificationfBusbar should be

connected in such a way that it can be dismantledassembled

while separating different section of the panelgShrouds of

transparent sheet on the exposed bus in cable alleys for

adequate safety measurehBus bar Conductor shall be

confirming to IS‐5082iMinimum clearance (PH‐PH PH‐N and

PH‐E) between Bus bars shall be maintained as per latest

ISjBus Bar supporting Material shall be of

SMCDMCkMaterial of Aluminium Bus bar shall be of E91

gradelBus bar shall be protected from the transparent

insulated material for stand safety point

3 3Control ModuleaFixed type control module shall house the

control components for a circuitbThe equipment layout shall

provide sufficient working space in between the components

and subject to SCL approval cEach control module shall be

equipped with ACDC potential free Relays (230V AC24V DC)

Contactors etc for seamless interface of the operation of

Drives from FCMS (PLC)dVendor to provide the potential free

Tender No SCLPS52019E0156401 35

contact to facilitate local operation from MCC and remote

operation from FCMSPLC Vendor shall provide with each

drive module automanual selector switch and each drive

module shall be wired up to the terminal block for localauto

selection ON OFF trip feedback to SCLrsquos control station and

ONOFF command room FCMSPLC as welleMCC panel and

LPBS shall have selector switches for MCCLocal and

LocalRemote selection respectively Control (OnOff) of the

Drivesheaters will be as per following selection If selector

switch (SS) at MCC is selected to MCC ONOFF operation can

be done from MCC only irrespective of position of SS at LPBSIf

selector switches both at MCC amp LPBS are selected to LOCAL

ONOFF operation can be done from LPBS onlyIf SS at MCC is

selected to LOCAL and SS at LPBS is selected to REMOTE

ONOFF operation can be done from FCMS only

4 VFDVFD shall be of Allen Bradley PF400 series having

redundant Control Net communication option as well to

communicate with the existing Facilities Control amp Monitoring

System (FCMs) Control Net Bridge Coaxial Straight T‐Tap

1786‐TPS must also be supplied along with VFDs Line

reactorchoke of suitable rating shall be connected before the

VFD

5 Thyristor based Heater ControlaDYDAC Make Thyristor

power controller Type 3003 or equivalent rating 85kW

Control input 4‐20mA Thyristor input supply 415VAC (3‐Ouml)

Thyristor output supply 415VAC (3‐Ouml) which shall be provided

by the vendor in a separate compartment of the MCC 4‐20mA

Control signal from the heater PID will modulate the thyristor

controller output to maintain the fresh air temperature at set

value Heater ON and OFF set points shall be adjustable in the

SCADA in FCMSbThyristor controller run command run

feedback 4‐20mA modulating signal shall be wired up to the

terminal block in the cable alley in the MCC Thyristor

Tender No SCLPS52019E0156401 36

Panelcompartment shall be complete with inter module

control and power wiring 220V AC supply shall be drawn from

one of the phase and neutral of the incoming 415VAC and

connect to the Thyristor supply terminals through MCB

Circuit breaker lsquoswitch ONrsquo and Thyristor control unit lsquoRUN

commandrsquo will get activated from FCMS if air temperature is

below ON set point Circuit breaker lsquoswitch OFFrsquo and Thyristor

control unit lsquoRUN command withdraws will get activated

from FCMS when temperature becomes above OFF set point

6 Fire Suppression system amp Fire Protection systemPanel shall

be equipped with required materials such as fire suppression

cylinders filled with fire suppression agents Fire detection

tubes Heat sensor tubes end of line adaptor with gauge

electrical Relays differential pressure valves etc to provide

the fire suppression and fire protection system in cable alley

and bus bar chambers of the electrical panel

7 MCCBaThe MCCBs should be extra current limiting type with

trip time of less than 10 m sec under short circuit conditions

The current limiting action should be achieved with repulsion

principle The MCCBs should preferably have an anti‐reclosing

featurebThe MCCBs should be 3 or 4 poles as per SLDcThe

MCCBs should have a Service short circuit breaking capacity

(Ics) of not less than 35 kA rms at 415 Volts 50Hz AC for

incomer The service breaking capacity should be equal to

ultimate breaking capacities (Icu) (ie Ics= Icu=100)dThe

release should be thermal magnetic having adjustable

overload and short circuiteSwitches shall be triple pole air

break AC23 motor duty for motor starter feedersfCubicle

doors of incoming and outgoing shall be mechanically

interlocked with switchgear to prevent unintentional openings

of the door while the unit is in energized condition However

defeat interlock provision is also to be providedgAll incoming

and outgoing feeders shall be provided with bolted disconnect

Tender No SCLPS52019E0156401 37

link for isolation of neutral if necessary Selector switches

shall be of rotary typehThe MCCB shall be provided with

rotary drive kit spreader terminals and ONOFFTrip (MCCB)

position of switch handle to be clearly markediDuct Heater

MCCB shall be motorized to control (ONoff) from FCMSjFor

incomers it should be EDO microprocessor based

communicable MCCB (35 kA or above) with numerical

releases for OL SC amp EFR (With mechanical and Electrical

interlocking for operation of only one ACB at any point of

time)

8 MPCBaThe MPCBs should be of 3 pole air break type AC3

Duty continuous rating as specifiedbMPCBs should have at

least 1NO+1NC contactcThese should have trip indication

test trip functiondThe release should be thermal magnetic

having adjustable overload trip settingeThe service breaking

capacity should be equal to ultimate breaking capacities (Icu)

(ie Ics= Icu=100)fThe MPCBs should be suitable for din rail

type mounting

9 Capacitor Bank Supply and installation of Capacitor Bank ‐

Box Type Dry construction Conforming to IS 13340‐41IEC

60831 440V 50Hz Rated Current (In) as per Load Heavy

Duty Dielectric MPP Low loss type with overall loss lt

05WkVAR Delta Connection with Discharge Device

10 ContactoraThe contactor shall be 3 pole air break type AC3

Duty continuous rating for motor starter feeders with non‐

bouncing silver silver alloy contactsbContactor shall be of

electromagnetic type rated for uninterrupted duty as per

relevant standards and also suitable for capacitor duty

cContactor shall be provided with adequate auxiliary contacts

rated for 10Amps 240VAC for interfacing with control

schemedContactor coil rating shall be minimum pick up of

85 of rated voltage and minimum drop out of 75 rated

Tender No SCLPS52019E0156401 38

voltage

11 Control and IndicationsaPush buttons will be heavy duty oil

tight and push to actuate type with integral plate marked

with its functionbEach push button shall be provided with

2NO+2NC contacts rated for 10Amps 240VACcLamps shall

be LED type rated for 240V AC Lens and lamps shall be

replaceable from the front dThe control supply shall be

through a 415V230V transformer and the vendor shall

provide 1 no 415V230V transformer for the same Vendor

shall also provide Power module for 24V DC Supply for the

operation of heaters control module

12 MetersaAll indicating instruments shall be digital

Switchboard type with accuracy class +‐ 2 full scalebMFM

of suitable rating shall be used in the incomer

feedercSelector switches shall be furnished at outgoing

feeders as per SLD for ammeterdAmmeter shall be of analog

type flush mounted industrial pattern of size 96x96 mm with

accuracy class 10 eMultifunction meter shall be of digital

type flush mounted industrial pattern of size 96x96 mm with

accuracy class 10 as per IEC 6205253 suitable for

measurement of Current Voltage Power Frequency Power

factor Energy and ready port to communicate with FCMS

through RS 485 The Meter should have Modbus

communication port as well

13 CT (Current transformer)CT will be cast resin type rated 15VA

or more burden with Maximum accuracy limit of class 1

14 Secondary wiringaPanel shall be fully wired at the factory to

ensure proper functioning of control and protectionbFuse

and links shall be provided to permit individual circuit

protection from bus wires without disturbing other circuits All

spare contacts of relays push buttons and other devices shall

Tender No SCLPS52019E0156401 39

be wired up to terminal blockscWiring shall be done with

flexible 25sqmm copper 1100V grade PVC insulated

switchboard wires Each wire shall be identified at both ends

with permanent markers bearing wire numbers as per wiring

diagramdWire termination shall be done with crimping type

connector with insulating sleeve

15 Powercontrol Terminal BlocksaTerminal block shall be 660V

grade box clamp type with marking strips similar to ELMEX 10

mm2 or equal for ControlbTerminal for CT secondary leads

shall have provision for shortingcNot more than two wires

shall be connected to any terminaldSpare terminals equal in

number to 20 active terminals shall be providedeTerminal

blocks shall be suitably located in cable alleysfFor Power

cable Bus Bar type cable connector (Melamine material) shall

be providedgFor Control cable heavy duty screw type cable

connector (Melamine material) shall be provided

16 Cable terminationaPanel shall be designed for cable entry

from topbEach cable shall be clearly marked at both ends

with an indestructible marker preferably a cable tag made of

Aluminium tacked with indicating cable number amp both end

feeder tags with switchboard tags Cable tags at ends of cable

shall be provided inside the gland plate as well as outside the

gland platecAll provisions and accessories shall be furnished

for termination of cables including removable gland plates

cable supports and terminal blocksdGland plate shall be

minimum 3 mm thick

17 Ground BusA GI ground bus rated to carry the maximum fault

current shall extend full length of Panel The ground bus shall

be provided with 2 bolts with GI bolt and nuts at each end to

receive 50x6mm GI flat

18 NameplateaThe nameplate of approved design shall be

Tender No SCLPS52019E0156401 40

provided for each compartment and also at the top of each

panel Nameplate shall be minimum 20x70mm and 3mm

thickbDrawing Pouch shall be provided at the incomer cable

allay

19 PaintingPanel shall be painted with light grey epoxy painted

(Siemens Gray RAL 7032) and caution notice plate shall be

fixed at the back of each vertical panel

20 Make of Switchgears aMCCBSiemensSchneiderbPush

button SiemensSchneider TekniccSelector

SwitchSiemensSchneider Teknic

dFuseSchneiderSiemenseTimerSiemensSchneiderfContro

l TransformerAEIMPIndcoilgTerminal

BlockElmexConnectwellFTChMeters Conzerv LampT

AEiCTs amp PTsKappaAutomatic

Electric(AE)NippenjContactorsSchneiderSiemenskIndicatio

ns SiemensSchneider

TekniclRelaysSchneiderSiemensPLAmMCBSchneiderSiem

ensnCooling Fan

RexnordSunonoVFDsAllen bradlypThyristor moduleDYDAC

qRCBOSiemensSchneiderrMCB

DBSiemensABBLegrandsLine reactorchokeAllen

BradleytCapacitor BankNeptune Schneider Siemens

21 Local Push Button Station (LPBS)The Scope includes supply

and installation of LPBS for Chiller Pumps AHUs Heaters as

per the BOQ and detailed specification given below aLPBS

shall be indoor metal clad air insulated wallAngle frame

mounted as required single front construction front wired

front connected hinged lockable door LPBS for Chiller Pumps

system shall be suitable for outdoor installationbMinimum

thickness of sheet metal used shall be 2 mm and panel shall

conform to IP54 protection for indoor installation and IP65 for

outdoor type LPBScAll switches push buttons with indicating

Tender No SCLPS52019E0156401 41

LED lamps indicating instruments shall be flush

mounteddThe LPBS shall be used for remote operation of

drives Equipment and HeaterseTo facilitate the localremote

operation LPBS shall have LocalRemote selector switch and

provided with Start push button lockable Stop push button

ammeter of suitable range Terminal Block and lockable

Emergency off Switch etc fLPBS shall be equipped with AC

(230V)DC (24V) Relays Contactors etc for seamless interface

of the operation of Drives from FCMS (PLC)gLPBS should be

suitable for wall mounting and provided with necessary

mounting arrangementhWiring shall be done with flexible

25sqmm copper 650V grade PVC insulated switchboard

wires Each wire shall be identified at both ends with

permanent markers bearing wire numbers as per wiring

diagramiWire termination shall be done with crimping type

connector with insulating sleevejGland plate shall be

minimum 3 mm thickkThe nameplate of approved design

shall be provided for each compartment and also at the top of

each panel Nameplate shall be minimum 20x70mm and 3mm

thicklLPBS shall be painted with light grey epoxy painted

(Siemens Gray RAL 7032)

22 Make of Electrical panel As per DOS Approved Panel

manufacturer list (attached)

TECHNICAL SPECIFICATION‐3

Item Specifications ‐III

Sl No Specifications Compliance

(Yes No)

Offered Specifications Remarks

Tender No SCLPS52019E0156401 42

1 Fire Detection System Scope for fire detection system

includes supply installation testing commissioning of Fire

panel Addressable Fire detection devices Manual Call Points

Addressable loop sounders Switch Monitoring unit (SMU) UV

IR sensor for detection of methanol flame Cable MS junction

boxes for loop in loop out of cable as per specifications and

integrating the same with existing repeater panel as per the

requirement The detailed specifications for the different

component of fire deduction system are as follows

2 A Multi‐sensor Detectors The smoke detectors shall be multi‐

sensor (heat and smoke) detector with isolator suitable for

detecting a wide range of smoke from slow smoldering and

fast flaming fire The detector shall have following features

bullSolid state addressing arrangement in combination with a

hand held programmer to configure the sensor

addressbullElectronics free mounting basebullTwin alarm LEDs for

360 Degree viewing and shall have blinking LED facilitybullThe

sensor shall have s removable chamber for ease of cleaning or

replacementbullAutomatic compensation for smoke sensor

contaminationbullShall have a built in test facility which allows

the fire alarm control panel to adjust the alarm threshold

levels to compensate for contamination and shall have a

maintenance alarm display when threshold can no longer be

adjustedbullOperating temperature ‐ 10 DegC to 50 DegC and

operating RH at 40 DegC‐95 RH

3 B Manual call stations Manual Call Stations should have in

built monitor module and pressbreak and resettable

capability constructed of high impact LEXAN sheet with clearly

visible operating instructions on the cover and the word FIRE

shall appear on front and suitable for surface mountingflush

mounting complete as required

Tender No SCLPS52019E0156401 43

4 C UV IR SensorThe UV‐IR flame detector shall operate on 24

VDC 0‐24mA current output suitable for detection of

Methanol flame with automatic built in test for reliable

operations and suitable for installation in Hazardous area zone

1and 2 with Class I Division 12 Gas group A B C The detector

shall not be susceptible to environmental conditions to

generate false alarms The entire system shall be rated for IP

66 or better and supplied with suitable mounting bracket The

system shall comply to the detailed specifications as listed

belowbullDetection Technology UV ‐ IR Electro‐optical

detectionbullDetection range 75 meterbullField of View greater

than equal to 90deg Both Horizontal and verticalbullResponse

Time less than equal to 5 secondsbullBuilt in Test Automatic

bullOperating Temperature Range 0 to + 75degCbullOperating

Humidity Range Continuous 95 non‐condensingbullAnalog

Output signal 4‐20mAbullAlarms amp Fault Normal 4 mA Fault

02 mA Alarm 20 mA + 10 verifiedbullOperating voltage 24

VDC ( 18‐32VDC)bullPower consumption Vendor to specify for

Standby and Alarm conditionbullSensor Calibration

Verification Sensor calibration as per OEM for certified

performancebullSensor Life 2 Years (minimum)bullSensor

Calibration vendor to carry out sensor calibration at site and

submit calibration certificate valid for one yearbullRFI EMI

SusceptibilitybullRequired EN 616326‐3 and EN 6100006‐3 or

equivalent IP protectionbullIP protection IP 66 or betterbullFault

Diagnostic Sensor Fault (end of life) other informationbullSelf‐

Check Test Automatic during start‐upbullHousing SS 316

Epoxy Painted Aluminium die castbullStart‐up Time Vendor to

specifybullApprovalcertification PESO and ATEX ‐ Ex d IIC C

Class 1 Div 12 Group A B C DNote Vendor shall arrange

the 230V AC to 24V DC Power supply module along with half

an hour Battery Back up in MS powder coated Enclosure

Input Power supply (230V AC) for Power Supply module shall

Tender No SCLPS52019E0156401 44

be provided by SCL

5 D SMU Unit for UV IR sensor Supply installation testing and

commissioning of Switch Monitoring Unit (SMU) to configure

the UV IR sensors with fire detection system as requiredE

SoundersAddressable Sounders shall be loop powered with

all fixing materials complete as required The sound level shall

be 100dB (A)

6 F Fire Alarm Control Panel (FACP) bullFACP shall be of 2

loopsbullFACP shall be suitable for 230V 50 Hz AC supply and

detectors shall be powered using FACP based detection

circuits Devices shall receive power and communication from

the same pair of conductorsbullFACP shall provide for resetting

detectors fault isolation and sensor loop operationbullFACP

shall be suitable for mixing different fire devices and beam

smoke detectors within the same loop to optimize field

wiringbullFACP shall have alarm indication of individual sensors

detector trouble alarm indication for dust accumulation The

panel shall check detector once in every 24 hours for

contamination for this purposebullThe FACP shall regularly

supervise all the sensors and devices on the loop and initiate

fire or trouble alarm whenever requiredbullFACP shall have 2

wire circuits to connect minimum of 126 addressable devices

per loopbullFACP shall be with repeater interface and suitable

24V battery with built in software and 2 x 40 character

alphanumeric LCD display and necessary front panel control

keys FACP shall display the date time and description for

Analog sensors to indicate alarms and trouble

situationsbullFACP switches shall allow authorized personnel to

accomplish the following ‐bullInitiate a general alarm

conditionbullSilence the local audiblebullSilence the alarm

signalsbullReset all zonespointsbullFACP shall have walk test

facilitybullShall have facility for programming from the key

board or utilizing PC set up software via laptopdesk top

Tender No SCLPS52019E0156401 45

computerbullShall have memory data for panel configuration

and operation reside in non‐volatile memory (EPROM)bullFACP

shall have facility for speech processor (to record pre‐

recorded message of 20 S) and also have Auto Dialer facility

(can dial up to 8 different lines)bullAll addressable units shall be

connected to the FACP through the loop cards and shall be

addressed though individualized numbers The FACP shall be

able to obtain analog value for all detectors in the circuit

through a pulsed digitized current data The FACP shall be

able to analyze all analog inputs from all addressable units

and though its own software and ambient level screening the

FACP shall be able to identify fire possible fire or fault

conditions The unit supervision shall be dynamic and

continuousbullThe FACP shall itself have all loop cards in it No

isolated mother board or transponder shall be

consideredbullShortopen circuit units shall also be reported at

the FACP in such cases the system through the use of fault

isolators shall be able to isolate that segment between the

two fault isolators The missing DetectorsDevices shall also

be reported to the FACP with identification of the

locationbullThe FACP shall have the facility to set smoke sensor

sensitivity remotely to either high sensitivity manually or on a

pre‐programmed sequence (Ie DayNight) period When an

alarm condition is sensed at the FACP from a smoke or heat

detector a delay timealarm verification period shall be

started If the sensor is still in alarm after the delay time

expired an alarm condition is reported The delay time shall

be adjustable from 0 to 990 secondsbullThe FACP shall have

either an in‐built or external printer coupled to the FACP

which shall log all events with time The printout shall clearly

indicate the event‐FirePre‐AlarmFault etc with the unit

address and timebullThe FACP shall also be able to discriminate

between false alarms and fire conditions as well as priority

selection of alarm in case alarm activities in two or more

Tender No SCLPS52019E0156401 46

remotely located units simultaneously In such cases the

Manual Call stations shall have the highest prioritybullThe FACP

shall also be able to actuate switches automatically in case of

Fire condition of AHUs and power supply or other system such

as piped pressurized gas supplybullThe system shall be fail safe

and adequate safe guards should be under taken that in the

event of a failure of a part of the system it shall not handicap

the complete system The loop cards shall be of Modular

constructionbullThe FACP shall have its own battery backup of a

minimum of 48 hours in normal run and then half an hour in

alarm condition The backup time calculation shall be done as

per TAC standards The Battery shall be 2 x 12V (24V) DC and

of sealed maintenance free type housed inside the FACPbullIt

shall be able to withstand temperature variations from 0

Degree Centigrade to 55 Degree Centigrade Further Relative

Humidity (non‐condensing type) up to 93 shall not hamper

its performance The voltage rating shall be from 17V DC to

31V DC though the voltage may be change depending upon

the working voltages of a proprietary FACPbullThe FACP shall be

totally enclosed dust and vermin proof type made of

minimum 16‐gauge dust inhibited sheet with even baked

finish The FACP shall be of completely solid state designbullThe

logic circuitry shall be based on high noise immunity solid‐

state hardware employing modular construction Logic cards

shall be of epoxy fiber glass constructionbullThe FACP shall have

EN 54ULFM approvalbullThe panel shall have an extra loop

card to serve as standby in case of burnout or malfunctioning

of any operating loop cardsbullThe FACP shall be capable of

being networked (future expansion) with other similar FACPs

located at different locations of SCL premises through a single

RS 485 busbullThe FACP shall have provision for interfacing with

the Public Address System

7 G Repeater panelScope comprises of supply and installation

Tender No SCLPS52019E0156401 47

of Repeater Panel which display fire fault message

simultaneously with the FACP bullIt shall be capable of

interfacing with the FACP on a single RS 485 Bus bullThe panel

shall be capable of operating on 24V DC supplybullThe

independent 24V DC supply source to be installed in MS

cubicle Box duly powder coated paint along with repeater

panelbullThe panel shall have 2 x 40‐character backlit display

which shall display date time and description of alarm

trouble events are that displayed in the panel shall be

powered from the FACPbullIt shall have control keys for sound

silence mute and to reset the FACP from the repeater

stationsbullThe repeater panel shall have the following LEDs

indicationsbullSupply bullFault bullMute bullSilent bullDisabled

bullFire

8 H Fire CableSupply and installation of 2Cx15mm2 Copper

extruded PVC inner sheath armored and overall FRLS PVC

outer sheathed 11 KV grade as per IS 7098 (Part I bearing ISI

certification) on existing cable traywallsoft soilhard soil as

required

9 I Fire Cable terminationSupplying and making end

termination with brass compression gland and copper lugs for

2Cx15mm2 Copper cable in MS Box of Size 4X4 installed

above the false ceilingwallsurface as required

10 J Junction Box for Fire devicesSupply installation testing and

commissioning of MS painted box Size 4X4 with ELMEX type

terminal block for loop in loop out of 2c x15 sq mm copper

armored cable and connection to the fire detector device on

wallsurfacerecess including wall cutting and providing

necessary hardware for mounting fixing including all

material for fixing as required

Tender No SCLPS52019E0156401 48

TECHNICAL SPECIFICATION‐4

Item Specifications ‐IV

Sl No Specifications Compliance

(Yes No)

Offered Specifications Remarks

1 A NetworksLAN The detailed specification for the network

rack switch cable cords IOs face plates etc and the

required accessories shall be as below CAT 6A or better cable

shall be laid in the PVC Conduit The detailed specifications

for the different component of networksLAN are as follows

2 bull Rack Supply installation testing and commissioning of UL

listed modular type 12U network rack with front glass door

and rear perforated door floor mounted Size 550x550 with

1 No of 5 port Octagonal PDU 515Amp with MCB and Fan

Tray with minimum 2 Fans The rack should have provision of

2 nos of cable manager duct type 1U and 2 vertical manager‐

concealed type Rack should be three sides openable with

front glass door and rear perforated door and provision of

cable entry from top and bottom both with proper earthing

kit as requiredRecommended Make Rittal Netrack

Schneider Valrack

3 bull Network Switch Supply amp installation of Network Switch in

Network Rack with the following specification as belowSwitch

shall haveamp61607Port Density Minimum 8 101001000

BaseT Ports amp 4‐1G SFP Ports ready for use with SFP module

Ports shall support PoE on all ports with PoE budget of

180Wamp61607Architecture Stand‐alone rack

mountableamp61607Bandwidth minimum 56Gbps of

switching bandwidth to support above listed ports in non‐

blocking configurationamp61607StackableScable support for

Tender No SCLPS52019E0156401 49

stacking multiple switchesamp61607Stacking backplane

bandwidth Access switch shall have additional port(s) for

providing minimum 40 Gbps stacking bandwidthamp61607L2

Features 8021x authentication spanning tree

etcamp61607Networkjflowsflow or equivalent provision for

Networkjflowsflow or equivalent supportamp61607Network

Management support Network Management through

command line interface (CLI) SNMP v1 v2c v3

httpsamp61607IPv6 Readiness IPv6 Readiness from day

1amp61607RegulatorySafety confirming to UL60950 amp

EN60950amp61607EALNIAP certified Model No shall be EAL

or NIAPNDPP certifiedRecommended Make Cisco Juniper

HP Brocade dell

4 bull CAT 6A Cable Supply and installationlaying of category 6A

or better 4 pair shielded cable UFTP or FUTP in PVC

Conduit sheath type low smoke zero halogen (LSZH) with

transmission properties amp electrical properties tested

minimum up to 500MHz amp verified by ETL amp comply with

ANSITIAEIA‐568‐C2 amp ISOIEC 11801 Recommended make

Commscope Schneider Molex Siemon

5 bull Patch Panel Supply installation testing and commissioning

of CAT6A PatchJack Panel of 24 Port fully loaded in Network

rack with port identification number with self‐adhesive clear

label holder Each portjack on the panel should be

individually removable on field from the panel and have

integrated rear cable management metallic shelf and have a

separate provision of grounding Recommended make

Commscope Schneider Molex Siemon

6 bull Patch Cords (1 meter) Supply installation testing and

commissioning of Patch Cords Cat 6A shielded 1 meter in

Network rack with 4 pair shielded copper wire factory pre

terminated with shielded RJ45 plugs Aluminumpolyester

Tender No SCLPS52019E0156401 50

shield screen material with low smoke Zero halogen sheath

comply to TIA‐568‐C2 Cat 6A in IOs of Network

RackRecommended make Commscope Schneider Molex

Siemon

7 bull Patch Cords (3 meter) Supply installation testing and

commissioning of Patch Cords Cat 6A shielded 3 meter in

Network rack with 4 pair shielded copper wire factory pre

terminated with shielded RJ45 plugs Aluminumpolyester

shield screen material with low smoke Zero halogen sheath

comply to TIA‐568‐C2 Cat 6A at field side Recommended

make Commscope Schneider Molex Siemon

8 bull Information outlet Supply and installation of Shielded Cat

6A information outlet UFTP or FUTP compliance to category

6A or better TIA568C2‐500MHz at field sideRecommended

make Commscope Schneider Molex Siemon

9 bull Face Plate (Dual) Supply and installation of single gang

square face plate (Dual) and SMB Box with a provision to

support variety of jacks‐ UTP STP etc at the field

sideRecommended make Commscope Schneider Molex

SiemonbullFace plate (single) Supply and installation of square

face plate ( single) with a provision to support variety of jacks‐

UTP STP etc at the field sideRecommended make

Commscope Schneider Molex Siemon

10 bull SMB Box Supply and installation of SMB Box for face plate

(DualSingle) as required Recommended make Commscope

Schneider Molex Siemon

11 bull Other Accessories amp61607Supply and Installation of

25mm electrical grade ISI mark PVC Conduit in

wallfloorslabsurface including wallfloor cutting and

making good the same as required Recommended make

Reputed ISI Markamp61607Supply and installation of OFC SM

Tender No SCLPS52019E0156401 51

OS2 Cable in existing 32mm HDPE pipe as

requiredamp61607Supply and Laying of 32mm HDPE pipe

direct in ground including excavation sand cushioning

protective covering and refilling the trench including standard

cable route marker etc as requiredamp61607Supply and

installation of SC simplex single‐mode LSZH pigtail 1m as

requiredamp61607Supply and installation of adaptor plate

with 3 SC duplex SM adaptors as requiredamp61607Splicing of

OFC as per Core as requiredamp61607Supply and installation

of accessories for making the Chamber Pit‐ 1Mtr Depth with

Lid for housing OFC as requiredamp61607Trenching of

HardSoft Soil as required

12 B Paging The scope includes supply installation testing and

commissioning of Supply and installation of IP 65 or better

explosion proofWP loud speaker anticorrosive powder

coated red (RAL‐3000) suitable for Zone I amp II Class II C

Hardware SS304 as per IS2148 and equivalent to model FLSR

25 of Baliga with necessary support gland as required and

installing the same on wallsurface with GI supports as

required and connecting the same with wire The Scope also

includes supply and installation of 2Cx15mm2 FRLS armored

and PVC sheath twisted pair wire their termination tagging

glanding earthing etc as required for speakers and other

accessories requires for smooth commissioning of the paging

system

Vendor Specificied Terms

Description Vendor Terms

Tender No SCLPS52019E0156401 52

1Delivery Term

Prices shall be quoted on F O R destination basis ie S C L S A S Nagar Mohali

Punjab exclusive of GST and taxes as may be applicable

2 GST

Purchaser is entitled to concessional GST of 5 as per Ministry of Finance

Department of Revenue Notification No 472017 Integrated Tax (Rate) both

dated 14th November 2017 respectively and would accordingly issue Exemption

Certificate in favour of the contractor quoting in Indian Rupees The bidder

should take note of the same while quoting the prices in Indian Rupees GST on

installation services shall be applicable 18

3 DELIVERY SCHEDULEPERIOD OF COMPLETION

The time allowed for supply installation testing and commissioning of the entire

works shall be 06 (Six) months to be reckoned form the 7th day of issue of

purchase order

4 IMPORTANT

This being a two part Tender Technical and Commercial parts separate the

bidder should not attach any document(s) containing pricing information with

technical part The Contractor will provide Un priced commercial offer in

envelope 1 (Technical Part) as an attachment

The tenders containing price information in Technical Part will be treated as

unsolicited offers and rejected Contractor to confirm that Price bid is not

attached in Envelope 1 ie Technical Part

Priced Commercial offer if any should be attached in Envelope 2 (Price Bid)

under Supporting Documents from Vendor (Commercial) as an attachment

5 The prices shall remain firm until completion of entire project including

extended period if any No cost escalation shall be applicable for the work

Tender No SCLPS52019E0156401 53

6 SECURITY DEPOSIT

a) On acceptance of the tender the Contractor shall submit security deposit for

ten percent (10 percent) of the value of the Contract within 15 days from the

date of purchase order If the Contractor fails toprovide the security within the

period specified such failure shall constitute a breach of the Contract and the

Purchaser shall be entitled to make other arrangements for the re purchase of

the stores contracted at the cost and risk of the Contractor

b) Security Deposit shall be submitted through Demand Draft Bankers Cheque

fixed deposit receipt or Bank Guarantee from any of the Scheduled Banks

executed on nonjudicial stamp paper of appropriate value and shall be valid for

a period of sixty (60) days beyond the date for completion of the Purchase

OrderContract

c) In case the contractor fails to furnish the security deposit within the specified

date or extended due date the Purchase OrderContract shall be cancelled and

in addition appropriate penal action may also be considered

d) After the Purchase OrderContract is successfully executed in all respects the

Bank Guarantee towards Security Deposit may be discharged and retained

amount shall be refunded to vendors

e) In the event of non execution of the Purchase orderContract or breach of any

terms and conditions of the Purchase Order the Security Deposit shall be

forfeited

7 Warranty

The Contractor shall provide for the tendered job comprehensive warranty for

parts as well as labour for a period of 12 months from the date of successful

installation commissioning and testing of the system at Purchasers site at no

extra charges against any manufacturing defectfaulty workmanship In case any

defect arises during warranty period the Contractor should replacerectify the

same at its own cost at siteworks

The LED light fittings and its driver unit etc shall have warranty for a period of 5

Tender No SCLPS52019E0156401 54

years from the date of installation and commissioning

8 Warranty Replacements

All replacement parts if any shall be supplied by the Contractor free of cost on F

O R Purchaser site at S A S Nagar Punjab basis

9 TERMS OF PAYMENT

The payment shall be remitted as under

90 of the value of the materials supplied shall be paid within 30 days of the

receipt of the materials at purchaser site and the balance 10 amount along

with 100 installation charges shall be payable on successful installation

commissioning and acceptance of the entire project at Purchasers site against a

Performance Bank Guarantee

10 PERFORMANCE BANK GUARANTEE (PBG)

The Contractor shall furnish a Bank Guarantee (as per format given by purchaser)

from any nationalized scheduled bank for an amount equivalent to 10 of the

value of the Contract and shall be valid for a period of 60 days beyond the expiry

date of warranty period On the performance and completion of the Contract in

all respects the Bank Guarantee will be returned to the Contractor without any

interest

11 VALIDITY

The tender must be valid for a minimum period of 120 days from the date of

opening of Technical bid and 90 days after opening of Price bid

The tender where the validity period is shorter than the period specified in the

tender enquiry shall be excluded from the procurement process

12 Quantity Variation

The quantities indicated against each items in the Bill of Quantities (BOQ) are

indicative and are for the purpose of bidding only Variation in quantities up to

Tender No SCLPS52019E0156401 55

+25 percent shall be carried out by the contractor on the agreedPurchase order

(PO) rates and terms amp conditions as in the purchase order (PO)

13 GUARANTEED TIME DELIVERY

The time for and the date of delivery stipulated in the Purchase Order shall be

deemed to be the essence of the Contract Delivery must be completed within

the date specified therein

14 Extra Items

In case of extra items (that are completely new and are in addition to the items

contained in the contract) the contractor may claim rates supported by proper

analysis and purchaser engineer in charge of the work shall after giving

consideration to the analysis of the rates submitted by the contractor determine

the rates on the basis of market rates and the contractor shall be paid in

accordance with the rates so determined The contractor(s) profit amp OH shall be

factored in the rate analysis 15

15 CONSIGNEE

Sr Purchase and Stores Officer (Stores)

Semi Conductor Laboratory

Sector 72 SAS Nagar (Mohali) Punjab

India 160 071

16 INSTALLATION AND COMMISSIONING

Installation commissioning and demonstration of performance of the tendered

stores as per Purchaser tendered specifications shall be carried out by the

Contractor at Purchaser site at S A S Nagar Punjab India

The Contractor shall provide in advance guidelines for preparation of the

installation site and list of items to be supplied by Purchaser during installation

Tender No SCLPS52019E0156401 56

On receipt of intimation from the Purchaser the Contractor shall depute its

engineer(s) to Purchaser site within two weeks to carry out installation and

commissioning and will demonstrate the functionality of the tendered

equipment to Purchaser specifications as per mutually agreed acceptance

procedure The Contractor shall be responsible for any lossdamages sustained

due to delay on the part of the Contractor to send its engineer for installation

and commissioning

Failure to commission the tendered equipment successfully shall entitle

Purchaser to full refund of the payment made and the interest thereon Decision

regarding successful installation and commissioning shall rest solely with the

Purchaser

17 REJECTION

In the event that any of the stores supplied by the Contractor is found defective

in material or workmanship or otherwise not in conformity with the

requirements of the Contract specifications the purchaser shall either reject the

stores or request the Contractor in writing to rectify the same The Contractor

on receipt of such notification shall either rectify or replace the defective stores

free of cost to the purchaser If the Contractor fails to do so the purchaser may

at his option either

a) replace or rectify such defective stores and recover the extra cost so involved

from the Contractor or

b) terminate the Contract for default as provided in this tender document

18 EXTENSION OF TIME

If the completion of supply of stores is delayed due to reason of force majeure

such as acts of god acts of public enemy acts of Government fires floods

epidemics quarantine restriction strikes freight embargoes etc the

Contractor shall give notice within 15 days to the purchaser in writing of his

claim for an extension of time The purchaser on receipt of such notice after

verification if necessary may agree to extend the Contract delivery date as may

Tender No SCLPS52019E0156401 57

be reasonable but without prejudice to other terms and conditions of the

Contract

19 DELAY IN COMPLETIONLIQUIDATED DAMAGES

If the Contractor fails to deliver the stores within the time specified in the

Contract or any extension thereof the purchaser shall recover from the

Contractor as liquidated damages a sum of one half of one percent (05 percent)

of the Contract price of the undelivered stores for each calendar week of delay

The total liquidated damages shall not exceed ten percent (10 percent) of the

Contract price of the unit or units so delayed Stores will be deemed to have

been delivered only when all their component parts are also delivered If certain

components are not delivered in time the stores will be considered as delayed

until such time as the missing parts are delivered Delivery of stores shall be

complete on Installation commissioning Testing and Acceptance

20 INSPECTION AND ACCEPTANCE TEST

The Purchasers representatives shall also be entitled at all reasonable times

during manufacture to inspect examine and test on the Contractors premises

the material and workmanship of all stores to be supplied under this Contract

and if part of the said stores is being manufactured on other premises the

Contractor shall obtain for the purchasers representative permission to inspect

examine and test as if the equipment were being manufactured on the

Contractors premises

Such inspection examination and testing shall not release the Contractor from

the obligations under this Contract

For tests on the premises of the Contractor or of any of his sub Contractors the

Contractor shall provide free of cost assistance labour material electricity fuel

and instruments as may be required or as may be reasonably needed by the

purchasers representative to carry out the tests efficiently

When the stores have passed the specified test the purchaser representative

shall furnish a certificate to the effect in writing to the Contractor The

Tender No SCLPS52019E0156401 58

Contractor shall provide copies of the tests certificates to the purchaser as may

be required

21 Labour Law Contractor shall abide by all labour laws rules and regulations

which are prevailing and as enforced from time to time and SCL shall not be

responsible for any accident or mishap during the course of the contract to any

of engineer labour employee by the Contractor The contractor shall also ensure

that the statutory obligations with regards to the employment of labour under

law are complied properly and timely

22 ARBITRATION

In the event of any disputes differences or claims arising out of or relating to

the interpretation and application of the Contract such disputes or differences

or claims shall be settled amicably by mutual consultations of the good Offices

of the respective Parties and recognizing their mutual interests attempt to reach

a solution satisfactory to both the parties If such a resolution is not possible

within 30 days from the date of receipt of written notice of the existence of such

disputes then the unresolved disputes or differences or claims shall be

referred to the Sole Arbitrator appointed by the Parties by mutual consent in

accordance with the rules and procedures of Arbitration and Conciliation Act

1996 as amended from time to time The arbitration shall be conducted in New

Delhi in the Arbitration and Conciliation Centre New Delhi (Domestic and

International) as per its rules and regulations The expenses for the Arbitration

shall be shared equally or as may be determined by the Arbitrator The

considered and written decision of the Arbitrator shall be final and binding

between the Parties The applicable language for Arbitration shall be English

only Work under the Contract shall be continued by the CONTRACTOR during

the pendency of arbitration proceedings without prejudice to a final adjustment

in accordance with the decision of the Arbitrator unless otherwise directed in

writing by the DEPARTMENT or unless the matter is such that the works cannot

be possibly continued until the decision (whether final or interim) of the

Arbitrator is obtained

23 APPLICABLE LAWS The contract shall be interpreted construed and

Tender No SCLPS52019E0156401 59

governed by laws of IndiaThe contract shall be subject to exclusive Jurisdiction

of the Court of SAS Nagar (Mohali) Punjab India irrespective of anything

mentioned in any correspondences or otherwise

24 Any Other Term

Tender No SCLPS52019E0156401 60

Supporting Documents from Vendor

Attachment ‐ I

Attachment ‐ II

Price Bid Form

Item Description Slab Range Qty UOM Currency Unit Price Total Price

Supply of MCC Panels cables

cable trays lightings etc for

electrical distribution system

including fire detection

system LAN Paging etc for

the Chemical Store building as

per detailed specifications

technical write‐updrawings

attached

‐ 1 Lot ‐ ‐ ‐

Installation Testing and

Commissioning of MCC

Panels cables cable trays

lightings etc for electrical

distribution system including

fire detection system LAN

Paging etc for the Chemical

Store building as per detailed

specifications technical write‐

updrawings attached

‐ 1 Lot ‐ ‐ ‐

Tender No SCLPS52019E0156401 61

Break‐up of other taxes and other costs should be specified in respective narration columns

Sum of these Break‐up values should be specified in respective value columns

Supporting Documents from Vendor (Commercial)

Document attachment with price bid

Attachment ‐ I

Attachment ‐ II

  • pdf_document_tndr_notc_electrical_distribution_system_051119
  • pdf_document_tndr_doc_electrical_distribution_system_051119
Page 6: -72, -160071 चंडीगढ़ के समीप पंजाब भारत...स म -क डक टर ल ब र टर /Semi-Conductor Laboratory अ त रक ष वभ

Tender No SCLPS52019E0156401 5

26 The bid should contain the following information

a Agency Commission Bidders are required to provide the following information in respect of their

authorised Indian Agent if any alongwith technical bid as the same is mandatory as is required for

consideration of the bid Name Address Telephone no fax no email of the Indian Agent including the

contact person A letter from the Manufacturersupplier in the current date certifying that the said

Indian Agent is their authorised Indian Agent and also indicating the responsibilitiesrole of the Indian

Agent under the proposed purchase Renumerationservice charges payable to the Indian Agent under

the proposed purchase The amount of agency commission included in the price and payable to Indian

Agent of the contractor shall be paid directly to the Indian Agents by the Purchasers in equivalent in

Indian rupees on the basis of an invoice from him applying TT buying rate of exchange ruling on the date

of placement of the Purchase Order and which shall not be subject to any further exchange variations

The payment will be released to the Indian Agents within 30 days from the date of acceptance of the

goods

b Details of any technical service if required for erection assembly commissioning and

demonstration

27 The FOBFCA prices quoted should be inclusive of all taxes levies duties arising in the tenderer

country

28 The details of Import License will be furnished in the Purchase Order

29 Instructionoperation manual containing all assembly details including wiring diagrams should be

sent wherever necessary in duplicate All documentscorrespondence should be in English Language

only

30 Part shipment is not allowed unless specifically agreed to by us

31 As far as possible stores should be dispatched by Indian Flagged Vessels Air India or through any

Agency nominated by us

32 RECOVERY OF SUM DUE

Whenever any claim for the payment of whether liquidated or not money arising out of or under this

Contract against the Contractor the purchaser shall be entitled to recover such sum by appropriating in

part or whole the security deposited by the Contractor if a security is taken against the Contract In the

event of the security being insufficient or if no security has been taken from the Contractor then the

balance or the total sum recoverable as the case may be shall be deducted from any sum then due or

which at any time thereafter may become due to the Contractor under this or any other Contract with

the purchaser Should this sum be not sufficient to cover the full amount recoverable the Contractor

shall pay to the purchaser on demand the remaining balance due Similarly if the purchaser has or

makes any claim whether liquidated or not against the Contractor under any other Contract with the

purchaser the payment of all moneys payable under the Contract to the Contractor including the

Tender No SCLPS52019E0156401 6

security deposit shall be withheld till such claims of the purchaser are finally adjudicated upon and paid

by the Contractor

33 LANGUAGE AND MEASURES

All documents pertaining to the Contract including specification schedule notice correspondence

operating and maintenance instructions drawings or any other writings shall be written in English

language The metric system of measurement shall be used exclusively in the Contract

34TECHNICAL DOCUMENTATION

The Contractor shall provide installation operation maintenance and programming manual All

documentation shall be in English language

35 CONTRACTORS DEFAULT LIABILITY

The purchaser may upon written notice of default to the Contractor terminate the Contract in

whole or in part in circumstances detailed hereunder

a) If in the judgement of the Purchaser the Contractor fails to make delivery of Stores within the

time specified in the Contractagreement or within the period for which extension has been

granted by the Purchaser to the Contractor

b) If in the judgment of the Purchaser the Contractor fails to comply with any of the other provisions of

this Contract

In the event the Purchaser terminates the Contract in whole or in part as provided in this tender

document the Purchaser reserves the right to Purchase upon such terms and in such a manner as he

may deem appropriate stores similar to that terminated and the Contractor shall be liable to the

Purchaser for any additional costs for such similar stores andor for liquidated damages for delay as

defined in Clause 24 until such reasonable time as may be required for the final supply of stores

A) If this Contract is terminated as provided in this tender document the Purchaser in addition to any

other rights provided in this Article may require the Contractor to transfer title and deliver to the

Purchaser under any of the following clauses in the manner and as directed by the Purchaser

a) Any completed stores

b) Such partially completed stores

drawing information and Contract rights (hereinafter called manufacturing material) as the Contractor

has specifically produced or acquired for the performance of the Contract as terminated The Purchaser

shall pay to the Contractor the Contract price for completed stores delivered to and accepted by the

purchaser and for manufacturing material delivered and accepted

B) In the event the Purchaser does not terminate the Contract as provided in this tender document the

Contractor shall continue the performance of the Contract in which case he shall be liable to the

Tender No SCLPS52019E0156401 7

purchaser for liquidated damages for delay as set out in this tender document until the stores are

accepted

DOS PM‐ 20

INSTRUCTIONS TO TENDERERS AND TERMS CONDITIONS OF TENDER

1 Bid Open Authorization shall be submitted on line only complying specified schedule

2 Late tenders and delayed tenders will not be considered

3 GST andor other dutieslevies legally leviable and intended to be claimed should be distinctly shown

separately in the tender

4 (a) Your quotation should be valid for 90 days (single part tender) and 120 days (two part tender)

from the date of opening of the tender

(b)Prices are required to be quoted according to the units indicated in the annexed tender form

When quotations are given in terms of units other than those specified in the tender form relationship

between the two sets of units must be furnished

5 Preference will be given to those tenders offering supplies from ready stocks and on the basis of FOR

destinationdelivery at site

6 (a) All available technical literature catalogues and other data in support of the specifications and

details of the items should be furnished along with the offer

(b) Samples if called for should be submitted free of all charges by the tenderer and the Purchaser

shall not be responsible for any loss or damage thereof due to any reason whatsoever In the event of

non acceptance of tender the tenderer will have to remove the samples at his own expense

(c) Approximate net and gross weight of the items offered shall be indicated in your offer If

dimensional details are available the same should also be indicated in your offer

(d) Specifications Stores offered should strictly confirm to our specifications Deviations if any should

be clearly indicated by the tenderer in his quotation The tenderer should also indicate the MakeType

number of the stores offered and provide catalogues technical literature and samples wherever

necessary along with the quotations Test Certificates wherever necessary should be forwarded along

with supplies Wherever options have been called for in our specifications the tenderer should address

all such options Wherever specifically mentioned by us the tenderer could suggest changes to

specifications with appropriate response for the same

Tender No SCLPS52019E0156401 8

7 The purchaser shall be under no obligation to accept the lowest or any tender and reserves the right

of acceptance of the whole or any part of the tender or portions of the quantity offered and the

tenderers shall supply the same at the rates quoted

8 The tenderer should supply along with his tender the name of his bankers as well as the latest

Income Tax clearance certificate duly countersigned by the Income Tax Officer of the Circle concerned

under the seal of his office if required by the Purchaser

9 The Purchaser reserves the right to place order on the successful tenderer for additional quantity up

to 25 of the quantity offered by them at the rates quoted

10 The authority of the person signing the tender if called for should be produced

TERMS CONDITIONS OF TENDER

1 DEFINITIONS

(a) The term PURCHASER shall mean the President of India or his successors or assigns

(b) The term CONTRACTOR shall mean the person firm or company with whom or with which the

order for the supply of stores is placed and shall be deemed to include the Contractors successors

representative heirs executors and administrators unless excluded by the Contract

(c) The term STORES shall mean what the Contractor agrees to supply under the Contract as specified

in the Purchase Order including erection of plants machinery and subsequent testing should such a

condition is included in the Purchase Order

(d) The term PURCHASE ORDER shall mean the communication signed on behalf of the Purchaser by an

Officer duly authorised intimating the acceptance on behalf of the Purchaser on the terms and

conditions mentioned or referred to in the said communication accepting the tender or offer of the

Contractor for supply of stores or plant machinery or equipment or part thereof

2 PRICESTender offering firm prices will be preferred Where a price variation clause is insisted upon by

a tenderer quotation with a reasonable ceiling should be submitted Such offers should invariably be

supported by the base price taken into account at the time of tendering and also the formula for any

such variations

3 SECURITY DEPOSITOn acceptance of the tender the Contractor shall at the option of the Purchaser

and within the period specified by him deposit with him in cash or in any other form as the Purchaser

may determine security deposit not exceeding ten percent of the value of the Contract as the Purchaser

shall specify If the Contractor is called upon by the Purchaser to deposit AtildelsaquoAringldquoSecurity and the

Contractor fails to provide the security within the period specified such failure shall constitute a breach

of the Contract and the Purchaser shall be entitled to make other arrangements for the re purchase of

Tender No SCLPS52019E0156401 9

the stores contracted at the risk of the Contractor in terms of Sub Clause (ii) and (iii) of clause 10(b)

hereof andor to recover from the Contractor damages arising from such cancellation

4 GUARANTEE REPLACEMENT

(a) The Contractor shall guarantee that the stores supplied shall comply fully with thespecifications laid

down for material workmanship and performance

(b) For a period of twelve months after the acceptance of the stores if any defects arediscovered

therein or any defects therein found to have developed under proper use arising from faulty stores

design or workmanship the Contractor shall remedy such defects at his own cost provided he is called

upon to do so within a period of 14 months from the date of acceptance thereof by the purchaser who

shall state in writing in what respect the stores or any part thereof are faulty

(c) If in the opinion of the purchaser it becomes necessary to replace or renew any efective stores

such replacement or renewal shall be made by the Contractor free of all costs to the purchaser

provided the notice informing the Contractor of the defect is given by the purchaser in this regard within

the said period of 14 months from the date of acceptance thereof

(d) Should the Contractor fail to rectify the defects the purchaser shall have the right to reject or

repair or replace at the cost of the Contractor the whole or any portion of the defective stores

(e) The decision of the purchaser notwithstanding any prior approval or acceptance or inspection

thereof on behalf of the purchaser as to whether or not the stores supplied by the Contractor are

defective or any defect has developed within the said period of 12 months or as to whether the nature

of the defects requires renewal or replacement shall be final conclusive and binding on the Contractor

(f) To fulfil guarantee conditions outlined in clause 4 (a) to (e) above the Contractor shall at the

option of the purchaser furnish a Bank Guarantee (as prescribed by the purchaser) from a Bank

approved by the purchaser for an amount equivalent to 10 of the value of the Contract along with first

shipment documents On the performance and completion of the Contract in all respects the Bank

Guarantee will be returned to the Contractor without any interest

(g) All the replacement stores shall also be guaranteed for a period of 12 months from the date of

arrival of the stores at purchasers site

(h) Even while the 12 months guarantee applies to all stores in case where a greater period is called

for by our specifications then such a specification shall apply in such cases the period of 14 months

referred to in para 4 (b) (c) shall be the asked for guarantee period plus two months

5 PACKING FORWARDING INSURANCEThe Contractor will be held responsible for the stores being

sufficiently and properly packed for transport by rail road sea or air to withstand transit hazards and

ensure safe arrival at the destination The packing and marking of packages shall be done by and at the

expense of the Contractor The purchaser will not pay separately for transit insurance all risks in transit

Tender No SCLPS52019E0156401 10

being exclusively of the Contractor and the Purchaser shall pay only for such stores as are actually

received in good condition in accordance with the Contract

6 DESPATCHThe Contractor is responsible for obtaining a clear receipt from the Transport Authorities

specifying the goods dispatched The consignment should be dispatched with clear Railway

ReceiptLorry Receipt If sent in any other mode it shall be at the risk of the Contractor Purchaser will

take no responsibility for short deliveries or wrong supply of goods when the same are booked on said

to contain basis Purchaser shall pay for only such stores as are actually received by them in accordance

with the Contract

7 TEST CERTIFICATEWherever required test certificates should be sent along with the dispatch

documents

8 ACCEPTANCE OF STORES

(a) The stores shall be tendered by the Contractor for inspection at such places as may be specified by

the purchaser at the Contractors own risk expense and cost

(b) It is expressly agreed that the acceptance of the stores Contracted for is subject to final approval

by the purchaser whose decision shall be final

(c) If in the opinion of the purchaser all or any of the stores do not meet the performance or quality

requirements specified in the Purchase Order they may be either rejected or accepted at a price to be

fixed by the purchaser and his decision as to rejection and the prices to be fixed shall be final and

binding on the Contractor

(d) If the whole or any part of the stores supplied are rejected in accordance with Clause No 8 (c)

above the purchaser shall be at liberty with or without notice to the Contractor to purchase in the

open market at the expense of the Contractor stores meeting the necessary performance and quality

Contracted for in place of those rejected provided that either the purchase or the agreement to

purchase from another supplier is made within six months from the date of rejection of the stores as

aforesaid

9 REJECTED STORESRejected stores will remain at destination at the Contractors risk and responsibility

If instructions for their disposal are not received from the Contractor within a period of 14 days from the

date of receipt of the advice of rejection the purchaser or his representative has at his discretion the

right to scrap or sell or consign the rejected stores to Contractors address at the Contractors entire risk

and expense freight being payable by the Contractor at actuals

10 DELIVERY

(a) The time for and the date of delivery of the stores stipulated in the Purchase Order shall be deemed

to be the essence of the Contract and delivery must be completed on or before the specified dates

Tender No SCLPS52019E0156401 11

(b) Should the Contractor fail to deliver the stores or any consignment thereof within the period

prescribed for such delivery the purchaser shall be entitled at his option either

(i) to recover from the Contractor as agreed liquidated damages and not by way of penalty a sum of

05 per week of the price of any stores which the Contractor has failed to deliver as aforesaid or during

which the delivery of such store may be in arrears subject to a minimum of 10 or

(ii) to purchase from elsewhere without notice to the Contractor on the account and at the risk of the

Contractor the stores not delivered or others of a similar description (where others exactly complying

with the particulars are not in the opinion of the purchaser readily procurable such opinion being

final) without cancelling the Contract in respect of the consignment (s) not yet due for delivery or

(iii) to cancel the Contract or a portion thereof and if so desired to purchase or authorise the purchase of

stores not so delivered or others of a similar description (where others exactly if complying with the

particulars are not in the opinion of the purchaser readily procurable such opinion final) at the risk and

cost of the Contractor In the event of action being taken under sub clause (ii) (iii) of clause 10 (b) above

the Contractor shall be liable for any loss which the purchaser may sustain on that account provided

that the re purchase or if there is an agreement to repurchase then such agreement is made within six

months from the date of such failure But the Contractor shall not be entitled to any gain on such re

purchase made against default The manner and method of such re purchase shall be at the discretion of

the purchaser whose decision shall be final It shall not be necessary for the purchaser to serve a notice

of such re purchase on the defaulting Contractor This right shall be without prejudice to the right of the

purchaser to recover damages for breach of Contract by the Contractor

11EXTENSION OF TIMEAs soon as it is apparent that the Contract dates cannot be adhered to an

application shall be sent by the Contractor to the purchaser If failure on the part of the Contractor to

deliver the stores in proper time shall have arisen from any cause which the purchaser may admit as

reasonable ground for an extension of the time (and his decision shall be final) he may allow such

additional time as he considers it to be justified by circumstances of the case without prejudice to the

purchasers right to recover liquidated damages under clause 10 thereof

12 ERECTION OF PLANT MACHINERYWherever erection of a plant or machinery is the responsibility of

the Contractor as per the terms of the Contract and in case the Contractor fails to carry out the erection

as and when called upon to do so within the period specified by the purchaser the purchaser shall have

the right to get the erection done through any source of his choice In such an event the Contractor

shall be liable to bear any additional expenditure that the purchaser is liable to incur towards erection

The Contractor shall however not be entitled to any gain due to such an action by the purchaser

13 PAYMENT Contractors bill will be passed for payment only after the stores have been received

inspected and accepted by the Purchaser

14 MODE OF PAYMENT Normally payment will be made for the accepted stores within 30 days from

the date of receipt of the materials

Tender No SCLPS52019E0156401 12

15 RECOVERY OF SUM DUE Whenever any claim for the payment of whether liquidated or not money

arising out of or under this Contract against the Contractor the purchaser shall be entitled to recover

such sum by appropriating in part or whole the security deposited by the Contractor if a security is

taken against the Contract In the event of the security being insufficient or if no security has been taken

from the Contractor then the balance or the total sum recoverable as the case may be shall be

deducted from any sum then due or which at any time thereafter may become due to the Contractor

under this or any other Contract with the purchaser Should this sum be not sufficient to cover the full

amount recoverable the Contractor shall pay to the purchaser on demand the remaining balance due

Similarly if the purchaser has or makes any claim whether liquidated or not against the Contractor

under any other Contract with the purchaser the payment of all moneys payable under the Contract to

the Contractor including the security deposit shall be withheld till such claims of the purchaser are

finally adjudicated upon and paid by the Contractor

16 INDEMNITY The Contractor shall warrant and be deemed to have warranted that all stores supplied

against this Contract are free and clean of infringement of any Patent Copyright or Trademark and shall

at all times indemnify the purchaser against all claims which may be made in respect of the stores for

infringement of any right protected by Patent Registration of design or Trade mark and shall take all risk

of accidents or damage which may cause a failure of the supply from whatever cause arising and the

entire responsibility for sufficiency of all means used by him for the fulfilment of the contact

17 ARBITRATION In the event of any disputes differences or claims arising out of or relating to the

interpretation and application of the Contract such disputes or differences or claims shall be settled

amicably by mutual consultations of the good Offices of the respective Parties and recognizing their

mutual interests attempt to reach a solution satisfactory to both the parties If such a resolution is not

possible within 30 days from the date of receipt of written notice of the existence of such disputes

then the unresolved disputes or differences or claims shall be referred to the Sole Arbitrator

appointed by the Parties by mutual consent in accordance with the rules and procedures of Arbitration

and Conciliation Act 1996 as amended from time to time The arbitration shall be conducted in New

Delhi in the Arbitration and Conciliation Centre New Delhi (Domestic and International) as per its rules

and regulations The expenses for the Arbitration shall be shared equally or as may be determined by

the Arbitrator The considered and written decision of the Arbitrator shall be final and binding between

the Parties The applicable language for Arbitration shall be English only

Work under the Contract shall be continued by the CONTRACTOR during the pendency of arbitration

proceedings without prejudice to a final adjustment in accordance with the decision of the Arbitrator

unless otherwise directed in writing by the Purchaser or unless the matter is such that the works cannot

be possibly continued until the decision (whether final or interim) of the Arbitrator is obtained

18 COUNTER TERMS AND CONDITION OF SUPPLIERS Where counter terms and conditions printed or

cyclostyled conditions have been offered by the supplier the same shall not be deemed to have been

accepted by the Purchaser unless specific written acceptance thereof is obtained

Tender No SCLPS52019E0156401 13

19 SECURITY FOR PURCHASE OF MATERIALS Successful tenderer will have to furnish in the form of a

bank guarantee or any other form as called for by the purchaser towards adequate security for the

materials and properties provided by the Purchaser for the due execution of the Contract

20 In eprocurement system submission of bid is a two step process After submission of their bids

bidders have to wait for bid sealing by Purchaser Subsequently bidders have to complete open

authorization in the eprocurement system to enable the Purchaser to open the bid If open

authorization is not completed by the bidder then Purchaser will not be able to open the bid and the

bid becomes invalid

In case bidder encounters any technical snag pertaining to eprocurement system while acting on the

tender computer screen shot of the error message with date time stamp on the web browser along

with the query shall be e mailed by the bidder to the help desk for resolution of the problem at least 2

working days before the due date and time of bid submission The contact detail of the help desk is

available on the home page of the eprocurement website

Purchaser will make all efforts to resolve technical queries reported by the bidders but will not be bound

to do so if the problems are reported beyond the time mentioned above Purchaser will not be

responsible for non submission of bids for such cases

The time taken to ascertain evaluate and suggest a solution for the problem reported by bidder may

vary from case to case Hence bidders are advised to submit the bid well in advance before closing date

and time to avoid last minute issues

DOS PM‐ 22

Instruction to Tenderer

1 Bid Open Authorization shall be submitted online only complying specified schedule and complete in

all respects with technical specifications including pamphlets and catalogues

2 A Proforma Invoice may also be given which should contain the following information

a) The FOBFCA value the C and F value for import by Sea freight Air freight up to and for air parcel

post up to should be separately indicated

b) Agency Commission The amount of commission included in the price and payable to the Indian Agent

of the Contractor shall be paid directly to the Indian Agent by the Purchaser in equivalent Indian Rupees

on the basis of an Invoice from him applying TT buying rate of exchange ruling on the date of

placement of the Purchase Order and which shall not be subject to any further exchange variations This

payment will be released to the Indian Agent immediately after Customs clearance of the goods in India

Tender No SCLPS52019E0156401 14

c) The Contractor shall invoice only for the net amount payable to deducting the amount of Agency

Commission included in the invoice which will be paid to the Indian Agent directly by the Purchaser

However the Contractors invoice should separately reflect the amount of commission payable to his

Indian Agent

d) The earliest delivery period and country of origin of the Stores

e) Bankers name address telephonefax Nos and eMail ID of the Contractor

f) The approximate net and gross weight and dimensions of packages cases

g) Recommended spares for satisfactory operation for a minimum period of one year

h) Details of any technical service if required for erection assembly commissioning and demonstration

3 The FOBFCA and C and F prices quoted should be inclusive of all taxes levies duties arising in the

tenderers country

4 The offer should be valid for a minimum period of 90 days (single part tender) and 120 days (Two part

tender) from the due date of opening of the tender

5 Samples if called for should be sent free of all charges

6 Late and delayed tenders will not be considered Quotations by cable must be followed by detailed

offers

7 Offers made by Indian Agents on behalf of their Principals should besupported by the proforma

invoice of their Principals

8 The details of Import Licence will be furnished in the Purchase Order

9 The authority of person signing the tender if called for shall be produced

10 Instructions Operation Manual containing all assembly details including wiring diagrams should be

sent wherever necessary in duplicate All documents correspondence should be in English language

only

11 The Purchaser reserves the right to accept or reject the lowest or any offer in whole or part without

assigning any reason

12 It is expressly agreed that the acceptance of the Stores Contracted for is subject to final approval in

writing by the Purchaser

13 a) Part shipment is not allowed unless specifically agreed to by us

b) As far as possible stores should be despatched by Indian Flag Vessels Air India through any Agency

nominated by us

Tender No SCLPS52019E0156401 15

14 Inspection Test Certificate should be provided for the goods after testing it thoroughly at the

Contractors works If any Inspection by Lloyds or any other testing agency is considered necessary it

shall be arranged by Contractors

15 Where erection or assembly or commissioning is a part of the Contract it should be done

immediately on notification The Contractor shall beresponsible for any lossdamage sustained due to

delay in fulfilling this responsibility

16 For items having shelf life those with maximum shelf life should be supplied if order is placed

TERMS AND CONDITIONS

1 DEFINITIONS

(a) The term Purchaser shall mean the President of India or his successors or assignees

(b) The term Contractor shall mean the person firm or company with whom or with which the order for

the supply of stores is placed and shall be deemed to include the Contractors Successors

representatives heirs executors and administrators unless excluded by the Contract

(c) The term Purchase Order shall mean the communication signed on behalf of the Purchaser by an

officer duly authorised intimating the acceptance on behalf of the Purchaser on the terms and

conditions mentioned or referred to in the said communication accepting the Tender or offer of the

Contractor for supply of stores of plant machinery or equipment of part thereof

(d) The term Stores shall mean what the Contractor agrees to supplyunder the Contract as specified in

the Purchase Order

2 PRICES

Tenders offering firm prices will be preferred Where a price variation clause is insisted upon by a

tenderer quotations with a reasonable ceiling should be submitted Such offers should invariably be

supported by the base price taken into account at the time of tendering and also the formula for any

such variations

3 TERMS OF PAYMENT

31 Being a Department of the Government of India the normal terms of payment are by Sight Draft

However other terms of payment like establishment of Letter of Credit may be considered by the

Purchaser on such terms and conditions as may be agreed upon

32 The Sight Draft Letter of Credit will be operative on presentation of the under mentioned

documents

a) Original Bill of Lading Airway Bill

Tender No SCLPS52019E0156401 16

b) Commercially certified invoices describing the stores delivered quantity unit rate and their total

value in triplicate The invoice should indicate the discounts if any and Agency Commission separately

c) Packing List showing individual dimensions and weight of packages

d) Country of Origin Certificate in duplicate

e) Test Certificate

f) Declaration by the Seller that the contents in each case are not less than those entered in the invoices

and the quality of the Stores are guaranteed as per the specifications asked for by the Purchaser

g) Warrantee and guarantee Certificates vide Clause 20 herein below

4 IMPORTANT LICENCE

Reference to Import License No and date and Contract number and date shall be prominently indicated

in all the documents

5 DEMURRAGE

Supplier shall bear demurrage charges if any incurred by the purchaser due to delayed presentation of

shipping documents as prescribed in the bankers within a reasonable time (say within 10 to 12 days)

from the date of bill of lading for sea consignments and within 3 to 4 days from the date of Air Way Bill

for air consignments

6 ADDRESS OF INDIAN AGENTS

7 GUARANTEED TIME DELIVERY

The time for and the date of delivery stipulated in the Purchase Order shall be deemed to be the

essence of the Contract Delivery must be completed within the date specified therein

8 INSPECTION AND ACCEPTANCE TEST

81 The Purchaser representatives shall also be entitled at all reasonabletimes during manufacture to

inspect examine and test on the Contractors premises the material and workmanship of all stores to be

supplied under this Contract and if part of the said stores is being manufactured on other premises the

Contractor shall obtain for the purchasers representative permission to inspect examine and test as if

the equipment were being manufactured on the Contractors premises Such inspection examination

and testing shall not release the Contractor from the obligations under this Contract

82 For tests on the premises of the Contractor or of any of his subContractors the Contractor shall

provide free of cost assistance labourmaterial electricity fuel and instruments as may be required or

as may be reasonably needed by the purchasers representative to carry out the tests efficiently

Tender No SCLPS52019E0156401 17

83 When the stores have passed the specified test the purchasers representative shall furnish a

certificate to the effect in writing to the Contractor The Contractor shall provide copies of the tests

certificates to the purchaser as may be required

9 MODE OF DESPATCH

Generally stores should be despatched through Indian Flagged Vessel Air India or through any other

Agency nominated by the purchaser A copy of the invoice and packing list should invariably be kept

inside each of the packages

10 PORT OF ENTRY

New Delhi Mumbai

11 CONSIGNEE

Purchase and Stores Officer Stores

12 SHIPPING MARKS

The mark on the shipping documents such as invoice bill of lading and on the packages should be as

follow

PURCHASE ORDER NO

DATED

GOVERNMENT OF INDIA

DEPARTMENT OF SPACE

(name of the CentreUnit)

Destination

Port of Entry

13 INSURANCE OF THE STORES

The necessity or otherwise of insurance will be as indicated in the Purchase Order

14 CONTRACTORS DEFAULT LIABILITY

141 The purchaser may upon written notice of default to the Contractorterminate the Contract in

whole or in part in circumstances detailedhereunder

Tender No SCLPS52019E0156401 18

a) If in the judgement of the Purchaser the Contractor fails to makedelivery of Stores within the time

specified in the Contract agreement or within the period for which extension has been granted by the

Purchaser to the Contractor

b) If in the judgment of the Purchaser the Contractor fails to comply with any of the other provisions of

this Contract

15 In the event the Purchaser terminates the Contract in whole or in part as provided in Clause 14 the

Purchaser reserves the right to Purchase upon such terms and in such a manner as he may deem

appropriate stores similar to that terminated and the Contractor shall be liable to the Purchaser for any

additional costs for such similar stores andor for liquidated damages for delay as defined in Clause 19

until such reasonable time as may be required for the final supply of stores

151If this Contract is terminated as provided in Clause 14 the Purchaser in addition to any other rights

provided in this Article may require the Contractor to transfer title and deliver to the Purchaser under

any of the following clauses in the manner and as directed by the Purchaser

a) Any completed stores

b)Such partially completed stores drawing information and Contract rights (hereinafter called

manufacturing material) as the Contractor has specifically produced or acquired for the performance of

the Contract as terminated The Purchaser shall pay to the Contractor the Contract price for completed

stores delivered to and accepted by the purchaser and for manufacturing material delivered and

accepted

152 In the event the Purchaser does not terminate the Contract as provided in Clause 14 the

Contractor shall continue the performance of the Contract in which case he shall be liable to the

purchaser for liquidated damages for delay as set out in Clause for DELAY IN COMPLETION

LIQUIDATED DAMAGES until the stores are accepted

16 REPLACEMENT

If the stores or any portion thereof is damaged or lost during transit thePurchaser shall give notice to

the Contractor setting forth particulars of such stores damaged or lost during transit The replacement

of such stores shall be effected by the Contractor within a reasonable time to avoid unnecessary delay in

the intended usage of the Stores In case the purchaser agrees the price towards replacement items

shall be paid by the purchaser on the basis of original price quoted in the tender or as reasonably

worked out from the tender

17 REJECTION

In the event that any of the stores supplied by the Contractor is found defective in material or

workmanship or otherwise not in conformity with the requirements of the Contract specifications the

purchaser shall either reject the stores or request the Contractor in writing to rectify the same The

Tender No SCLPS52019E0156401 19

Contractor on receipt of such notification shall either rectify or replace the defective stores free of cost

to the purchaser If the Contractor fails to do so the purchaser may at his option either

a) replace or rectify such defective stores and recover the extra cost so involved from the Contractor or

b) terminate the Contract for default as provided under clause 14 above or

c) acquire the defective stores at a reduced price considered equitable under the circumstances The

provision of this article shall not prejudice the Purchasers rights under clause 19

18 EXTENSION OF TIME

If the completion of supply of stores is delayed due to reason of force majeure such as acts of god acts

of public enemy acts of Government fires floods epidemics quarantine restriction strikes freight

embargoes etc the Contractor shall give notice within 15 days to the purchaser in writing of his claim

for an extension of time The purchaser on receipt of such notice after verification if necessary may

agree to extend the Contract delivery date as may be reasonable but without prejudice to other terms

and conditions of the Contract

19 DELAY IN COMPLETION LIQUIDATED DAMAGES

If the Contractor fails to deliver the stores within the time specified in theContract or any extension

thereof the purchaser shall recover from theContractor as liquidated damages a sum of onehalf of one

percent (05percent) of the Contract price of the undelivered stores for each calendar week of delay

The total liquidated damages shall not exceed ten percent (10 percent) of the Contract price of the unit

or units so delayed Stores will be deemed to have been delivered only when all their component parts

are also delivered If certain components are not delivered in time the stores will be considered as

delayed until such time as the missing parts are delivered

20 GUARANTEE and REPLACEMENT

a) The Contractor shall guarantee that the stores supplied shall comply fully with the specifications laid

down for material workmanship and performance

b) For a period of twelve months after the acceptance of the stores if any defects are discovered

therein or any defects therein are found to have developed under proper use arising from faulty

materials design or workmanship the Contractor shall remedy such defects at his own cost provided he

is called upon to do so within a period of 14 months from the date of acceptance thereof by the

Purchaser who shall state in writing in what respect the stores or any parts thereof are faulty

c) If in the opinion of the purchaser it becomes necessary to replace or renew any defective stores such

replacements or renewals shall be made by the Contractor free of all costs to the purchaser provided

the notice informing the Contractor of the defect is given by the purchaser in this regard within the said

period of 14 months from the date of acceptance thereof

Tender No SCLPS52019E0156401 20

d) Should the Contractor fail to rectify the defects the purchaser shall have the right to reject or repair

or replace at the cost of the Contractor the whole or any portion of the defective stores

e) The decision of the Purchaser notwithstanding any prior approval or acceptance or inspection

thereof on behalf of the purchaser as to whether or not the stores supplied by the Contractor are

defective or any defects has developed within the said period of 12 months or as to whether the nature

of the defects requires renewal or replacement shall be final conclusive and binding on the Contractor

f) To fulfill guarantee conditions outlined in Clause 20 (a) to (e) above the Contractor shall at the option

of the purchaser furnish a Bank Guarantee (as prescribed by the purchaser Bank Guarantee format

enclosed) from a Bank approved by the purchaser for an amount equivalent to 10Percent of the value of

the Contract along with first shipment documents On the performance and completion of the Contract

in all respects the Bank Guarantee will be returned to the Contractor without any interest

g) All the replacement stores shall also be guaranteed for a period of 12 months from the date of arrival

of stores at purchasers site

h) Even while the 12 months guarantee applies to all stores in case where a greater period is called for

by our specifications then such a specification shall apply and in such cases the period of 14 months

referred to in Clause 20 (b) and (c) shall be asked for guarantee period plus two months

21 REQUIREMENT OF ADDITIONAL NUMBERS OF THE STORESSPARE PARTS ORDERED

The Contractor shall also undertake the supply of additional number of items covered by the order as

considered necessary by the purchaser at a later date the actual price to be paid shall be mutually

agreed to after negotiations

22 PACKING

a) The Contractor wherever applicable shall pack and crate all stores for sea air shipment as applicable

in a manner suitable for export to a tropical humid climate in accordance with internationally accepted

export practices and in such a manner so as to protect it from damage and deterioration in transit by

road rail or sea for space qualified stores The Contractors shallbe held responsible for all damages due

to improper packing

b) The Contractor shall ensure that each box unit of shipment is legible and properly marked for

correct identification The failure to comply with this requirement shall make the Contractor liable for

additional expenses involved

c) The Contractor shall notify the purchaser of the date of shipment from the port of embarkation as

well as the expected date of arrival of such shipment at the designated port of arrival

d) The Contractor shall give complete shipment information concerning the weight size content of each

packages etc

Tender No SCLPS52019E0156401 21

e) Transshipment of equipment shall not be permitted except with the written permission of the

purchaser

f) Apart from the despatch documents negotiated through Bank the following documents shall also be

airmailed to the purchaser within 7 days from the date of shipment by sea and within 3 days in case of

air consignments

a) Commercial Bill of Lading Air Way Bill Post parcel Receipt (Two nonnegotiable copies)

b) Invoice (3 copies)

c) Packing List (3 copies)

d) Test Certificate (3 copies)

e) Certificate of Origin

The Contractor shall also ensure that one copy of the packing list is enclosed in each case

23 ARBITRATION

In the event of any disputes differences or claims arising out of or relating to the interpretation and

application of the Contract such disputes or differences or claims shall be settled amicably by mutual

consultations of the good Offices of the respective Parties and recognizing their mutual interests

attempt to reach a solution satisfactory to both the parties If such a resolution is not possible within 30

days from the date of receipt of written notice of the existence of such disputes then the unresolved

disputes or differences or claims shall be referred to the Sole Arbitrator appointed by the Parties by

mutual consent in accordance with the rules and procedures of Arbitration and Conciliation Act 1996 as

amended from time to time The arbitration shall be conducted in New Delhi in the Arbitration and

Conciliation Centre New Delhi (Domestic and International) as per its rules and regulations The

expenses for the Arbitration shall be shared equally or as may be determined by the Arbitrator The

considered and written decision of the Arbitrator shall be final and binding between the Parties The

applicable language for Arbitration shall be English only

Work under the Contract shall be continued by the CONTRACTOR during the pendency of arbitration

proceedings without prejudice to a final adjustment in accordance with the decision of the Arbitrator

unless otherwise directed in writing by the Purchaser or unless the matter is such that the works cannot

be possibly continued until the decision (whether final or interim) of the Arbitrator is obtained

24 LANGUAGE AND MEASURES

All documents pertaining to the Contract including specification schedule notice correspondence

operating and maintenance instructions drawings or any other writings shall be written in English

language The metric system of measurement shall be used exclusively in the Contract

25 INDEMNITY

Tender No SCLPS52019E0156401 22

The Contractor shall warrant and be deemed to have warranted that all Stores supplied against this

Contract are free and clean of infringement of any patent copyright or trade mark and shall at all times

indemnify the purchaser against all claims which may be made in respect of stores for infringement of

any right protected by Patent Registration of design or Trade Mark and shall take all risk of accident or

damage which may cause a failure of the supply from whatever cause arising and the entire

responsibility for the sufficiency of all the means used by him for the fulfillment of the Contract

26 COUNTER TERMS AND CONDITIONS OF SUPPLIERS

Where counter terms and conditionsprinted or cyclostyled conditions have been offered by the

supplier the same shall not be deemed to have been accepted by the purchaser unless specific written

acceptance thereof is obtained

27 SECURITY INTEREST

On each item to be delivered under this Contract including an item of work in progress in respect of

which payments have been made in accordance with the terms of the Contract purchaser shall have a

security interest in such items which shall be deemed to be released only at the time when the

applicable deliverable item is finally accepted and delivered to the purchaser in accordance with the

terms of the Contract Such security interest of the purchaser shall constitute a prior charge as against

any other charge or interest created in respect of such items by any entity

28 BANK CHARGES

While the purchaser shall bear the bank charge payable to his Bankers (State Bank of India) the

Contractor shall bear the Bank charges payable to his Bankers including the cheques towards advising

amendment commissions

29 TRAINING

The Contractor shall if required by the purchaser provide facilities for the practical training of

Purchasers engineering technical personnel from India and for their active association on the

manufacturing processes throughout the manufacturing period of the Contract stores number of such

personnel to be mutually agreed upon

30 APPLICABLE LAW

The Contract shall be interpreted construed and governed by the laws of India

Tender No SCLPS52019E0156401 23

BidTemplates

GENERAL CONDITIONS

Item Specifications

Sl No Specifications Complianc

e (Yes No)

Offered Specifications Remarks

1 Intent of the ProjectaThe scope of Project includes Supply

Installation Testing and Commissioning of electrical

distribution system including illumination MCC Panels fire

detection system Local Area Network (LAN) Paging etc for

the Chemical Store Building at Semi‐Conductor Laboratory

(SCL) Sector‐ 72 SAS Nagar Mohali (Punjab) bScope

includes receiving unloading storage insurance in‐plant

transportation and all equipment amp accessories covered under

this specificationcTechnical SpecificationBrief overview of

Equipment amp services under this specification is described

hereiGeneral SpecificationiiSupply amp Installation of

Electrical MCCPCC Panels MCB DB exhaust fan light fixtures

etciiiSupply amp Installation of wire cables conduits Modules

SwitchSockets termination earthing etcivSupply amp

Installation of Fire detection system and its

accessoriesvSupply amp Installation of NetworksLAN

systemviSupply and installation of material for Earthing and

lightning protection system viiAny other electrical

requirement for execution of the work dDrawing amp notes All

drawing amp notes as listed in the annexure form a part of this

specification

Tender No SCLPS52019E0156401 24

2 General Information for Site Condition The Contractor may

visit the site of work at SCL to acquaint themselves of the

actual site conditions

3 Code amp Standards All electrical equipment and accessories to

be furnished installed and commissioned under scope of

these specifications shall be designed manufactured tested

and installed in accordance with relevant Indian Standard

Specifications (ISS) Indian electricity rules and any other

applicable regulations

4 Period of CompletionThe time allowed for supply installation

testing and commissioning of the entire work shall be six (6)

months to be reckoned from the 7th day of issue of Purchase

order by SCL

5 Drawing Data and ManualsFollowing drawings documents

shall be submitted by the selected contractor for approval of

SCL for execution of the workaFoundation drawing of all

floor mounted Electrical panelsbGeneral Layout (GA)

drawing with dimension of all electrical equipment and Single

line drawings (SLDs) of electrical PanelcMake type and

catalogue of Switchgears of Electrical MCC Panels Power DBs

Power Cables and related accessories along with technical

leaflets data sheets etc to be provided by the contractor

The contractor shall offer recommended makes mentioned in

this document dEquipment data sheets furnishing

guaranteed performance figure for each type of

equipmenteTest certificates test results for each type of

equipmentfCheck lists and tests to be conducted during

erection testing amp commissioning of the individual

equipmentOn successful completion of the entire work the

Contractor shall provide lsquoAs Builtrsquo drawings for all the Systems

executed under the Contract Three (03) sets of hard copies

and one (01) set in soft copy (CDDVD) in Auto‐CAD and PDF

Tender No SCLPS52019E0156401 25

format shall be provided to SCL for its record and reference

Contractor shall also provide instruction Operation

manual(s) and maintenance manuals for the all equipment

system installed under the project

6 Eligibility Criteria Only those bidders meeting the below

mentioned eligibility criteria are eligible to participate in the

tendera Should have satisfactorily executed at‐least two (2)

similar works of value not less than Rs 50 Lakh each

involving inter alia power distribution works consisting of

MCCsPCCs of rating not less than 400 A 415 V 35 kA ( fault

level) MCBDBs lighting systems cabling during the last 5

years To ascertain eligibility for the work the participating

bidders shall enclose copy (ies) of the detailed Purchase

Order(s) and their completion certificate(s) evidencing

satisfactory completion of similar works issued by the

respective clientsorganisations Completion certificate for

works issued by private parties shall be supported by TDSb

Should not have incurred any loss in more than two years

during the last five (5) financial years ending 31st March 2019

c The Contractor should possess valid license of Class lsquoArsquo

Category Electrical Contractor issued by the State Licensing

Authorityd The contractor shall carry out the work in co‐

ordination with the civil works undertaken by other contractor

engaged by SCL

7 DeviationaContractor to clearly mention deviation(s) if any

from the specification in the unpriced techno‐commercial bid

bUnless such deviations are recorded in the deviation sheets

and submitted with the bid it will be assumed that the offer is

made in conformity with the tendered specification in all

respectscThe deviations shall be evaluated by SCL and

acceptance of the same shall be at the sole discretion of SCL

Tender No SCLPS52019E0156401 26

8 Quantity variationThe quantities indicated against each item

in the Bill of Quantities (BOQ) are indicative and are for the

purpose of bidding only Variation in quantities upto + 25

shall be carried out by the contractor on the agreedPurchase

Order (PO) rates and terms amp conditions as in the Purchase

Order (PO) In case of contract items which exceed the said

limit of +25 the contractor may claim revision of rates

supported by proof analysis and if the rate claimed in excess

of the rate specified in the bill of quantities SCLrsquos engineerndashin‐

charge of the work shall after giving consideration to the

analysis of rates submitted by the contractor determine the

rates on the basis of market rates and the contractor shall be

paid in accordance with the rates so determined The

Contractorrsquos profit amp OH shall be factored in the rate

analysis15

9 Extra ItemsIn case of extra items (that are completely new

and are in addition to the items contained in the contract) the

contractor may claim rates supported by proper analysis and

SCLrsquos engineer‐in‐charge of the work shall after giving

consideration to the analysis of the rates submitted by the

contractor determine the rates on the basis of market rates

and the contractor shall be paid in accordance with the rates

so determined The Contractorrsquos profit amp OH shall be factored

in the rate analysis15

10 Construction Power SupplyElectricity if available in the

premises may be provided to the contractor by Department

(SCL) only at a single point free of cost subject to the following

conditions ‐a)The Contractor has to make his own

arrangement to tap Electricity from a 3 phasesingle phase

supply from the location decided by the SCLrsquos Engineer‐in‐

charge (E‐I‐C)

Tender No SCLPS52019E0156401 27

11 Storage space site office Contractor will be provided a

lockable room within SCL premises for storage space subject

to availability Contractor will make at his own cost

temporary site office close to work site as per the location

decided by the E‐I‐C

12 Materialsystem submittalsMaterialssystems etc procured

by the selected Contractor for incorporation in the work will

be only of MakesManufacturers specified in the tender

document Submittals of the same shall be submitted by the

contractor for SCL review and approval

13 Other RequirementsbullErection testing amp commissioning of

items as per BOQbullSpecial tools amp tackles Party shall arrange

the ladderscaffoldingstair for working at height for cable

laying Fire detection system installation of light fixture

bullWork shall be executed as per the ISRO contractor safety

Manual Contractor to ensure that the manpower is equipped

with PPE for working at the site bullAll relevant drawing data

catalogues with instruction and trouble shoot manuals type

test certificates for the above accessoriesbullMaterials and

accessories which are necessary or used for satisfactory and

trouble free operation and maintenance of the above

equipmentrsquosmaterial shall also be furnished bullContractor

shall deploy skilled amp unskilled Labor qualified technical

Supervisor(s) erection tools amp tackles testing tools amp

equipment supplies consumables and hardware and

transport for timely and efficient execution of the

workbullContractor shall guarantee LED fixtures

(flameproofnon‐flameproof) for a period of 5 years from the

date of acceptance The contractorrsquos guarantee shall be

supported with a guarantee from the manufacturer(s) in this

regard

Tender No SCLPS52019E0156401 28

TECHNICAL SPECIFICATION‐1

Item Specifications ‐I

Sl No Specifications Compliance

(Yes No)

Offered Specifications Remarks

1 Internal Wiringa The electrical wiring installations and other

accessories shall comply with latest IS code 732 (part‐II) 1983

and National Electric Code‐1985b The word concealed means

it involves cutting of floor wall and making good after laying

the conduitMetal raceway as per the enclosed drawings by

the contractor as requiredc The contractor shall provide all

necessary components fixing materials accessories and

interconnections as per standard practice It is to be noted

that ceiling rose forms a part of the specifications hence not

indicated separately and shall be provided by the contractor

as requiredd Scope includes termination of wire ferruling

dressing cable tie etc as requirede The work shall be

executed as per the ISRO electrical specification available on

ISRO site wwwisrogovin in Schedule I to be read along with

the tender specification

2 LED LuminariesThe scope includes supply installation

testing commissioning of flame proofnon‐flameproof LED

lighting fixture at the ceiling level (about 55 meter height) in

the chemical store building outer periphery of the store

building electrical room AHU room at the first floor as per

drawings and discretion of E‐I‐C Architectural plan of the

building is attached Supply of required accessories such as

mounting brackets nuts bolts screws washers glands and

any other material required for installation of LED fixture as

per specifications mentioned in BOQ shall be part of the

specification Junction box as required for loop‐in and loop‐

Tender No SCLPS52019E0156401 29

out of the cable for flame proof light fixture will be in the

scope of the contractor LED light fittings will be suitable for

operation on 230V single phase AC supply The fitting shall

be supplied with all fixing material such as brackets nuts

bolts etc as required for installation of fittings Special

Conditions aLuminaire make (Brand) from among the

recommended make mentioned in the tender document shall

be clearly mentioned in Technical Bid along with complete

technical detailsbThe LED light fitting and its driver unit etc

shall have warranty for a period of 5 years from the date of

installation and commissioningcThe flame proof fixture shall

be provided along with the Petroleum and Explosives Safety

Organization (PESO) certification

3 Detailed Specification for LED Fixture a Flame Proof LED

Fixtures Supply and installation of flameexplosion proof high

efficiency 1 Phase 230 V 60W LED light fitting as per IS 2206

with luminous efficiency 100Lmwatt or better CRI gt 08 amp

THDlt10 IP‐66 as per ISIEC 605292001 made of Die cast

aluminium alloy Heat resistant amp tough clear dome glass

having enclosure as per Ex‐d GAS Gr IIA IIB IIC AS PER ISIEC

60079‐12007 amp ISIEC 60079‐02004 Area of classification

ZONE‐1 2 21 amp 22 and temperature class T‐6 or better as per

ISIEC 60079 complete with loop‐in loop‐out provision

Mounting bracket for mounting on the ceiling Double

compression cable gland shall be provided and install by the

contractor along with the light fitting Recommended Make of

fixture Baliga Stahl Sudhir SwitchgearRecommended make

of LED NICHIA CREE PHILIPS LUMILED OSRAMb General

LED fixtures Supply amp fixing of wallceiling mounted batten

type 20W LED tube light (Four feet) luminaire with efficient

driver (efficiency shall be more than 90) amp with minimum

lumens output of 2000 lumens per lamp comprising of nano

diffuser technology complete with efficient amp constant

Tender No SCLPS52019E0156401 30

current output driver suitable for operation on 230V single

phase 50Hz AC supply efficient heat sink effective thermal

management and with colour temperature shall be gt 6000K

The LED with suitable control gear and power factor gt09 LM

79 certification for luminaireLM80 certificate for LED shall be

submitted and with other standard accessories prewired

including necessary interconnections complete in all respects

and as directed by EIC (Similar to Philips Astra or equivalent)

Recommended make of fixture Philips GE Trilux

LTRecommended make of LED NICHIA CREE PHILIPS

LUMILED OSRAM

4 c Street Light Fixture Supply and installation of 72W75W

LED Street Light fixture with High‐brightness White LEDs

sources with high transmittance flat toughed glass cover and

peanut LENS on each LEDs System luminous efficacy 100

LmsWatt 5600K colour temperature amp 70 CRI value for

ensuring good quality light output Life of at‐least 50000

hours at 70 lumen maintenance ampLED driver efficiency gt

85 Power factor greater than 095 THDlt10 amp min 3KV

surge protection with operating voltage range from 120‐270V

for ensuring lifelong high performance of luminaire the

fixture shall be made of LM‐6 Pressure die‐cast aluminium

with engraved company name amp have IK05 amp IP66 Class

protection with NABL Accredited LM‐79 amp LM‐80 Report

Mounting pole mounted upto a height of 8 meter and pole

bracket diameter of 48‐60 mm (adjustable) Recommended

make of fixture Trilux Philips GE LTRecommended make of

LED NICHIA CREE PHILIPS LUMILED OSRAM

5 Street Light Pole Providing and installation of hot dipped

galvanized swaged tubular 9‐meter‐long with planting depth

15 metersiexclbrvbar street light poles The effective length of each

section shall be‐ bottom 5 meters middle 2 meters and top 2

meters The outside dia and thickness of pole shall be

Tender No SCLPS52019E0156401 31

minimum 11430x440mm 889x4085mm 761x325mm

respectively as required The pole shall be provided with

necessary bracket (inclination 105115 degree length 15

meter dia 45 mm ) for mounting upto 72 W LED street light

fixture Each pole shall have a weather proof

loopingterminal box clamped at 550 mm above ground level

along with a suitable earth terminal The looping box shall be

provided with a suitable Power terminal arrangement to loop

4C x10sqmm size cable and MCB5A fuse cut‐out A base

plate 300 x300x10mm shall be welded to the bottom of the

pole Both underground cable and GI earth wire shall be

terminated at the terminal looping box in the looping zone

Further wiring to the light fixture shall be done with three

core flexible copper wire (2core for power supply and third

core for earthing)GI tubular pole shall be installed in cement

concrete 136 (1 cement 3 coarse sand 6 graded stone

aggregate 40 mm nominal size) foundation including

excavation and refilling etc Party to cast 2 run of 32 mm MS

conduit for cables upto a height of 550mm from ground level

for loop in loop out of cable The civil work for street light pole

foundation forms a part of installation of the work and will be

done by the party as required for commissioning of lighting

poleFor earthing of street light poles coilspiral earthing

using 8 SWG GI wire shall be used The GI wire shall be buried

to a minimum depth of 15 m with excavation refilling of

earth and connecting GI wire to pole using GI bolt and nut

complete as per requirementMake of Pole Reputed make

with ISI mark Note Party shall submit Drawing of the street

light pole for SCL approval before start of manufacturing

6 Cables wire conduit earthing Switchboards

SwitchesSockets etca Cables The scope includes the Supply

and installation of XLPE insulated overall FRLS PVC outer

sheathed AlCu armored cable on wallsurfacesoilexisting

Tender No SCLPS52019E0156401 32

cable tray as required for MCC Panel and MCB DBs as per the

detailed specification and quantity in this document All

necessary hardware for installation of cable like cable tie

clamps tags etc is in the scope of Contractor Contractor to

ensure that cable laid on the cable tray is properly clamped

with GI clamps and cable is properly secured on cable tray b

Wire The scope includes the Supply and installation of FRLS

Copper wire of different size quantity amp Specification for

power distribution and lighting and power etc as per the

requirement c Conduit The scope includes the Supply and

installation of ISI makes MS Conduits of different size as per

Specification for power and lighting distribution switch

sockets etc as per the requirement Flexible conduit shall be

of GId Cable tray The scope includes the supply and

installation of GIMS cable trays as per specificationse

Earthing The scope includes the supply and providing

earthing for Panels DBs cable trays light fixtures and poles

flameproof accessories fire panel speakers exhaust fans etc

matching the specifications given in this tender documentf

Lightning protection The scope includes the supply and

providing earthing for lightning protection of the building as

per the IS 2309 specification and quantities as per the BOQ

The scope includes horizontal and vertical runs earth pits test

point earthing of building periphery for contour etcg Rack

earthing The scope includes the supply and providing

earthing for racks as per specificationsh Switchboards and

SwitchSockets The scope includes the Supply and installation

of different size of flameproofnon‐flameproof Switchboards

and switchsocket for Lighting Power Distribution as per

specificationi MSGI Conduits flexible GI conduit earthing

materials doublesingle compression brass cable glands

cable lugs (Al amp Cu as required) cable ties cablewire

identification tags required for the installation and

maintenance of trouble free operation of the downstream

Tender No SCLPS52019E0156401 33

system and accessories are covered under this specificationj

MS junction box conduit along with all related accessories as

per specification

TECHNICAL SPECIFICATION‐2

Item Specifications ‐II

Sl No Specifications Compliance

(Yes No)

Offered Specifications Remarks

1 Electrical Panel SpecificationGeneralaPanel shall be

fabricated as per IEC 61439 part 1 amp 2 bPanel shall be indoor

metal clad air insulated floor mounted extendable to side

single front construction front wired front

connectedcMinimum thickness of sheet metal used shall be

2 mm and panel shall confirm to IP54 protectiondThe

working height of the Panel shall be limited as per standard

engineering practicese The design should be fully

compartmentalized with metal partitions between

compartments All doors shall be gasketed Each vertical

section shall have removable back coverfAll switches push

buttons lamps indicating instruments shall be flush

mountedgA full height vertical cable chamber with cable

supports shall be provided in each section to facilitate unit

wiring Cable chamber shall be sized to accommodate all cable

and shall have removable covers A horizontal wire way

extending the entire length shall be provided at the top of

panel for inter panel wiringhPanel shall be with minimum

75mm high base MS channel frameiThe panel shall undergo

seven tank or better process as per relevant IS

standardsjLifting hook shall be provided at each section for

easy transportationkDifferent compartment of the panel

shall be provided with dust proof type air filter louvers

explosion vents or similar safety arrangements in the panels

Tender No SCLPS52019E0156401 34

to let out gases under pressure generated during event of any

fault inside the panellPanel shall have pocket for the Panel

drawing in the incomer section

2 Busbar and Bus TapsaThe main bus and connections shall be

of high connectivity AluminiumAluminium alloy sized for

specified current ratings with maximum temperature limited

to 85amp778 C ie 35amp778 C rise and ambient 50amp778

bSeparate vertical bus bars shall be provided for each vertical

panelcAdequate contact pressure shall be ensured at bus

connections by means of two bolt connections with plain and

spring washers and lock nutsdBus bar and connections shall

be fully insulated for working voltages with adequate

phaseground clearances Insulating sleeves heat shrink type

for bus bar and shrouds removable type joints shall be

provided Bus insulators shall be flame retardanteBus bar

shall be color coded for easy identificationfBusbar should be

connected in such a way that it can be dismantledassembled

while separating different section of the panelgShrouds of

transparent sheet on the exposed bus in cable alleys for

adequate safety measurehBus bar Conductor shall be

confirming to IS‐5082iMinimum clearance (PH‐PH PH‐N and

PH‐E) between Bus bars shall be maintained as per latest

ISjBus Bar supporting Material shall be of

SMCDMCkMaterial of Aluminium Bus bar shall be of E91

gradelBus bar shall be protected from the transparent

insulated material for stand safety point

3 3Control ModuleaFixed type control module shall house the

control components for a circuitbThe equipment layout shall

provide sufficient working space in between the components

and subject to SCL approval cEach control module shall be

equipped with ACDC potential free Relays (230V AC24V DC)

Contactors etc for seamless interface of the operation of

Drives from FCMS (PLC)dVendor to provide the potential free

Tender No SCLPS52019E0156401 35

contact to facilitate local operation from MCC and remote

operation from FCMSPLC Vendor shall provide with each

drive module automanual selector switch and each drive

module shall be wired up to the terminal block for localauto

selection ON OFF trip feedback to SCLrsquos control station and

ONOFF command room FCMSPLC as welleMCC panel and

LPBS shall have selector switches for MCCLocal and

LocalRemote selection respectively Control (OnOff) of the

Drivesheaters will be as per following selection If selector

switch (SS) at MCC is selected to MCC ONOFF operation can

be done from MCC only irrespective of position of SS at LPBSIf

selector switches both at MCC amp LPBS are selected to LOCAL

ONOFF operation can be done from LPBS onlyIf SS at MCC is

selected to LOCAL and SS at LPBS is selected to REMOTE

ONOFF operation can be done from FCMS only

4 VFDVFD shall be of Allen Bradley PF400 series having

redundant Control Net communication option as well to

communicate with the existing Facilities Control amp Monitoring

System (FCMs) Control Net Bridge Coaxial Straight T‐Tap

1786‐TPS must also be supplied along with VFDs Line

reactorchoke of suitable rating shall be connected before the

VFD

5 Thyristor based Heater ControlaDYDAC Make Thyristor

power controller Type 3003 or equivalent rating 85kW

Control input 4‐20mA Thyristor input supply 415VAC (3‐Ouml)

Thyristor output supply 415VAC (3‐Ouml) which shall be provided

by the vendor in a separate compartment of the MCC 4‐20mA

Control signal from the heater PID will modulate the thyristor

controller output to maintain the fresh air temperature at set

value Heater ON and OFF set points shall be adjustable in the

SCADA in FCMSbThyristor controller run command run

feedback 4‐20mA modulating signal shall be wired up to the

terminal block in the cable alley in the MCC Thyristor

Tender No SCLPS52019E0156401 36

Panelcompartment shall be complete with inter module

control and power wiring 220V AC supply shall be drawn from

one of the phase and neutral of the incoming 415VAC and

connect to the Thyristor supply terminals through MCB

Circuit breaker lsquoswitch ONrsquo and Thyristor control unit lsquoRUN

commandrsquo will get activated from FCMS if air temperature is

below ON set point Circuit breaker lsquoswitch OFFrsquo and Thyristor

control unit lsquoRUN command withdraws will get activated

from FCMS when temperature becomes above OFF set point

6 Fire Suppression system amp Fire Protection systemPanel shall

be equipped with required materials such as fire suppression

cylinders filled with fire suppression agents Fire detection

tubes Heat sensor tubes end of line adaptor with gauge

electrical Relays differential pressure valves etc to provide

the fire suppression and fire protection system in cable alley

and bus bar chambers of the electrical panel

7 MCCBaThe MCCBs should be extra current limiting type with

trip time of less than 10 m sec under short circuit conditions

The current limiting action should be achieved with repulsion

principle The MCCBs should preferably have an anti‐reclosing

featurebThe MCCBs should be 3 or 4 poles as per SLDcThe

MCCBs should have a Service short circuit breaking capacity

(Ics) of not less than 35 kA rms at 415 Volts 50Hz AC for

incomer The service breaking capacity should be equal to

ultimate breaking capacities (Icu) (ie Ics= Icu=100)dThe

release should be thermal magnetic having adjustable

overload and short circuiteSwitches shall be triple pole air

break AC23 motor duty for motor starter feedersfCubicle

doors of incoming and outgoing shall be mechanically

interlocked with switchgear to prevent unintentional openings

of the door while the unit is in energized condition However

defeat interlock provision is also to be providedgAll incoming

and outgoing feeders shall be provided with bolted disconnect

Tender No SCLPS52019E0156401 37

link for isolation of neutral if necessary Selector switches

shall be of rotary typehThe MCCB shall be provided with

rotary drive kit spreader terminals and ONOFFTrip (MCCB)

position of switch handle to be clearly markediDuct Heater

MCCB shall be motorized to control (ONoff) from FCMSjFor

incomers it should be EDO microprocessor based

communicable MCCB (35 kA or above) with numerical

releases for OL SC amp EFR (With mechanical and Electrical

interlocking for operation of only one ACB at any point of

time)

8 MPCBaThe MPCBs should be of 3 pole air break type AC3

Duty continuous rating as specifiedbMPCBs should have at

least 1NO+1NC contactcThese should have trip indication

test trip functiondThe release should be thermal magnetic

having adjustable overload trip settingeThe service breaking

capacity should be equal to ultimate breaking capacities (Icu)

(ie Ics= Icu=100)fThe MPCBs should be suitable for din rail

type mounting

9 Capacitor Bank Supply and installation of Capacitor Bank ‐

Box Type Dry construction Conforming to IS 13340‐41IEC

60831 440V 50Hz Rated Current (In) as per Load Heavy

Duty Dielectric MPP Low loss type with overall loss lt

05WkVAR Delta Connection with Discharge Device

10 ContactoraThe contactor shall be 3 pole air break type AC3

Duty continuous rating for motor starter feeders with non‐

bouncing silver silver alloy contactsbContactor shall be of

electromagnetic type rated for uninterrupted duty as per

relevant standards and also suitable for capacitor duty

cContactor shall be provided with adequate auxiliary contacts

rated for 10Amps 240VAC for interfacing with control

schemedContactor coil rating shall be minimum pick up of

85 of rated voltage and minimum drop out of 75 rated

Tender No SCLPS52019E0156401 38

voltage

11 Control and IndicationsaPush buttons will be heavy duty oil

tight and push to actuate type with integral plate marked

with its functionbEach push button shall be provided with

2NO+2NC contacts rated for 10Amps 240VACcLamps shall

be LED type rated for 240V AC Lens and lamps shall be

replaceable from the front dThe control supply shall be

through a 415V230V transformer and the vendor shall

provide 1 no 415V230V transformer for the same Vendor

shall also provide Power module for 24V DC Supply for the

operation of heaters control module

12 MetersaAll indicating instruments shall be digital

Switchboard type with accuracy class +‐ 2 full scalebMFM

of suitable rating shall be used in the incomer

feedercSelector switches shall be furnished at outgoing

feeders as per SLD for ammeterdAmmeter shall be of analog

type flush mounted industrial pattern of size 96x96 mm with

accuracy class 10 eMultifunction meter shall be of digital

type flush mounted industrial pattern of size 96x96 mm with

accuracy class 10 as per IEC 6205253 suitable for

measurement of Current Voltage Power Frequency Power

factor Energy and ready port to communicate with FCMS

through RS 485 The Meter should have Modbus

communication port as well

13 CT (Current transformer)CT will be cast resin type rated 15VA

or more burden with Maximum accuracy limit of class 1

14 Secondary wiringaPanel shall be fully wired at the factory to

ensure proper functioning of control and protectionbFuse

and links shall be provided to permit individual circuit

protection from bus wires without disturbing other circuits All

spare contacts of relays push buttons and other devices shall

Tender No SCLPS52019E0156401 39

be wired up to terminal blockscWiring shall be done with

flexible 25sqmm copper 1100V grade PVC insulated

switchboard wires Each wire shall be identified at both ends

with permanent markers bearing wire numbers as per wiring

diagramdWire termination shall be done with crimping type

connector with insulating sleeve

15 Powercontrol Terminal BlocksaTerminal block shall be 660V

grade box clamp type with marking strips similar to ELMEX 10

mm2 or equal for ControlbTerminal for CT secondary leads

shall have provision for shortingcNot more than two wires

shall be connected to any terminaldSpare terminals equal in

number to 20 active terminals shall be providedeTerminal

blocks shall be suitably located in cable alleysfFor Power

cable Bus Bar type cable connector (Melamine material) shall

be providedgFor Control cable heavy duty screw type cable

connector (Melamine material) shall be provided

16 Cable terminationaPanel shall be designed for cable entry

from topbEach cable shall be clearly marked at both ends

with an indestructible marker preferably a cable tag made of

Aluminium tacked with indicating cable number amp both end

feeder tags with switchboard tags Cable tags at ends of cable

shall be provided inside the gland plate as well as outside the

gland platecAll provisions and accessories shall be furnished

for termination of cables including removable gland plates

cable supports and terminal blocksdGland plate shall be

minimum 3 mm thick

17 Ground BusA GI ground bus rated to carry the maximum fault

current shall extend full length of Panel The ground bus shall

be provided with 2 bolts with GI bolt and nuts at each end to

receive 50x6mm GI flat

18 NameplateaThe nameplate of approved design shall be

Tender No SCLPS52019E0156401 40

provided for each compartment and also at the top of each

panel Nameplate shall be minimum 20x70mm and 3mm

thickbDrawing Pouch shall be provided at the incomer cable

allay

19 PaintingPanel shall be painted with light grey epoxy painted

(Siemens Gray RAL 7032) and caution notice plate shall be

fixed at the back of each vertical panel

20 Make of Switchgears aMCCBSiemensSchneiderbPush

button SiemensSchneider TekniccSelector

SwitchSiemensSchneider Teknic

dFuseSchneiderSiemenseTimerSiemensSchneiderfContro

l TransformerAEIMPIndcoilgTerminal

BlockElmexConnectwellFTChMeters Conzerv LampT

AEiCTs amp PTsKappaAutomatic

Electric(AE)NippenjContactorsSchneiderSiemenskIndicatio

ns SiemensSchneider

TekniclRelaysSchneiderSiemensPLAmMCBSchneiderSiem

ensnCooling Fan

RexnordSunonoVFDsAllen bradlypThyristor moduleDYDAC

qRCBOSiemensSchneiderrMCB

DBSiemensABBLegrandsLine reactorchokeAllen

BradleytCapacitor BankNeptune Schneider Siemens

21 Local Push Button Station (LPBS)The Scope includes supply

and installation of LPBS for Chiller Pumps AHUs Heaters as

per the BOQ and detailed specification given below aLPBS

shall be indoor metal clad air insulated wallAngle frame

mounted as required single front construction front wired

front connected hinged lockable door LPBS for Chiller Pumps

system shall be suitable for outdoor installationbMinimum

thickness of sheet metal used shall be 2 mm and panel shall

conform to IP54 protection for indoor installation and IP65 for

outdoor type LPBScAll switches push buttons with indicating

Tender No SCLPS52019E0156401 41

LED lamps indicating instruments shall be flush

mounteddThe LPBS shall be used for remote operation of

drives Equipment and HeaterseTo facilitate the localremote

operation LPBS shall have LocalRemote selector switch and

provided with Start push button lockable Stop push button

ammeter of suitable range Terminal Block and lockable

Emergency off Switch etc fLPBS shall be equipped with AC

(230V)DC (24V) Relays Contactors etc for seamless interface

of the operation of Drives from FCMS (PLC)gLPBS should be

suitable for wall mounting and provided with necessary

mounting arrangementhWiring shall be done with flexible

25sqmm copper 650V grade PVC insulated switchboard

wires Each wire shall be identified at both ends with

permanent markers bearing wire numbers as per wiring

diagramiWire termination shall be done with crimping type

connector with insulating sleevejGland plate shall be

minimum 3 mm thickkThe nameplate of approved design

shall be provided for each compartment and also at the top of

each panel Nameplate shall be minimum 20x70mm and 3mm

thicklLPBS shall be painted with light grey epoxy painted

(Siemens Gray RAL 7032)

22 Make of Electrical panel As per DOS Approved Panel

manufacturer list (attached)

TECHNICAL SPECIFICATION‐3

Item Specifications ‐III

Sl No Specifications Compliance

(Yes No)

Offered Specifications Remarks

Tender No SCLPS52019E0156401 42

1 Fire Detection System Scope for fire detection system

includes supply installation testing commissioning of Fire

panel Addressable Fire detection devices Manual Call Points

Addressable loop sounders Switch Monitoring unit (SMU) UV

IR sensor for detection of methanol flame Cable MS junction

boxes for loop in loop out of cable as per specifications and

integrating the same with existing repeater panel as per the

requirement The detailed specifications for the different

component of fire deduction system are as follows

2 A Multi‐sensor Detectors The smoke detectors shall be multi‐

sensor (heat and smoke) detector with isolator suitable for

detecting a wide range of smoke from slow smoldering and

fast flaming fire The detector shall have following features

bullSolid state addressing arrangement in combination with a

hand held programmer to configure the sensor

addressbullElectronics free mounting basebullTwin alarm LEDs for

360 Degree viewing and shall have blinking LED facilitybullThe

sensor shall have s removable chamber for ease of cleaning or

replacementbullAutomatic compensation for smoke sensor

contaminationbullShall have a built in test facility which allows

the fire alarm control panel to adjust the alarm threshold

levels to compensate for contamination and shall have a

maintenance alarm display when threshold can no longer be

adjustedbullOperating temperature ‐ 10 DegC to 50 DegC and

operating RH at 40 DegC‐95 RH

3 B Manual call stations Manual Call Stations should have in

built monitor module and pressbreak and resettable

capability constructed of high impact LEXAN sheet with clearly

visible operating instructions on the cover and the word FIRE

shall appear on front and suitable for surface mountingflush

mounting complete as required

Tender No SCLPS52019E0156401 43

4 C UV IR SensorThe UV‐IR flame detector shall operate on 24

VDC 0‐24mA current output suitable for detection of

Methanol flame with automatic built in test for reliable

operations and suitable for installation in Hazardous area zone

1and 2 with Class I Division 12 Gas group A B C The detector

shall not be susceptible to environmental conditions to

generate false alarms The entire system shall be rated for IP

66 or better and supplied with suitable mounting bracket The

system shall comply to the detailed specifications as listed

belowbullDetection Technology UV ‐ IR Electro‐optical

detectionbullDetection range 75 meterbullField of View greater

than equal to 90deg Both Horizontal and verticalbullResponse

Time less than equal to 5 secondsbullBuilt in Test Automatic

bullOperating Temperature Range 0 to + 75degCbullOperating

Humidity Range Continuous 95 non‐condensingbullAnalog

Output signal 4‐20mAbullAlarms amp Fault Normal 4 mA Fault

02 mA Alarm 20 mA + 10 verifiedbullOperating voltage 24

VDC ( 18‐32VDC)bullPower consumption Vendor to specify for

Standby and Alarm conditionbullSensor Calibration

Verification Sensor calibration as per OEM for certified

performancebullSensor Life 2 Years (minimum)bullSensor

Calibration vendor to carry out sensor calibration at site and

submit calibration certificate valid for one yearbullRFI EMI

SusceptibilitybullRequired EN 616326‐3 and EN 6100006‐3 or

equivalent IP protectionbullIP protection IP 66 or betterbullFault

Diagnostic Sensor Fault (end of life) other informationbullSelf‐

Check Test Automatic during start‐upbullHousing SS 316

Epoxy Painted Aluminium die castbullStart‐up Time Vendor to

specifybullApprovalcertification PESO and ATEX ‐ Ex d IIC C

Class 1 Div 12 Group A B C DNote Vendor shall arrange

the 230V AC to 24V DC Power supply module along with half

an hour Battery Back up in MS powder coated Enclosure

Input Power supply (230V AC) for Power Supply module shall

Tender No SCLPS52019E0156401 44

be provided by SCL

5 D SMU Unit for UV IR sensor Supply installation testing and

commissioning of Switch Monitoring Unit (SMU) to configure

the UV IR sensors with fire detection system as requiredE

SoundersAddressable Sounders shall be loop powered with

all fixing materials complete as required The sound level shall

be 100dB (A)

6 F Fire Alarm Control Panel (FACP) bullFACP shall be of 2

loopsbullFACP shall be suitable for 230V 50 Hz AC supply and

detectors shall be powered using FACP based detection

circuits Devices shall receive power and communication from

the same pair of conductorsbullFACP shall provide for resetting

detectors fault isolation and sensor loop operationbullFACP

shall be suitable for mixing different fire devices and beam

smoke detectors within the same loop to optimize field

wiringbullFACP shall have alarm indication of individual sensors

detector trouble alarm indication for dust accumulation The

panel shall check detector once in every 24 hours for

contamination for this purposebullThe FACP shall regularly

supervise all the sensors and devices on the loop and initiate

fire or trouble alarm whenever requiredbullFACP shall have 2

wire circuits to connect minimum of 126 addressable devices

per loopbullFACP shall be with repeater interface and suitable

24V battery with built in software and 2 x 40 character

alphanumeric LCD display and necessary front panel control

keys FACP shall display the date time and description for

Analog sensors to indicate alarms and trouble

situationsbullFACP switches shall allow authorized personnel to

accomplish the following ‐bullInitiate a general alarm

conditionbullSilence the local audiblebullSilence the alarm

signalsbullReset all zonespointsbullFACP shall have walk test

facilitybullShall have facility for programming from the key

board or utilizing PC set up software via laptopdesk top

Tender No SCLPS52019E0156401 45

computerbullShall have memory data for panel configuration

and operation reside in non‐volatile memory (EPROM)bullFACP

shall have facility for speech processor (to record pre‐

recorded message of 20 S) and also have Auto Dialer facility

(can dial up to 8 different lines)bullAll addressable units shall be

connected to the FACP through the loop cards and shall be

addressed though individualized numbers The FACP shall be

able to obtain analog value for all detectors in the circuit

through a pulsed digitized current data The FACP shall be

able to analyze all analog inputs from all addressable units

and though its own software and ambient level screening the

FACP shall be able to identify fire possible fire or fault

conditions The unit supervision shall be dynamic and

continuousbullThe FACP shall itself have all loop cards in it No

isolated mother board or transponder shall be

consideredbullShortopen circuit units shall also be reported at

the FACP in such cases the system through the use of fault

isolators shall be able to isolate that segment between the

two fault isolators The missing DetectorsDevices shall also

be reported to the FACP with identification of the

locationbullThe FACP shall have the facility to set smoke sensor

sensitivity remotely to either high sensitivity manually or on a

pre‐programmed sequence (Ie DayNight) period When an

alarm condition is sensed at the FACP from a smoke or heat

detector a delay timealarm verification period shall be

started If the sensor is still in alarm after the delay time

expired an alarm condition is reported The delay time shall

be adjustable from 0 to 990 secondsbullThe FACP shall have

either an in‐built or external printer coupled to the FACP

which shall log all events with time The printout shall clearly

indicate the event‐FirePre‐AlarmFault etc with the unit

address and timebullThe FACP shall also be able to discriminate

between false alarms and fire conditions as well as priority

selection of alarm in case alarm activities in two or more

Tender No SCLPS52019E0156401 46

remotely located units simultaneously In such cases the

Manual Call stations shall have the highest prioritybullThe FACP

shall also be able to actuate switches automatically in case of

Fire condition of AHUs and power supply or other system such

as piped pressurized gas supplybullThe system shall be fail safe

and adequate safe guards should be under taken that in the

event of a failure of a part of the system it shall not handicap

the complete system The loop cards shall be of Modular

constructionbullThe FACP shall have its own battery backup of a

minimum of 48 hours in normal run and then half an hour in

alarm condition The backup time calculation shall be done as

per TAC standards The Battery shall be 2 x 12V (24V) DC and

of sealed maintenance free type housed inside the FACPbullIt

shall be able to withstand temperature variations from 0

Degree Centigrade to 55 Degree Centigrade Further Relative

Humidity (non‐condensing type) up to 93 shall not hamper

its performance The voltage rating shall be from 17V DC to

31V DC though the voltage may be change depending upon

the working voltages of a proprietary FACPbullThe FACP shall be

totally enclosed dust and vermin proof type made of

minimum 16‐gauge dust inhibited sheet with even baked

finish The FACP shall be of completely solid state designbullThe

logic circuitry shall be based on high noise immunity solid‐

state hardware employing modular construction Logic cards

shall be of epoxy fiber glass constructionbullThe FACP shall have

EN 54ULFM approvalbullThe panel shall have an extra loop

card to serve as standby in case of burnout or malfunctioning

of any operating loop cardsbullThe FACP shall be capable of

being networked (future expansion) with other similar FACPs

located at different locations of SCL premises through a single

RS 485 busbullThe FACP shall have provision for interfacing with

the Public Address System

7 G Repeater panelScope comprises of supply and installation

Tender No SCLPS52019E0156401 47

of Repeater Panel which display fire fault message

simultaneously with the FACP bullIt shall be capable of

interfacing with the FACP on a single RS 485 Bus bullThe panel

shall be capable of operating on 24V DC supplybullThe

independent 24V DC supply source to be installed in MS

cubicle Box duly powder coated paint along with repeater

panelbullThe panel shall have 2 x 40‐character backlit display

which shall display date time and description of alarm

trouble events are that displayed in the panel shall be

powered from the FACPbullIt shall have control keys for sound

silence mute and to reset the FACP from the repeater

stationsbullThe repeater panel shall have the following LEDs

indicationsbullSupply bullFault bullMute bullSilent bullDisabled

bullFire

8 H Fire CableSupply and installation of 2Cx15mm2 Copper

extruded PVC inner sheath armored and overall FRLS PVC

outer sheathed 11 KV grade as per IS 7098 (Part I bearing ISI

certification) on existing cable traywallsoft soilhard soil as

required

9 I Fire Cable terminationSupplying and making end

termination with brass compression gland and copper lugs for

2Cx15mm2 Copper cable in MS Box of Size 4X4 installed

above the false ceilingwallsurface as required

10 J Junction Box for Fire devicesSupply installation testing and

commissioning of MS painted box Size 4X4 with ELMEX type

terminal block for loop in loop out of 2c x15 sq mm copper

armored cable and connection to the fire detector device on

wallsurfacerecess including wall cutting and providing

necessary hardware for mounting fixing including all

material for fixing as required

Tender No SCLPS52019E0156401 48

TECHNICAL SPECIFICATION‐4

Item Specifications ‐IV

Sl No Specifications Compliance

(Yes No)

Offered Specifications Remarks

1 A NetworksLAN The detailed specification for the network

rack switch cable cords IOs face plates etc and the

required accessories shall be as below CAT 6A or better cable

shall be laid in the PVC Conduit The detailed specifications

for the different component of networksLAN are as follows

2 bull Rack Supply installation testing and commissioning of UL

listed modular type 12U network rack with front glass door

and rear perforated door floor mounted Size 550x550 with

1 No of 5 port Octagonal PDU 515Amp with MCB and Fan

Tray with minimum 2 Fans The rack should have provision of

2 nos of cable manager duct type 1U and 2 vertical manager‐

concealed type Rack should be three sides openable with

front glass door and rear perforated door and provision of

cable entry from top and bottom both with proper earthing

kit as requiredRecommended Make Rittal Netrack

Schneider Valrack

3 bull Network Switch Supply amp installation of Network Switch in

Network Rack with the following specification as belowSwitch

shall haveamp61607Port Density Minimum 8 101001000

BaseT Ports amp 4‐1G SFP Ports ready for use with SFP module

Ports shall support PoE on all ports with PoE budget of

180Wamp61607Architecture Stand‐alone rack

mountableamp61607Bandwidth minimum 56Gbps of

switching bandwidth to support above listed ports in non‐

blocking configurationamp61607StackableScable support for

Tender No SCLPS52019E0156401 49

stacking multiple switchesamp61607Stacking backplane

bandwidth Access switch shall have additional port(s) for

providing minimum 40 Gbps stacking bandwidthamp61607L2

Features 8021x authentication spanning tree

etcamp61607Networkjflowsflow or equivalent provision for

Networkjflowsflow or equivalent supportamp61607Network

Management support Network Management through

command line interface (CLI) SNMP v1 v2c v3

httpsamp61607IPv6 Readiness IPv6 Readiness from day

1amp61607RegulatorySafety confirming to UL60950 amp

EN60950amp61607EALNIAP certified Model No shall be EAL

or NIAPNDPP certifiedRecommended Make Cisco Juniper

HP Brocade dell

4 bull CAT 6A Cable Supply and installationlaying of category 6A

or better 4 pair shielded cable UFTP or FUTP in PVC

Conduit sheath type low smoke zero halogen (LSZH) with

transmission properties amp electrical properties tested

minimum up to 500MHz amp verified by ETL amp comply with

ANSITIAEIA‐568‐C2 amp ISOIEC 11801 Recommended make

Commscope Schneider Molex Siemon

5 bull Patch Panel Supply installation testing and commissioning

of CAT6A PatchJack Panel of 24 Port fully loaded in Network

rack with port identification number with self‐adhesive clear

label holder Each portjack on the panel should be

individually removable on field from the panel and have

integrated rear cable management metallic shelf and have a

separate provision of grounding Recommended make

Commscope Schneider Molex Siemon

6 bull Patch Cords (1 meter) Supply installation testing and

commissioning of Patch Cords Cat 6A shielded 1 meter in

Network rack with 4 pair shielded copper wire factory pre

terminated with shielded RJ45 plugs Aluminumpolyester

Tender No SCLPS52019E0156401 50

shield screen material with low smoke Zero halogen sheath

comply to TIA‐568‐C2 Cat 6A in IOs of Network

RackRecommended make Commscope Schneider Molex

Siemon

7 bull Patch Cords (3 meter) Supply installation testing and

commissioning of Patch Cords Cat 6A shielded 3 meter in

Network rack with 4 pair shielded copper wire factory pre

terminated with shielded RJ45 plugs Aluminumpolyester

shield screen material with low smoke Zero halogen sheath

comply to TIA‐568‐C2 Cat 6A at field side Recommended

make Commscope Schneider Molex Siemon

8 bull Information outlet Supply and installation of Shielded Cat

6A information outlet UFTP or FUTP compliance to category

6A or better TIA568C2‐500MHz at field sideRecommended

make Commscope Schneider Molex Siemon

9 bull Face Plate (Dual) Supply and installation of single gang

square face plate (Dual) and SMB Box with a provision to

support variety of jacks‐ UTP STP etc at the field

sideRecommended make Commscope Schneider Molex

SiemonbullFace plate (single) Supply and installation of square

face plate ( single) with a provision to support variety of jacks‐

UTP STP etc at the field sideRecommended make

Commscope Schneider Molex Siemon

10 bull SMB Box Supply and installation of SMB Box for face plate

(DualSingle) as required Recommended make Commscope

Schneider Molex Siemon

11 bull Other Accessories amp61607Supply and Installation of

25mm electrical grade ISI mark PVC Conduit in

wallfloorslabsurface including wallfloor cutting and

making good the same as required Recommended make

Reputed ISI Markamp61607Supply and installation of OFC SM

Tender No SCLPS52019E0156401 51

OS2 Cable in existing 32mm HDPE pipe as

requiredamp61607Supply and Laying of 32mm HDPE pipe

direct in ground including excavation sand cushioning

protective covering and refilling the trench including standard

cable route marker etc as requiredamp61607Supply and

installation of SC simplex single‐mode LSZH pigtail 1m as

requiredamp61607Supply and installation of adaptor plate

with 3 SC duplex SM adaptors as requiredamp61607Splicing of

OFC as per Core as requiredamp61607Supply and installation

of accessories for making the Chamber Pit‐ 1Mtr Depth with

Lid for housing OFC as requiredamp61607Trenching of

HardSoft Soil as required

12 B Paging The scope includes supply installation testing and

commissioning of Supply and installation of IP 65 or better

explosion proofWP loud speaker anticorrosive powder

coated red (RAL‐3000) suitable for Zone I amp II Class II C

Hardware SS304 as per IS2148 and equivalent to model FLSR

25 of Baliga with necessary support gland as required and

installing the same on wallsurface with GI supports as

required and connecting the same with wire The Scope also

includes supply and installation of 2Cx15mm2 FRLS armored

and PVC sheath twisted pair wire their termination tagging

glanding earthing etc as required for speakers and other

accessories requires for smooth commissioning of the paging

system

Vendor Specificied Terms

Description Vendor Terms

Tender No SCLPS52019E0156401 52

1Delivery Term

Prices shall be quoted on F O R destination basis ie S C L S A S Nagar Mohali

Punjab exclusive of GST and taxes as may be applicable

2 GST

Purchaser is entitled to concessional GST of 5 as per Ministry of Finance

Department of Revenue Notification No 472017 Integrated Tax (Rate) both

dated 14th November 2017 respectively and would accordingly issue Exemption

Certificate in favour of the contractor quoting in Indian Rupees The bidder

should take note of the same while quoting the prices in Indian Rupees GST on

installation services shall be applicable 18

3 DELIVERY SCHEDULEPERIOD OF COMPLETION

The time allowed for supply installation testing and commissioning of the entire

works shall be 06 (Six) months to be reckoned form the 7th day of issue of

purchase order

4 IMPORTANT

This being a two part Tender Technical and Commercial parts separate the

bidder should not attach any document(s) containing pricing information with

technical part The Contractor will provide Un priced commercial offer in

envelope 1 (Technical Part) as an attachment

The tenders containing price information in Technical Part will be treated as

unsolicited offers and rejected Contractor to confirm that Price bid is not

attached in Envelope 1 ie Technical Part

Priced Commercial offer if any should be attached in Envelope 2 (Price Bid)

under Supporting Documents from Vendor (Commercial) as an attachment

5 The prices shall remain firm until completion of entire project including

extended period if any No cost escalation shall be applicable for the work

Tender No SCLPS52019E0156401 53

6 SECURITY DEPOSIT

a) On acceptance of the tender the Contractor shall submit security deposit for

ten percent (10 percent) of the value of the Contract within 15 days from the

date of purchase order If the Contractor fails toprovide the security within the

period specified such failure shall constitute a breach of the Contract and the

Purchaser shall be entitled to make other arrangements for the re purchase of

the stores contracted at the cost and risk of the Contractor

b) Security Deposit shall be submitted through Demand Draft Bankers Cheque

fixed deposit receipt or Bank Guarantee from any of the Scheduled Banks

executed on nonjudicial stamp paper of appropriate value and shall be valid for

a period of sixty (60) days beyond the date for completion of the Purchase

OrderContract

c) In case the contractor fails to furnish the security deposit within the specified

date or extended due date the Purchase OrderContract shall be cancelled and

in addition appropriate penal action may also be considered

d) After the Purchase OrderContract is successfully executed in all respects the

Bank Guarantee towards Security Deposit may be discharged and retained

amount shall be refunded to vendors

e) In the event of non execution of the Purchase orderContract or breach of any

terms and conditions of the Purchase Order the Security Deposit shall be

forfeited

7 Warranty

The Contractor shall provide for the tendered job comprehensive warranty for

parts as well as labour for a period of 12 months from the date of successful

installation commissioning and testing of the system at Purchasers site at no

extra charges against any manufacturing defectfaulty workmanship In case any

defect arises during warranty period the Contractor should replacerectify the

same at its own cost at siteworks

The LED light fittings and its driver unit etc shall have warranty for a period of 5

Tender No SCLPS52019E0156401 54

years from the date of installation and commissioning

8 Warranty Replacements

All replacement parts if any shall be supplied by the Contractor free of cost on F

O R Purchaser site at S A S Nagar Punjab basis

9 TERMS OF PAYMENT

The payment shall be remitted as under

90 of the value of the materials supplied shall be paid within 30 days of the

receipt of the materials at purchaser site and the balance 10 amount along

with 100 installation charges shall be payable on successful installation

commissioning and acceptance of the entire project at Purchasers site against a

Performance Bank Guarantee

10 PERFORMANCE BANK GUARANTEE (PBG)

The Contractor shall furnish a Bank Guarantee (as per format given by purchaser)

from any nationalized scheduled bank for an amount equivalent to 10 of the

value of the Contract and shall be valid for a period of 60 days beyond the expiry

date of warranty period On the performance and completion of the Contract in

all respects the Bank Guarantee will be returned to the Contractor without any

interest

11 VALIDITY

The tender must be valid for a minimum period of 120 days from the date of

opening of Technical bid and 90 days after opening of Price bid

The tender where the validity period is shorter than the period specified in the

tender enquiry shall be excluded from the procurement process

12 Quantity Variation

The quantities indicated against each items in the Bill of Quantities (BOQ) are

indicative and are for the purpose of bidding only Variation in quantities up to

Tender No SCLPS52019E0156401 55

+25 percent shall be carried out by the contractor on the agreedPurchase order

(PO) rates and terms amp conditions as in the purchase order (PO)

13 GUARANTEED TIME DELIVERY

The time for and the date of delivery stipulated in the Purchase Order shall be

deemed to be the essence of the Contract Delivery must be completed within

the date specified therein

14 Extra Items

In case of extra items (that are completely new and are in addition to the items

contained in the contract) the contractor may claim rates supported by proper

analysis and purchaser engineer in charge of the work shall after giving

consideration to the analysis of the rates submitted by the contractor determine

the rates on the basis of market rates and the contractor shall be paid in

accordance with the rates so determined The contractor(s) profit amp OH shall be

factored in the rate analysis 15

15 CONSIGNEE

Sr Purchase and Stores Officer (Stores)

Semi Conductor Laboratory

Sector 72 SAS Nagar (Mohali) Punjab

India 160 071

16 INSTALLATION AND COMMISSIONING

Installation commissioning and demonstration of performance of the tendered

stores as per Purchaser tendered specifications shall be carried out by the

Contractor at Purchaser site at S A S Nagar Punjab India

The Contractor shall provide in advance guidelines for preparation of the

installation site and list of items to be supplied by Purchaser during installation

Tender No SCLPS52019E0156401 56

On receipt of intimation from the Purchaser the Contractor shall depute its

engineer(s) to Purchaser site within two weeks to carry out installation and

commissioning and will demonstrate the functionality of the tendered

equipment to Purchaser specifications as per mutually agreed acceptance

procedure The Contractor shall be responsible for any lossdamages sustained

due to delay on the part of the Contractor to send its engineer for installation

and commissioning

Failure to commission the tendered equipment successfully shall entitle

Purchaser to full refund of the payment made and the interest thereon Decision

regarding successful installation and commissioning shall rest solely with the

Purchaser

17 REJECTION

In the event that any of the stores supplied by the Contractor is found defective

in material or workmanship or otherwise not in conformity with the

requirements of the Contract specifications the purchaser shall either reject the

stores or request the Contractor in writing to rectify the same The Contractor

on receipt of such notification shall either rectify or replace the defective stores

free of cost to the purchaser If the Contractor fails to do so the purchaser may

at his option either

a) replace or rectify such defective stores and recover the extra cost so involved

from the Contractor or

b) terminate the Contract for default as provided in this tender document

18 EXTENSION OF TIME

If the completion of supply of stores is delayed due to reason of force majeure

such as acts of god acts of public enemy acts of Government fires floods

epidemics quarantine restriction strikes freight embargoes etc the

Contractor shall give notice within 15 days to the purchaser in writing of his

claim for an extension of time The purchaser on receipt of such notice after

verification if necessary may agree to extend the Contract delivery date as may

Tender No SCLPS52019E0156401 57

be reasonable but without prejudice to other terms and conditions of the

Contract

19 DELAY IN COMPLETIONLIQUIDATED DAMAGES

If the Contractor fails to deliver the stores within the time specified in the

Contract or any extension thereof the purchaser shall recover from the

Contractor as liquidated damages a sum of one half of one percent (05 percent)

of the Contract price of the undelivered stores for each calendar week of delay

The total liquidated damages shall not exceed ten percent (10 percent) of the

Contract price of the unit or units so delayed Stores will be deemed to have

been delivered only when all their component parts are also delivered If certain

components are not delivered in time the stores will be considered as delayed

until such time as the missing parts are delivered Delivery of stores shall be

complete on Installation commissioning Testing and Acceptance

20 INSPECTION AND ACCEPTANCE TEST

The Purchasers representatives shall also be entitled at all reasonable times

during manufacture to inspect examine and test on the Contractors premises

the material and workmanship of all stores to be supplied under this Contract

and if part of the said stores is being manufactured on other premises the

Contractor shall obtain for the purchasers representative permission to inspect

examine and test as if the equipment were being manufactured on the

Contractors premises

Such inspection examination and testing shall not release the Contractor from

the obligations under this Contract

For tests on the premises of the Contractor or of any of his sub Contractors the

Contractor shall provide free of cost assistance labour material electricity fuel

and instruments as may be required or as may be reasonably needed by the

purchasers representative to carry out the tests efficiently

When the stores have passed the specified test the purchaser representative

shall furnish a certificate to the effect in writing to the Contractor The

Tender No SCLPS52019E0156401 58

Contractor shall provide copies of the tests certificates to the purchaser as may

be required

21 Labour Law Contractor shall abide by all labour laws rules and regulations

which are prevailing and as enforced from time to time and SCL shall not be

responsible for any accident or mishap during the course of the contract to any

of engineer labour employee by the Contractor The contractor shall also ensure

that the statutory obligations with regards to the employment of labour under

law are complied properly and timely

22 ARBITRATION

In the event of any disputes differences or claims arising out of or relating to

the interpretation and application of the Contract such disputes or differences

or claims shall be settled amicably by mutual consultations of the good Offices

of the respective Parties and recognizing their mutual interests attempt to reach

a solution satisfactory to both the parties If such a resolution is not possible

within 30 days from the date of receipt of written notice of the existence of such

disputes then the unresolved disputes or differences or claims shall be

referred to the Sole Arbitrator appointed by the Parties by mutual consent in

accordance with the rules and procedures of Arbitration and Conciliation Act

1996 as amended from time to time The arbitration shall be conducted in New

Delhi in the Arbitration and Conciliation Centre New Delhi (Domestic and

International) as per its rules and regulations The expenses for the Arbitration

shall be shared equally or as may be determined by the Arbitrator The

considered and written decision of the Arbitrator shall be final and binding

between the Parties The applicable language for Arbitration shall be English

only Work under the Contract shall be continued by the CONTRACTOR during

the pendency of arbitration proceedings without prejudice to a final adjustment

in accordance with the decision of the Arbitrator unless otherwise directed in

writing by the DEPARTMENT or unless the matter is such that the works cannot

be possibly continued until the decision (whether final or interim) of the

Arbitrator is obtained

23 APPLICABLE LAWS The contract shall be interpreted construed and

Tender No SCLPS52019E0156401 59

governed by laws of IndiaThe contract shall be subject to exclusive Jurisdiction

of the Court of SAS Nagar (Mohali) Punjab India irrespective of anything

mentioned in any correspondences or otherwise

24 Any Other Term

Tender No SCLPS52019E0156401 60

Supporting Documents from Vendor

Attachment ‐ I

Attachment ‐ II

Price Bid Form

Item Description Slab Range Qty UOM Currency Unit Price Total Price

Supply of MCC Panels cables

cable trays lightings etc for

electrical distribution system

including fire detection

system LAN Paging etc for

the Chemical Store building as

per detailed specifications

technical write‐updrawings

attached

‐ 1 Lot ‐ ‐ ‐

Installation Testing and

Commissioning of MCC

Panels cables cable trays

lightings etc for electrical

distribution system including

fire detection system LAN

Paging etc for the Chemical

Store building as per detailed

specifications technical write‐

updrawings attached

‐ 1 Lot ‐ ‐ ‐

Tender No SCLPS52019E0156401 61

Break‐up of other taxes and other costs should be specified in respective narration columns

Sum of these Break‐up values should be specified in respective value columns

Supporting Documents from Vendor (Commercial)

Document attachment with price bid

Attachment ‐ I

Attachment ‐ II

  • pdf_document_tndr_notc_electrical_distribution_system_051119
  • pdf_document_tndr_doc_electrical_distribution_system_051119
Page 7: -72, -160071 चंडीगढ़ के समीप पंजाब भारत...स म -क डक टर ल ब र टर /Semi-Conductor Laboratory अ त रक ष वभ

Tender No SCLPS52019E0156401 6

security deposit shall be withheld till such claims of the purchaser are finally adjudicated upon and paid

by the Contractor

33 LANGUAGE AND MEASURES

All documents pertaining to the Contract including specification schedule notice correspondence

operating and maintenance instructions drawings or any other writings shall be written in English

language The metric system of measurement shall be used exclusively in the Contract

34TECHNICAL DOCUMENTATION

The Contractor shall provide installation operation maintenance and programming manual All

documentation shall be in English language

35 CONTRACTORS DEFAULT LIABILITY

The purchaser may upon written notice of default to the Contractor terminate the Contract in

whole or in part in circumstances detailed hereunder

a) If in the judgement of the Purchaser the Contractor fails to make delivery of Stores within the

time specified in the Contractagreement or within the period for which extension has been

granted by the Purchaser to the Contractor

b) If in the judgment of the Purchaser the Contractor fails to comply with any of the other provisions of

this Contract

In the event the Purchaser terminates the Contract in whole or in part as provided in this tender

document the Purchaser reserves the right to Purchase upon such terms and in such a manner as he

may deem appropriate stores similar to that terminated and the Contractor shall be liable to the

Purchaser for any additional costs for such similar stores andor for liquidated damages for delay as

defined in Clause 24 until such reasonable time as may be required for the final supply of stores

A) If this Contract is terminated as provided in this tender document the Purchaser in addition to any

other rights provided in this Article may require the Contractor to transfer title and deliver to the

Purchaser under any of the following clauses in the manner and as directed by the Purchaser

a) Any completed stores

b) Such partially completed stores

drawing information and Contract rights (hereinafter called manufacturing material) as the Contractor

has specifically produced or acquired for the performance of the Contract as terminated The Purchaser

shall pay to the Contractor the Contract price for completed stores delivered to and accepted by the

purchaser and for manufacturing material delivered and accepted

B) In the event the Purchaser does not terminate the Contract as provided in this tender document the

Contractor shall continue the performance of the Contract in which case he shall be liable to the

Tender No SCLPS52019E0156401 7

purchaser for liquidated damages for delay as set out in this tender document until the stores are

accepted

DOS PM‐ 20

INSTRUCTIONS TO TENDERERS AND TERMS CONDITIONS OF TENDER

1 Bid Open Authorization shall be submitted on line only complying specified schedule

2 Late tenders and delayed tenders will not be considered

3 GST andor other dutieslevies legally leviable and intended to be claimed should be distinctly shown

separately in the tender

4 (a) Your quotation should be valid for 90 days (single part tender) and 120 days (two part tender)

from the date of opening of the tender

(b)Prices are required to be quoted according to the units indicated in the annexed tender form

When quotations are given in terms of units other than those specified in the tender form relationship

between the two sets of units must be furnished

5 Preference will be given to those tenders offering supplies from ready stocks and on the basis of FOR

destinationdelivery at site

6 (a) All available technical literature catalogues and other data in support of the specifications and

details of the items should be furnished along with the offer

(b) Samples if called for should be submitted free of all charges by the tenderer and the Purchaser

shall not be responsible for any loss or damage thereof due to any reason whatsoever In the event of

non acceptance of tender the tenderer will have to remove the samples at his own expense

(c) Approximate net and gross weight of the items offered shall be indicated in your offer If

dimensional details are available the same should also be indicated in your offer

(d) Specifications Stores offered should strictly confirm to our specifications Deviations if any should

be clearly indicated by the tenderer in his quotation The tenderer should also indicate the MakeType

number of the stores offered and provide catalogues technical literature and samples wherever

necessary along with the quotations Test Certificates wherever necessary should be forwarded along

with supplies Wherever options have been called for in our specifications the tenderer should address

all such options Wherever specifically mentioned by us the tenderer could suggest changes to

specifications with appropriate response for the same

Tender No SCLPS52019E0156401 8

7 The purchaser shall be under no obligation to accept the lowest or any tender and reserves the right

of acceptance of the whole or any part of the tender or portions of the quantity offered and the

tenderers shall supply the same at the rates quoted

8 The tenderer should supply along with his tender the name of his bankers as well as the latest

Income Tax clearance certificate duly countersigned by the Income Tax Officer of the Circle concerned

under the seal of his office if required by the Purchaser

9 The Purchaser reserves the right to place order on the successful tenderer for additional quantity up

to 25 of the quantity offered by them at the rates quoted

10 The authority of the person signing the tender if called for should be produced

TERMS CONDITIONS OF TENDER

1 DEFINITIONS

(a) The term PURCHASER shall mean the President of India or his successors or assigns

(b) The term CONTRACTOR shall mean the person firm or company with whom or with which the

order for the supply of stores is placed and shall be deemed to include the Contractors successors

representative heirs executors and administrators unless excluded by the Contract

(c) The term STORES shall mean what the Contractor agrees to supply under the Contract as specified

in the Purchase Order including erection of plants machinery and subsequent testing should such a

condition is included in the Purchase Order

(d) The term PURCHASE ORDER shall mean the communication signed on behalf of the Purchaser by an

Officer duly authorised intimating the acceptance on behalf of the Purchaser on the terms and

conditions mentioned or referred to in the said communication accepting the tender or offer of the

Contractor for supply of stores or plant machinery or equipment or part thereof

2 PRICESTender offering firm prices will be preferred Where a price variation clause is insisted upon by

a tenderer quotation with a reasonable ceiling should be submitted Such offers should invariably be

supported by the base price taken into account at the time of tendering and also the formula for any

such variations

3 SECURITY DEPOSITOn acceptance of the tender the Contractor shall at the option of the Purchaser

and within the period specified by him deposit with him in cash or in any other form as the Purchaser

may determine security deposit not exceeding ten percent of the value of the Contract as the Purchaser

shall specify If the Contractor is called upon by the Purchaser to deposit AtildelsaquoAringldquoSecurity and the

Contractor fails to provide the security within the period specified such failure shall constitute a breach

of the Contract and the Purchaser shall be entitled to make other arrangements for the re purchase of

Tender No SCLPS52019E0156401 9

the stores contracted at the risk of the Contractor in terms of Sub Clause (ii) and (iii) of clause 10(b)

hereof andor to recover from the Contractor damages arising from such cancellation

4 GUARANTEE REPLACEMENT

(a) The Contractor shall guarantee that the stores supplied shall comply fully with thespecifications laid

down for material workmanship and performance

(b) For a period of twelve months after the acceptance of the stores if any defects arediscovered

therein or any defects therein found to have developed under proper use arising from faulty stores

design or workmanship the Contractor shall remedy such defects at his own cost provided he is called

upon to do so within a period of 14 months from the date of acceptance thereof by the purchaser who

shall state in writing in what respect the stores or any part thereof are faulty

(c) If in the opinion of the purchaser it becomes necessary to replace or renew any efective stores

such replacement or renewal shall be made by the Contractor free of all costs to the purchaser

provided the notice informing the Contractor of the defect is given by the purchaser in this regard within

the said period of 14 months from the date of acceptance thereof

(d) Should the Contractor fail to rectify the defects the purchaser shall have the right to reject or

repair or replace at the cost of the Contractor the whole or any portion of the defective stores

(e) The decision of the purchaser notwithstanding any prior approval or acceptance or inspection

thereof on behalf of the purchaser as to whether or not the stores supplied by the Contractor are

defective or any defect has developed within the said period of 12 months or as to whether the nature

of the defects requires renewal or replacement shall be final conclusive and binding on the Contractor

(f) To fulfil guarantee conditions outlined in clause 4 (a) to (e) above the Contractor shall at the

option of the purchaser furnish a Bank Guarantee (as prescribed by the purchaser) from a Bank

approved by the purchaser for an amount equivalent to 10 of the value of the Contract along with first

shipment documents On the performance and completion of the Contract in all respects the Bank

Guarantee will be returned to the Contractor without any interest

(g) All the replacement stores shall also be guaranteed for a period of 12 months from the date of

arrival of the stores at purchasers site

(h) Even while the 12 months guarantee applies to all stores in case where a greater period is called

for by our specifications then such a specification shall apply in such cases the period of 14 months

referred to in para 4 (b) (c) shall be the asked for guarantee period plus two months

5 PACKING FORWARDING INSURANCEThe Contractor will be held responsible for the stores being

sufficiently and properly packed for transport by rail road sea or air to withstand transit hazards and

ensure safe arrival at the destination The packing and marking of packages shall be done by and at the

expense of the Contractor The purchaser will not pay separately for transit insurance all risks in transit

Tender No SCLPS52019E0156401 10

being exclusively of the Contractor and the Purchaser shall pay only for such stores as are actually

received in good condition in accordance with the Contract

6 DESPATCHThe Contractor is responsible for obtaining a clear receipt from the Transport Authorities

specifying the goods dispatched The consignment should be dispatched with clear Railway

ReceiptLorry Receipt If sent in any other mode it shall be at the risk of the Contractor Purchaser will

take no responsibility for short deliveries or wrong supply of goods when the same are booked on said

to contain basis Purchaser shall pay for only such stores as are actually received by them in accordance

with the Contract

7 TEST CERTIFICATEWherever required test certificates should be sent along with the dispatch

documents

8 ACCEPTANCE OF STORES

(a) The stores shall be tendered by the Contractor for inspection at such places as may be specified by

the purchaser at the Contractors own risk expense and cost

(b) It is expressly agreed that the acceptance of the stores Contracted for is subject to final approval

by the purchaser whose decision shall be final

(c) If in the opinion of the purchaser all or any of the stores do not meet the performance or quality

requirements specified in the Purchase Order they may be either rejected or accepted at a price to be

fixed by the purchaser and his decision as to rejection and the prices to be fixed shall be final and

binding on the Contractor

(d) If the whole or any part of the stores supplied are rejected in accordance with Clause No 8 (c)

above the purchaser shall be at liberty with or without notice to the Contractor to purchase in the

open market at the expense of the Contractor stores meeting the necessary performance and quality

Contracted for in place of those rejected provided that either the purchase or the agreement to

purchase from another supplier is made within six months from the date of rejection of the stores as

aforesaid

9 REJECTED STORESRejected stores will remain at destination at the Contractors risk and responsibility

If instructions for their disposal are not received from the Contractor within a period of 14 days from the

date of receipt of the advice of rejection the purchaser or his representative has at his discretion the

right to scrap or sell or consign the rejected stores to Contractors address at the Contractors entire risk

and expense freight being payable by the Contractor at actuals

10 DELIVERY

(a) The time for and the date of delivery of the stores stipulated in the Purchase Order shall be deemed

to be the essence of the Contract and delivery must be completed on or before the specified dates

Tender No SCLPS52019E0156401 11

(b) Should the Contractor fail to deliver the stores or any consignment thereof within the period

prescribed for such delivery the purchaser shall be entitled at his option either

(i) to recover from the Contractor as agreed liquidated damages and not by way of penalty a sum of

05 per week of the price of any stores which the Contractor has failed to deliver as aforesaid or during

which the delivery of such store may be in arrears subject to a minimum of 10 or

(ii) to purchase from elsewhere without notice to the Contractor on the account and at the risk of the

Contractor the stores not delivered or others of a similar description (where others exactly complying

with the particulars are not in the opinion of the purchaser readily procurable such opinion being

final) without cancelling the Contract in respect of the consignment (s) not yet due for delivery or

(iii) to cancel the Contract or a portion thereof and if so desired to purchase or authorise the purchase of

stores not so delivered or others of a similar description (where others exactly if complying with the

particulars are not in the opinion of the purchaser readily procurable such opinion final) at the risk and

cost of the Contractor In the event of action being taken under sub clause (ii) (iii) of clause 10 (b) above

the Contractor shall be liable for any loss which the purchaser may sustain on that account provided

that the re purchase or if there is an agreement to repurchase then such agreement is made within six

months from the date of such failure But the Contractor shall not be entitled to any gain on such re

purchase made against default The manner and method of such re purchase shall be at the discretion of

the purchaser whose decision shall be final It shall not be necessary for the purchaser to serve a notice

of such re purchase on the defaulting Contractor This right shall be without prejudice to the right of the

purchaser to recover damages for breach of Contract by the Contractor

11EXTENSION OF TIMEAs soon as it is apparent that the Contract dates cannot be adhered to an

application shall be sent by the Contractor to the purchaser If failure on the part of the Contractor to

deliver the stores in proper time shall have arisen from any cause which the purchaser may admit as

reasonable ground for an extension of the time (and his decision shall be final) he may allow such

additional time as he considers it to be justified by circumstances of the case without prejudice to the

purchasers right to recover liquidated damages under clause 10 thereof

12 ERECTION OF PLANT MACHINERYWherever erection of a plant or machinery is the responsibility of

the Contractor as per the terms of the Contract and in case the Contractor fails to carry out the erection

as and when called upon to do so within the period specified by the purchaser the purchaser shall have

the right to get the erection done through any source of his choice In such an event the Contractor

shall be liable to bear any additional expenditure that the purchaser is liable to incur towards erection

The Contractor shall however not be entitled to any gain due to such an action by the purchaser

13 PAYMENT Contractors bill will be passed for payment only after the stores have been received

inspected and accepted by the Purchaser

14 MODE OF PAYMENT Normally payment will be made for the accepted stores within 30 days from

the date of receipt of the materials

Tender No SCLPS52019E0156401 12

15 RECOVERY OF SUM DUE Whenever any claim for the payment of whether liquidated or not money

arising out of or under this Contract against the Contractor the purchaser shall be entitled to recover

such sum by appropriating in part or whole the security deposited by the Contractor if a security is

taken against the Contract In the event of the security being insufficient or if no security has been taken

from the Contractor then the balance or the total sum recoverable as the case may be shall be

deducted from any sum then due or which at any time thereafter may become due to the Contractor

under this or any other Contract with the purchaser Should this sum be not sufficient to cover the full

amount recoverable the Contractor shall pay to the purchaser on demand the remaining balance due

Similarly if the purchaser has or makes any claim whether liquidated or not against the Contractor

under any other Contract with the purchaser the payment of all moneys payable under the Contract to

the Contractor including the security deposit shall be withheld till such claims of the purchaser are

finally adjudicated upon and paid by the Contractor

16 INDEMNITY The Contractor shall warrant and be deemed to have warranted that all stores supplied

against this Contract are free and clean of infringement of any Patent Copyright or Trademark and shall

at all times indemnify the purchaser against all claims which may be made in respect of the stores for

infringement of any right protected by Patent Registration of design or Trade mark and shall take all risk

of accidents or damage which may cause a failure of the supply from whatever cause arising and the

entire responsibility for sufficiency of all means used by him for the fulfilment of the contact

17 ARBITRATION In the event of any disputes differences or claims arising out of or relating to the

interpretation and application of the Contract such disputes or differences or claims shall be settled

amicably by mutual consultations of the good Offices of the respective Parties and recognizing their

mutual interests attempt to reach a solution satisfactory to both the parties If such a resolution is not

possible within 30 days from the date of receipt of written notice of the existence of such disputes

then the unresolved disputes or differences or claims shall be referred to the Sole Arbitrator

appointed by the Parties by mutual consent in accordance with the rules and procedures of Arbitration

and Conciliation Act 1996 as amended from time to time The arbitration shall be conducted in New

Delhi in the Arbitration and Conciliation Centre New Delhi (Domestic and International) as per its rules

and regulations The expenses for the Arbitration shall be shared equally or as may be determined by

the Arbitrator The considered and written decision of the Arbitrator shall be final and binding between

the Parties The applicable language for Arbitration shall be English only

Work under the Contract shall be continued by the CONTRACTOR during the pendency of arbitration

proceedings without prejudice to a final adjustment in accordance with the decision of the Arbitrator

unless otherwise directed in writing by the Purchaser or unless the matter is such that the works cannot

be possibly continued until the decision (whether final or interim) of the Arbitrator is obtained

18 COUNTER TERMS AND CONDITION OF SUPPLIERS Where counter terms and conditions printed or

cyclostyled conditions have been offered by the supplier the same shall not be deemed to have been

accepted by the Purchaser unless specific written acceptance thereof is obtained

Tender No SCLPS52019E0156401 13

19 SECURITY FOR PURCHASE OF MATERIALS Successful tenderer will have to furnish in the form of a

bank guarantee or any other form as called for by the purchaser towards adequate security for the

materials and properties provided by the Purchaser for the due execution of the Contract

20 In eprocurement system submission of bid is a two step process After submission of their bids

bidders have to wait for bid sealing by Purchaser Subsequently bidders have to complete open

authorization in the eprocurement system to enable the Purchaser to open the bid If open

authorization is not completed by the bidder then Purchaser will not be able to open the bid and the

bid becomes invalid

In case bidder encounters any technical snag pertaining to eprocurement system while acting on the

tender computer screen shot of the error message with date time stamp on the web browser along

with the query shall be e mailed by the bidder to the help desk for resolution of the problem at least 2

working days before the due date and time of bid submission The contact detail of the help desk is

available on the home page of the eprocurement website

Purchaser will make all efforts to resolve technical queries reported by the bidders but will not be bound

to do so if the problems are reported beyond the time mentioned above Purchaser will not be

responsible for non submission of bids for such cases

The time taken to ascertain evaluate and suggest a solution for the problem reported by bidder may

vary from case to case Hence bidders are advised to submit the bid well in advance before closing date

and time to avoid last minute issues

DOS PM‐ 22

Instruction to Tenderer

1 Bid Open Authorization shall be submitted online only complying specified schedule and complete in

all respects with technical specifications including pamphlets and catalogues

2 A Proforma Invoice may also be given which should contain the following information

a) The FOBFCA value the C and F value for import by Sea freight Air freight up to and for air parcel

post up to should be separately indicated

b) Agency Commission The amount of commission included in the price and payable to the Indian Agent

of the Contractor shall be paid directly to the Indian Agent by the Purchaser in equivalent Indian Rupees

on the basis of an Invoice from him applying TT buying rate of exchange ruling on the date of

placement of the Purchase Order and which shall not be subject to any further exchange variations This

payment will be released to the Indian Agent immediately after Customs clearance of the goods in India

Tender No SCLPS52019E0156401 14

c) The Contractor shall invoice only for the net amount payable to deducting the amount of Agency

Commission included in the invoice which will be paid to the Indian Agent directly by the Purchaser

However the Contractors invoice should separately reflect the amount of commission payable to his

Indian Agent

d) The earliest delivery period and country of origin of the Stores

e) Bankers name address telephonefax Nos and eMail ID of the Contractor

f) The approximate net and gross weight and dimensions of packages cases

g) Recommended spares for satisfactory operation for a minimum period of one year

h) Details of any technical service if required for erection assembly commissioning and demonstration

3 The FOBFCA and C and F prices quoted should be inclusive of all taxes levies duties arising in the

tenderers country

4 The offer should be valid for a minimum period of 90 days (single part tender) and 120 days (Two part

tender) from the due date of opening of the tender

5 Samples if called for should be sent free of all charges

6 Late and delayed tenders will not be considered Quotations by cable must be followed by detailed

offers

7 Offers made by Indian Agents on behalf of their Principals should besupported by the proforma

invoice of their Principals

8 The details of Import Licence will be furnished in the Purchase Order

9 The authority of person signing the tender if called for shall be produced

10 Instructions Operation Manual containing all assembly details including wiring diagrams should be

sent wherever necessary in duplicate All documents correspondence should be in English language

only

11 The Purchaser reserves the right to accept or reject the lowest or any offer in whole or part without

assigning any reason

12 It is expressly agreed that the acceptance of the Stores Contracted for is subject to final approval in

writing by the Purchaser

13 a) Part shipment is not allowed unless specifically agreed to by us

b) As far as possible stores should be despatched by Indian Flag Vessels Air India through any Agency

nominated by us

Tender No SCLPS52019E0156401 15

14 Inspection Test Certificate should be provided for the goods after testing it thoroughly at the

Contractors works If any Inspection by Lloyds or any other testing agency is considered necessary it

shall be arranged by Contractors

15 Where erection or assembly or commissioning is a part of the Contract it should be done

immediately on notification The Contractor shall beresponsible for any lossdamage sustained due to

delay in fulfilling this responsibility

16 For items having shelf life those with maximum shelf life should be supplied if order is placed

TERMS AND CONDITIONS

1 DEFINITIONS

(a) The term Purchaser shall mean the President of India or his successors or assignees

(b) The term Contractor shall mean the person firm or company with whom or with which the order for

the supply of stores is placed and shall be deemed to include the Contractors Successors

representatives heirs executors and administrators unless excluded by the Contract

(c) The term Purchase Order shall mean the communication signed on behalf of the Purchaser by an

officer duly authorised intimating the acceptance on behalf of the Purchaser on the terms and

conditions mentioned or referred to in the said communication accepting the Tender or offer of the

Contractor for supply of stores of plant machinery or equipment of part thereof

(d) The term Stores shall mean what the Contractor agrees to supplyunder the Contract as specified in

the Purchase Order

2 PRICES

Tenders offering firm prices will be preferred Where a price variation clause is insisted upon by a

tenderer quotations with a reasonable ceiling should be submitted Such offers should invariably be

supported by the base price taken into account at the time of tendering and also the formula for any

such variations

3 TERMS OF PAYMENT

31 Being a Department of the Government of India the normal terms of payment are by Sight Draft

However other terms of payment like establishment of Letter of Credit may be considered by the

Purchaser on such terms and conditions as may be agreed upon

32 The Sight Draft Letter of Credit will be operative on presentation of the under mentioned

documents

a) Original Bill of Lading Airway Bill

Tender No SCLPS52019E0156401 16

b) Commercially certified invoices describing the stores delivered quantity unit rate and their total

value in triplicate The invoice should indicate the discounts if any and Agency Commission separately

c) Packing List showing individual dimensions and weight of packages

d) Country of Origin Certificate in duplicate

e) Test Certificate

f) Declaration by the Seller that the contents in each case are not less than those entered in the invoices

and the quality of the Stores are guaranteed as per the specifications asked for by the Purchaser

g) Warrantee and guarantee Certificates vide Clause 20 herein below

4 IMPORTANT LICENCE

Reference to Import License No and date and Contract number and date shall be prominently indicated

in all the documents

5 DEMURRAGE

Supplier shall bear demurrage charges if any incurred by the purchaser due to delayed presentation of

shipping documents as prescribed in the bankers within a reasonable time (say within 10 to 12 days)

from the date of bill of lading for sea consignments and within 3 to 4 days from the date of Air Way Bill

for air consignments

6 ADDRESS OF INDIAN AGENTS

7 GUARANTEED TIME DELIVERY

The time for and the date of delivery stipulated in the Purchase Order shall be deemed to be the

essence of the Contract Delivery must be completed within the date specified therein

8 INSPECTION AND ACCEPTANCE TEST

81 The Purchaser representatives shall also be entitled at all reasonabletimes during manufacture to

inspect examine and test on the Contractors premises the material and workmanship of all stores to be

supplied under this Contract and if part of the said stores is being manufactured on other premises the

Contractor shall obtain for the purchasers representative permission to inspect examine and test as if

the equipment were being manufactured on the Contractors premises Such inspection examination

and testing shall not release the Contractor from the obligations under this Contract

82 For tests on the premises of the Contractor or of any of his subContractors the Contractor shall

provide free of cost assistance labourmaterial electricity fuel and instruments as may be required or

as may be reasonably needed by the purchasers representative to carry out the tests efficiently

Tender No SCLPS52019E0156401 17

83 When the stores have passed the specified test the purchasers representative shall furnish a

certificate to the effect in writing to the Contractor The Contractor shall provide copies of the tests

certificates to the purchaser as may be required

9 MODE OF DESPATCH

Generally stores should be despatched through Indian Flagged Vessel Air India or through any other

Agency nominated by the purchaser A copy of the invoice and packing list should invariably be kept

inside each of the packages

10 PORT OF ENTRY

New Delhi Mumbai

11 CONSIGNEE

Purchase and Stores Officer Stores

12 SHIPPING MARKS

The mark on the shipping documents such as invoice bill of lading and on the packages should be as

follow

PURCHASE ORDER NO

DATED

GOVERNMENT OF INDIA

DEPARTMENT OF SPACE

(name of the CentreUnit)

Destination

Port of Entry

13 INSURANCE OF THE STORES

The necessity or otherwise of insurance will be as indicated in the Purchase Order

14 CONTRACTORS DEFAULT LIABILITY

141 The purchaser may upon written notice of default to the Contractorterminate the Contract in

whole or in part in circumstances detailedhereunder

Tender No SCLPS52019E0156401 18

a) If in the judgement of the Purchaser the Contractor fails to makedelivery of Stores within the time

specified in the Contract agreement or within the period for which extension has been granted by the

Purchaser to the Contractor

b) If in the judgment of the Purchaser the Contractor fails to comply with any of the other provisions of

this Contract

15 In the event the Purchaser terminates the Contract in whole or in part as provided in Clause 14 the

Purchaser reserves the right to Purchase upon such terms and in such a manner as he may deem

appropriate stores similar to that terminated and the Contractor shall be liable to the Purchaser for any

additional costs for such similar stores andor for liquidated damages for delay as defined in Clause 19

until such reasonable time as may be required for the final supply of stores

151If this Contract is terminated as provided in Clause 14 the Purchaser in addition to any other rights

provided in this Article may require the Contractor to transfer title and deliver to the Purchaser under

any of the following clauses in the manner and as directed by the Purchaser

a) Any completed stores

b)Such partially completed stores drawing information and Contract rights (hereinafter called

manufacturing material) as the Contractor has specifically produced or acquired for the performance of

the Contract as terminated The Purchaser shall pay to the Contractor the Contract price for completed

stores delivered to and accepted by the purchaser and for manufacturing material delivered and

accepted

152 In the event the Purchaser does not terminate the Contract as provided in Clause 14 the

Contractor shall continue the performance of the Contract in which case he shall be liable to the

purchaser for liquidated damages for delay as set out in Clause for DELAY IN COMPLETION

LIQUIDATED DAMAGES until the stores are accepted

16 REPLACEMENT

If the stores or any portion thereof is damaged or lost during transit thePurchaser shall give notice to

the Contractor setting forth particulars of such stores damaged or lost during transit The replacement

of such stores shall be effected by the Contractor within a reasonable time to avoid unnecessary delay in

the intended usage of the Stores In case the purchaser agrees the price towards replacement items

shall be paid by the purchaser on the basis of original price quoted in the tender or as reasonably

worked out from the tender

17 REJECTION

In the event that any of the stores supplied by the Contractor is found defective in material or

workmanship or otherwise not in conformity with the requirements of the Contract specifications the

purchaser shall either reject the stores or request the Contractor in writing to rectify the same The

Tender No SCLPS52019E0156401 19

Contractor on receipt of such notification shall either rectify or replace the defective stores free of cost

to the purchaser If the Contractor fails to do so the purchaser may at his option either

a) replace or rectify such defective stores and recover the extra cost so involved from the Contractor or

b) terminate the Contract for default as provided under clause 14 above or

c) acquire the defective stores at a reduced price considered equitable under the circumstances The

provision of this article shall not prejudice the Purchasers rights under clause 19

18 EXTENSION OF TIME

If the completion of supply of stores is delayed due to reason of force majeure such as acts of god acts

of public enemy acts of Government fires floods epidemics quarantine restriction strikes freight

embargoes etc the Contractor shall give notice within 15 days to the purchaser in writing of his claim

for an extension of time The purchaser on receipt of such notice after verification if necessary may

agree to extend the Contract delivery date as may be reasonable but without prejudice to other terms

and conditions of the Contract

19 DELAY IN COMPLETION LIQUIDATED DAMAGES

If the Contractor fails to deliver the stores within the time specified in theContract or any extension

thereof the purchaser shall recover from theContractor as liquidated damages a sum of onehalf of one

percent (05percent) of the Contract price of the undelivered stores for each calendar week of delay

The total liquidated damages shall not exceed ten percent (10 percent) of the Contract price of the unit

or units so delayed Stores will be deemed to have been delivered only when all their component parts

are also delivered If certain components are not delivered in time the stores will be considered as

delayed until such time as the missing parts are delivered

20 GUARANTEE and REPLACEMENT

a) The Contractor shall guarantee that the stores supplied shall comply fully with the specifications laid

down for material workmanship and performance

b) For a period of twelve months after the acceptance of the stores if any defects are discovered

therein or any defects therein are found to have developed under proper use arising from faulty

materials design or workmanship the Contractor shall remedy such defects at his own cost provided he

is called upon to do so within a period of 14 months from the date of acceptance thereof by the

Purchaser who shall state in writing in what respect the stores or any parts thereof are faulty

c) If in the opinion of the purchaser it becomes necessary to replace or renew any defective stores such

replacements or renewals shall be made by the Contractor free of all costs to the purchaser provided

the notice informing the Contractor of the defect is given by the purchaser in this regard within the said

period of 14 months from the date of acceptance thereof

Tender No SCLPS52019E0156401 20

d) Should the Contractor fail to rectify the defects the purchaser shall have the right to reject or repair

or replace at the cost of the Contractor the whole or any portion of the defective stores

e) The decision of the Purchaser notwithstanding any prior approval or acceptance or inspection

thereof on behalf of the purchaser as to whether or not the stores supplied by the Contractor are

defective or any defects has developed within the said period of 12 months or as to whether the nature

of the defects requires renewal or replacement shall be final conclusive and binding on the Contractor

f) To fulfill guarantee conditions outlined in Clause 20 (a) to (e) above the Contractor shall at the option

of the purchaser furnish a Bank Guarantee (as prescribed by the purchaser Bank Guarantee format

enclosed) from a Bank approved by the purchaser for an amount equivalent to 10Percent of the value of

the Contract along with first shipment documents On the performance and completion of the Contract

in all respects the Bank Guarantee will be returned to the Contractor without any interest

g) All the replacement stores shall also be guaranteed for a period of 12 months from the date of arrival

of stores at purchasers site

h) Even while the 12 months guarantee applies to all stores in case where a greater period is called for

by our specifications then such a specification shall apply and in such cases the period of 14 months

referred to in Clause 20 (b) and (c) shall be asked for guarantee period plus two months

21 REQUIREMENT OF ADDITIONAL NUMBERS OF THE STORESSPARE PARTS ORDERED

The Contractor shall also undertake the supply of additional number of items covered by the order as

considered necessary by the purchaser at a later date the actual price to be paid shall be mutually

agreed to after negotiations

22 PACKING

a) The Contractor wherever applicable shall pack and crate all stores for sea air shipment as applicable

in a manner suitable for export to a tropical humid climate in accordance with internationally accepted

export practices and in such a manner so as to protect it from damage and deterioration in transit by

road rail or sea for space qualified stores The Contractors shallbe held responsible for all damages due

to improper packing

b) The Contractor shall ensure that each box unit of shipment is legible and properly marked for

correct identification The failure to comply with this requirement shall make the Contractor liable for

additional expenses involved

c) The Contractor shall notify the purchaser of the date of shipment from the port of embarkation as

well as the expected date of arrival of such shipment at the designated port of arrival

d) The Contractor shall give complete shipment information concerning the weight size content of each

packages etc

Tender No SCLPS52019E0156401 21

e) Transshipment of equipment shall not be permitted except with the written permission of the

purchaser

f) Apart from the despatch documents negotiated through Bank the following documents shall also be

airmailed to the purchaser within 7 days from the date of shipment by sea and within 3 days in case of

air consignments

a) Commercial Bill of Lading Air Way Bill Post parcel Receipt (Two nonnegotiable copies)

b) Invoice (3 copies)

c) Packing List (3 copies)

d) Test Certificate (3 copies)

e) Certificate of Origin

The Contractor shall also ensure that one copy of the packing list is enclosed in each case

23 ARBITRATION

In the event of any disputes differences or claims arising out of or relating to the interpretation and

application of the Contract such disputes or differences or claims shall be settled amicably by mutual

consultations of the good Offices of the respective Parties and recognizing their mutual interests

attempt to reach a solution satisfactory to both the parties If such a resolution is not possible within 30

days from the date of receipt of written notice of the existence of such disputes then the unresolved

disputes or differences or claims shall be referred to the Sole Arbitrator appointed by the Parties by

mutual consent in accordance with the rules and procedures of Arbitration and Conciliation Act 1996 as

amended from time to time The arbitration shall be conducted in New Delhi in the Arbitration and

Conciliation Centre New Delhi (Domestic and International) as per its rules and regulations The

expenses for the Arbitration shall be shared equally or as may be determined by the Arbitrator The

considered and written decision of the Arbitrator shall be final and binding between the Parties The

applicable language for Arbitration shall be English only

Work under the Contract shall be continued by the CONTRACTOR during the pendency of arbitration

proceedings without prejudice to a final adjustment in accordance with the decision of the Arbitrator

unless otherwise directed in writing by the Purchaser or unless the matter is such that the works cannot

be possibly continued until the decision (whether final or interim) of the Arbitrator is obtained

24 LANGUAGE AND MEASURES

All documents pertaining to the Contract including specification schedule notice correspondence

operating and maintenance instructions drawings or any other writings shall be written in English

language The metric system of measurement shall be used exclusively in the Contract

25 INDEMNITY

Tender No SCLPS52019E0156401 22

The Contractor shall warrant and be deemed to have warranted that all Stores supplied against this

Contract are free and clean of infringement of any patent copyright or trade mark and shall at all times

indemnify the purchaser against all claims which may be made in respect of stores for infringement of

any right protected by Patent Registration of design or Trade Mark and shall take all risk of accident or

damage which may cause a failure of the supply from whatever cause arising and the entire

responsibility for the sufficiency of all the means used by him for the fulfillment of the Contract

26 COUNTER TERMS AND CONDITIONS OF SUPPLIERS

Where counter terms and conditionsprinted or cyclostyled conditions have been offered by the

supplier the same shall not be deemed to have been accepted by the purchaser unless specific written

acceptance thereof is obtained

27 SECURITY INTEREST

On each item to be delivered under this Contract including an item of work in progress in respect of

which payments have been made in accordance with the terms of the Contract purchaser shall have a

security interest in such items which shall be deemed to be released only at the time when the

applicable deliverable item is finally accepted and delivered to the purchaser in accordance with the

terms of the Contract Such security interest of the purchaser shall constitute a prior charge as against

any other charge or interest created in respect of such items by any entity

28 BANK CHARGES

While the purchaser shall bear the bank charge payable to his Bankers (State Bank of India) the

Contractor shall bear the Bank charges payable to his Bankers including the cheques towards advising

amendment commissions

29 TRAINING

The Contractor shall if required by the purchaser provide facilities for the practical training of

Purchasers engineering technical personnel from India and for their active association on the

manufacturing processes throughout the manufacturing period of the Contract stores number of such

personnel to be mutually agreed upon

30 APPLICABLE LAW

The Contract shall be interpreted construed and governed by the laws of India

Tender No SCLPS52019E0156401 23

BidTemplates

GENERAL CONDITIONS

Item Specifications

Sl No Specifications Complianc

e (Yes No)

Offered Specifications Remarks

1 Intent of the ProjectaThe scope of Project includes Supply

Installation Testing and Commissioning of electrical

distribution system including illumination MCC Panels fire

detection system Local Area Network (LAN) Paging etc for

the Chemical Store Building at Semi‐Conductor Laboratory

(SCL) Sector‐ 72 SAS Nagar Mohali (Punjab) bScope

includes receiving unloading storage insurance in‐plant

transportation and all equipment amp accessories covered under

this specificationcTechnical SpecificationBrief overview of

Equipment amp services under this specification is described

hereiGeneral SpecificationiiSupply amp Installation of

Electrical MCCPCC Panels MCB DB exhaust fan light fixtures

etciiiSupply amp Installation of wire cables conduits Modules

SwitchSockets termination earthing etcivSupply amp

Installation of Fire detection system and its

accessoriesvSupply amp Installation of NetworksLAN

systemviSupply and installation of material for Earthing and

lightning protection system viiAny other electrical

requirement for execution of the work dDrawing amp notes All

drawing amp notes as listed in the annexure form a part of this

specification

Tender No SCLPS52019E0156401 24

2 General Information for Site Condition The Contractor may

visit the site of work at SCL to acquaint themselves of the

actual site conditions

3 Code amp Standards All electrical equipment and accessories to

be furnished installed and commissioned under scope of

these specifications shall be designed manufactured tested

and installed in accordance with relevant Indian Standard

Specifications (ISS) Indian electricity rules and any other

applicable regulations

4 Period of CompletionThe time allowed for supply installation

testing and commissioning of the entire work shall be six (6)

months to be reckoned from the 7th day of issue of Purchase

order by SCL

5 Drawing Data and ManualsFollowing drawings documents

shall be submitted by the selected contractor for approval of

SCL for execution of the workaFoundation drawing of all

floor mounted Electrical panelsbGeneral Layout (GA)

drawing with dimension of all electrical equipment and Single

line drawings (SLDs) of electrical PanelcMake type and

catalogue of Switchgears of Electrical MCC Panels Power DBs

Power Cables and related accessories along with technical

leaflets data sheets etc to be provided by the contractor

The contractor shall offer recommended makes mentioned in

this document dEquipment data sheets furnishing

guaranteed performance figure for each type of

equipmenteTest certificates test results for each type of

equipmentfCheck lists and tests to be conducted during

erection testing amp commissioning of the individual

equipmentOn successful completion of the entire work the

Contractor shall provide lsquoAs Builtrsquo drawings for all the Systems

executed under the Contract Three (03) sets of hard copies

and one (01) set in soft copy (CDDVD) in Auto‐CAD and PDF

Tender No SCLPS52019E0156401 25

format shall be provided to SCL for its record and reference

Contractor shall also provide instruction Operation

manual(s) and maintenance manuals for the all equipment

system installed under the project

6 Eligibility Criteria Only those bidders meeting the below

mentioned eligibility criteria are eligible to participate in the

tendera Should have satisfactorily executed at‐least two (2)

similar works of value not less than Rs 50 Lakh each

involving inter alia power distribution works consisting of

MCCsPCCs of rating not less than 400 A 415 V 35 kA ( fault

level) MCBDBs lighting systems cabling during the last 5

years To ascertain eligibility for the work the participating

bidders shall enclose copy (ies) of the detailed Purchase

Order(s) and their completion certificate(s) evidencing

satisfactory completion of similar works issued by the

respective clientsorganisations Completion certificate for

works issued by private parties shall be supported by TDSb

Should not have incurred any loss in more than two years

during the last five (5) financial years ending 31st March 2019

c The Contractor should possess valid license of Class lsquoArsquo

Category Electrical Contractor issued by the State Licensing

Authorityd The contractor shall carry out the work in co‐

ordination with the civil works undertaken by other contractor

engaged by SCL

7 DeviationaContractor to clearly mention deviation(s) if any

from the specification in the unpriced techno‐commercial bid

bUnless such deviations are recorded in the deviation sheets

and submitted with the bid it will be assumed that the offer is

made in conformity with the tendered specification in all

respectscThe deviations shall be evaluated by SCL and

acceptance of the same shall be at the sole discretion of SCL

Tender No SCLPS52019E0156401 26

8 Quantity variationThe quantities indicated against each item

in the Bill of Quantities (BOQ) are indicative and are for the

purpose of bidding only Variation in quantities upto + 25

shall be carried out by the contractor on the agreedPurchase

Order (PO) rates and terms amp conditions as in the Purchase

Order (PO) In case of contract items which exceed the said

limit of +25 the contractor may claim revision of rates

supported by proof analysis and if the rate claimed in excess

of the rate specified in the bill of quantities SCLrsquos engineerndashin‐

charge of the work shall after giving consideration to the

analysis of rates submitted by the contractor determine the

rates on the basis of market rates and the contractor shall be

paid in accordance with the rates so determined The

Contractorrsquos profit amp OH shall be factored in the rate

analysis15

9 Extra ItemsIn case of extra items (that are completely new

and are in addition to the items contained in the contract) the

contractor may claim rates supported by proper analysis and

SCLrsquos engineer‐in‐charge of the work shall after giving

consideration to the analysis of the rates submitted by the

contractor determine the rates on the basis of market rates

and the contractor shall be paid in accordance with the rates

so determined The Contractorrsquos profit amp OH shall be factored

in the rate analysis15

10 Construction Power SupplyElectricity if available in the

premises may be provided to the contractor by Department

(SCL) only at a single point free of cost subject to the following

conditions ‐a)The Contractor has to make his own

arrangement to tap Electricity from a 3 phasesingle phase

supply from the location decided by the SCLrsquos Engineer‐in‐

charge (E‐I‐C)

Tender No SCLPS52019E0156401 27

11 Storage space site office Contractor will be provided a

lockable room within SCL premises for storage space subject

to availability Contractor will make at his own cost

temporary site office close to work site as per the location

decided by the E‐I‐C

12 Materialsystem submittalsMaterialssystems etc procured

by the selected Contractor for incorporation in the work will

be only of MakesManufacturers specified in the tender

document Submittals of the same shall be submitted by the

contractor for SCL review and approval

13 Other RequirementsbullErection testing amp commissioning of

items as per BOQbullSpecial tools amp tackles Party shall arrange

the ladderscaffoldingstair for working at height for cable

laying Fire detection system installation of light fixture

bullWork shall be executed as per the ISRO contractor safety

Manual Contractor to ensure that the manpower is equipped

with PPE for working at the site bullAll relevant drawing data

catalogues with instruction and trouble shoot manuals type

test certificates for the above accessoriesbullMaterials and

accessories which are necessary or used for satisfactory and

trouble free operation and maintenance of the above

equipmentrsquosmaterial shall also be furnished bullContractor

shall deploy skilled amp unskilled Labor qualified technical

Supervisor(s) erection tools amp tackles testing tools amp

equipment supplies consumables and hardware and

transport for timely and efficient execution of the

workbullContractor shall guarantee LED fixtures

(flameproofnon‐flameproof) for a period of 5 years from the

date of acceptance The contractorrsquos guarantee shall be

supported with a guarantee from the manufacturer(s) in this

regard

Tender No SCLPS52019E0156401 28

TECHNICAL SPECIFICATION‐1

Item Specifications ‐I

Sl No Specifications Compliance

(Yes No)

Offered Specifications Remarks

1 Internal Wiringa The electrical wiring installations and other

accessories shall comply with latest IS code 732 (part‐II) 1983

and National Electric Code‐1985b The word concealed means

it involves cutting of floor wall and making good after laying

the conduitMetal raceway as per the enclosed drawings by

the contractor as requiredc The contractor shall provide all

necessary components fixing materials accessories and

interconnections as per standard practice It is to be noted

that ceiling rose forms a part of the specifications hence not

indicated separately and shall be provided by the contractor

as requiredd Scope includes termination of wire ferruling

dressing cable tie etc as requirede The work shall be

executed as per the ISRO electrical specification available on

ISRO site wwwisrogovin in Schedule I to be read along with

the tender specification

2 LED LuminariesThe scope includes supply installation

testing commissioning of flame proofnon‐flameproof LED

lighting fixture at the ceiling level (about 55 meter height) in

the chemical store building outer periphery of the store

building electrical room AHU room at the first floor as per

drawings and discretion of E‐I‐C Architectural plan of the

building is attached Supply of required accessories such as

mounting brackets nuts bolts screws washers glands and

any other material required for installation of LED fixture as

per specifications mentioned in BOQ shall be part of the

specification Junction box as required for loop‐in and loop‐

Tender No SCLPS52019E0156401 29

out of the cable for flame proof light fixture will be in the

scope of the contractor LED light fittings will be suitable for

operation on 230V single phase AC supply The fitting shall

be supplied with all fixing material such as brackets nuts

bolts etc as required for installation of fittings Special

Conditions aLuminaire make (Brand) from among the

recommended make mentioned in the tender document shall

be clearly mentioned in Technical Bid along with complete

technical detailsbThe LED light fitting and its driver unit etc

shall have warranty for a period of 5 years from the date of

installation and commissioningcThe flame proof fixture shall

be provided along with the Petroleum and Explosives Safety

Organization (PESO) certification

3 Detailed Specification for LED Fixture a Flame Proof LED

Fixtures Supply and installation of flameexplosion proof high

efficiency 1 Phase 230 V 60W LED light fitting as per IS 2206

with luminous efficiency 100Lmwatt or better CRI gt 08 amp

THDlt10 IP‐66 as per ISIEC 605292001 made of Die cast

aluminium alloy Heat resistant amp tough clear dome glass

having enclosure as per Ex‐d GAS Gr IIA IIB IIC AS PER ISIEC

60079‐12007 amp ISIEC 60079‐02004 Area of classification

ZONE‐1 2 21 amp 22 and temperature class T‐6 or better as per

ISIEC 60079 complete with loop‐in loop‐out provision

Mounting bracket for mounting on the ceiling Double

compression cable gland shall be provided and install by the

contractor along with the light fitting Recommended Make of

fixture Baliga Stahl Sudhir SwitchgearRecommended make

of LED NICHIA CREE PHILIPS LUMILED OSRAMb General

LED fixtures Supply amp fixing of wallceiling mounted batten

type 20W LED tube light (Four feet) luminaire with efficient

driver (efficiency shall be more than 90) amp with minimum

lumens output of 2000 lumens per lamp comprising of nano

diffuser technology complete with efficient amp constant

Tender No SCLPS52019E0156401 30

current output driver suitable for operation on 230V single

phase 50Hz AC supply efficient heat sink effective thermal

management and with colour temperature shall be gt 6000K

The LED with suitable control gear and power factor gt09 LM

79 certification for luminaireLM80 certificate for LED shall be

submitted and with other standard accessories prewired

including necessary interconnections complete in all respects

and as directed by EIC (Similar to Philips Astra or equivalent)

Recommended make of fixture Philips GE Trilux

LTRecommended make of LED NICHIA CREE PHILIPS

LUMILED OSRAM

4 c Street Light Fixture Supply and installation of 72W75W

LED Street Light fixture with High‐brightness White LEDs

sources with high transmittance flat toughed glass cover and

peanut LENS on each LEDs System luminous efficacy 100

LmsWatt 5600K colour temperature amp 70 CRI value for

ensuring good quality light output Life of at‐least 50000

hours at 70 lumen maintenance ampLED driver efficiency gt

85 Power factor greater than 095 THDlt10 amp min 3KV

surge protection with operating voltage range from 120‐270V

for ensuring lifelong high performance of luminaire the

fixture shall be made of LM‐6 Pressure die‐cast aluminium

with engraved company name amp have IK05 amp IP66 Class

protection with NABL Accredited LM‐79 amp LM‐80 Report

Mounting pole mounted upto a height of 8 meter and pole

bracket diameter of 48‐60 mm (adjustable) Recommended

make of fixture Trilux Philips GE LTRecommended make of

LED NICHIA CREE PHILIPS LUMILED OSRAM

5 Street Light Pole Providing and installation of hot dipped

galvanized swaged tubular 9‐meter‐long with planting depth

15 metersiexclbrvbar street light poles The effective length of each

section shall be‐ bottom 5 meters middle 2 meters and top 2

meters The outside dia and thickness of pole shall be

Tender No SCLPS52019E0156401 31

minimum 11430x440mm 889x4085mm 761x325mm

respectively as required The pole shall be provided with

necessary bracket (inclination 105115 degree length 15

meter dia 45 mm ) for mounting upto 72 W LED street light

fixture Each pole shall have a weather proof

loopingterminal box clamped at 550 mm above ground level

along with a suitable earth terminal The looping box shall be

provided with a suitable Power terminal arrangement to loop

4C x10sqmm size cable and MCB5A fuse cut‐out A base

plate 300 x300x10mm shall be welded to the bottom of the

pole Both underground cable and GI earth wire shall be

terminated at the terminal looping box in the looping zone

Further wiring to the light fixture shall be done with three

core flexible copper wire (2core for power supply and third

core for earthing)GI tubular pole shall be installed in cement

concrete 136 (1 cement 3 coarse sand 6 graded stone

aggregate 40 mm nominal size) foundation including

excavation and refilling etc Party to cast 2 run of 32 mm MS

conduit for cables upto a height of 550mm from ground level

for loop in loop out of cable The civil work for street light pole

foundation forms a part of installation of the work and will be

done by the party as required for commissioning of lighting

poleFor earthing of street light poles coilspiral earthing

using 8 SWG GI wire shall be used The GI wire shall be buried

to a minimum depth of 15 m with excavation refilling of

earth and connecting GI wire to pole using GI bolt and nut

complete as per requirementMake of Pole Reputed make

with ISI mark Note Party shall submit Drawing of the street

light pole for SCL approval before start of manufacturing

6 Cables wire conduit earthing Switchboards

SwitchesSockets etca Cables The scope includes the Supply

and installation of XLPE insulated overall FRLS PVC outer

sheathed AlCu armored cable on wallsurfacesoilexisting

Tender No SCLPS52019E0156401 32

cable tray as required for MCC Panel and MCB DBs as per the

detailed specification and quantity in this document All

necessary hardware for installation of cable like cable tie

clamps tags etc is in the scope of Contractor Contractor to

ensure that cable laid on the cable tray is properly clamped

with GI clamps and cable is properly secured on cable tray b

Wire The scope includes the Supply and installation of FRLS

Copper wire of different size quantity amp Specification for

power distribution and lighting and power etc as per the

requirement c Conduit The scope includes the Supply and

installation of ISI makes MS Conduits of different size as per

Specification for power and lighting distribution switch

sockets etc as per the requirement Flexible conduit shall be

of GId Cable tray The scope includes the supply and

installation of GIMS cable trays as per specificationse

Earthing The scope includes the supply and providing

earthing for Panels DBs cable trays light fixtures and poles

flameproof accessories fire panel speakers exhaust fans etc

matching the specifications given in this tender documentf

Lightning protection The scope includes the supply and

providing earthing for lightning protection of the building as

per the IS 2309 specification and quantities as per the BOQ

The scope includes horizontal and vertical runs earth pits test

point earthing of building periphery for contour etcg Rack

earthing The scope includes the supply and providing

earthing for racks as per specificationsh Switchboards and

SwitchSockets The scope includes the Supply and installation

of different size of flameproofnon‐flameproof Switchboards

and switchsocket for Lighting Power Distribution as per

specificationi MSGI Conduits flexible GI conduit earthing

materials doublesingle compression brass cable glands

cable lugs (Al amp Cu as required) cable ties cablewire

identification tags required for the installation and

maintenance of trouble free operation of the downstream

Tender No SCLPS52019E0156401 33

system and accessories are covered under this specificationj

MS junction box conduit along with all related accessories as

per specification

TECHNICAL SPECIFICATION‐2

Item Specifications ‐II

Sl No Specifications Compliance

(Yes No)

Offered Specifications Remarks

1 Electrical Panel SpecificationGeneralaPanel shall be

fabricated as per IEC 61439 part 1 amp 2 bPanel shall be indoor

metal clad air insulated floor mounted extendable to side

single front construction front wired front

connectedcMinimum thickness of sheet metal used shall be

2 mm and panel shall confirm to IP54 protectiondThe

working height of the Panel shall be limited as per standard

engineering practicese The design should be fully

compartmentalized with metal partitions between

compartments All doors shall be gasketed Each vertical

section shall have removable back coverfAll switches push

buttons lamps indicating instruments shall be flush

mountedgA full height vertical cable chamber with cable

supports shall be provided in each section to facilitate unit

wiring Cable chamber shall be sized to accommodate all cable

and shall have removable covers A horizontal wire way

extending the entire length shall be provided at the top of

panel for inter panel wiringhPanel shall be with minimum

75mm high base MS channel frameiThe panel shall undergo

seven tank or better process as per relevant IS

standardsjLifting hook shall be provided at each section for

easy transportationkDifferent compartment of the panel

shall be provided with dust proof type air filter louvers

explosion vents or similar safety arrangements in the panels

Tender No SCLPS52019E0156401 34

to let out gases under pressure generated during event of any

fault inside the panellPanel shall have pocket for the Panel

drawing in the incomer section

2 Busbar and Bus TapsaThe main bus and connections shall be

of high connectivity AluminiumAluminium alloy sized for

specified current ratings with maximum temperature limited

to 85amp778 C ie 35amp778 C rise and ambient 50amp778

bSeparate vertical bus bars shall be provided for each vertical

panelcAdequate contact pressure shall be ensured at bus

connections by means of two bolt connections with plain and

spring washers and lock nutsdBus bar and connections shall

be fully insulated for working voltages with adequate

phaseground clearances Insulating sleeves heat shrink type

for bus bar and shrouds removable type joints shall be

provided Bus insulators shall be flame retardanteBus bar

shall be color coded for easy identificationfBusbar should be

connected in such a way that it can be dismantledassembled

while separating different section of the panelgShrouds of

transparent sheet on the exposed bus in cable alleys for

adequate safety measurehBus bar Conductor shall be

confirming to IS‐5082iMinimum clearance (PH‐PH PH‐N and

PH‐E) between Bus bars shall be maintained as per latest

ISjBus Bar supporting Material shall be of

SMCDMCkMaterial of Aluminium Bus bar shall be of E91

gradelBus bar shall be protected from the transparent

insulated material for stand safety point

3 3Control ModuleaFixed type control module shall house the

control components for a circuitbThe equipment layout shall

provide sufficient working space in between the components

and subject to SCL approval cEach control module shall be

equipped with ACDC potential free Relays (230V AC24V DC)

Contactors etc for seamless interface of the operation of

Drives from FCMS (PLC)dVendor to provide the potential free

Tender No SCLPS52019E0156401 35

contact to facilitate local operation from MCC and remote

operation from FCMSPLC Vendor shall provide with each

drive module automanual selector switch and each drive

module shall be wired up to the terminal block for localauto

selection ON OFF trip feedback to SCLrsquos control station and

ONOFF command room FCMSPLC as welleMCC panel and

LPBS shall have selector switches for MCCLocal and

LocalRemote selection respectively Control (OnOff) of the

Drivesheaters will be as per following selection If selector

switch (SS) at MCC is selected to MCC ONOFF operation can

be done from MCC only irrespective of position of SS at LPBSIf

selector switches both at MCC amp LPBS are selected to LOCAL

ONOFF operation can be done from LPBS onlyIf SS at MCC is

selected to LOCAL and SS at LPBS is selected to REMOTE

ONOFF operation can be done from FCMS only

4 VFDVFD shall be of Allen Bradley PF400 series having

redundant Control Net communication option as well to

communicate with the existing Facilities Control amp Monitoring

System (FCMs) Control Net Bridge Coaxial Straight T‐Tap

1786‐TPS must also be supplied along with VFDs Line

reactorchoke of suitable rating shall be connected before the

VFD

5 Thyristor based Heater ControlaDYDAC Make Thyristor

power controller Type 3003 or equivalent rating 85kW

Control input 4‐20mA Thyristor input supply 415VAC (3‐Ouml)

Thyristor output supply 415VAC (3‐Ouml) which shall be provided

by the vendor in a separate compartment of the MCC 4‐20mA

Control signal from the heater PID will modulate the thyristor

controller output to maintain the fresh air temperature at set

value Heater ON and OFF set points shall be adjustable in the

SCADA in FCMSbThyristor controller run command run

feedback 4‐20mA modulating signal shall be wired up to the

terminal block in the cable alley in the MCC Thyristor

Tender No SCLPS52019E0156401 36

Panelcompartment shall be complete with inter module

control and power wiring 220V AC supply shall be drawn from

one of the phase and neutral of the incoming 415VAC and

connect to the Thyristor supply terminals through MCB

Circuit breaker lsquoswitch ONrsquo and Thyristor control unit lsquoRUN

commandrsquo will get activated from FCMS if air temperature is

below ON set point Circuit breaker lsquoswitch OFFrsquo and Thyristor

control unit lsquoRUN command withdraws will get activated

from FCMS when temperature becomes above OFF set point

6 Fire Suppression system amp Fire Protection systemPanel shall

be equipped with required materials such as fire suppression

cylinders filled with fire suppression agents Fire detection

tubes Heat sensor tubes end of line adaptor with gauge

electrical Relays differential pressure valves etc to provide

the fire suppression and fire protection system in cable alley

and bus bar chambers of the electrical panel

7 MCCBaThe MCCBs should be extra current limiting type with

trip time of less than 10 m sec under short circuit conditions

The current limiting action should be achieved with repulsion

principle The MCCBs should preferably have an anti‐reclosing

featurebThe MCCBs should be 3 or 4 poles as per SLDcThe

MCCBs should have a Service short circuit breaking capacity

(Ics) of not less than 35 kA rms at 415 Volts 50Hz AC for

incomer The service breaking capacity should be equal to

ultimate breaking capacities (Icu) (ie Ics= Icu=100)dThe

release should be thermal magnetic having adjustable

overload and short circuiteSwitches shall be triple pole air

break AC23 motor duty for motor starter feedersfCubicle

doors of incoming and outgoing shall be mechanically

interlocked with switchgear to prevent unintentional openings

of the door while the unit is in energized condition However

defeat interlock provision is also to be providedgAll incoming

and outgoing feeders shall be provided with bolted disconnect

Tender No SCLPS52019E0156401 37

link for isolation of neutral if necessary Selector switches

shall be of rotary typehThe MCCB shall be provided with

rotary drive kit spreader terminals and ONOFFTrip (MCCB)

position of switch handle to be clearly markediDuct Heater

MCCB shall be motorized to control (ONoff) from FCMSjFor

incomers it should be EDO microprocessor based

communicable MCCB (35 kA or above) with numerical

releases for OL SC amp EFR (With mechanical and Electrical

interlocking for operation of only one ACB at any point of

time)

8 MPCBaThe MPCBs should be of 3 pole air break type AC3

Duty continuous rating as specifiedbMPCBs should have at

least 1NO+1NC contactcThese should have trip indication

test trip functiondThe release should be thermal magnetic

having adjustable overload trip settingeThe service breaking

capacity should be equal to ultimate breaking capacities (Icu)

(ie Ics= Icu=100)fThe MPCBs should be suitable for din rail

type mounting

9 Capacitor Bank Supply and installation of Capacitor Bank ‐

Box Type Dry construction Conforming to IS 13340‐41IEC

60831 440V 50Hz Rated Current (In) as per Load Heavy

Duty Dielectric MPP Low loss type with overall loss lt

05WkVAR Delta Connection with Discharge Device

10 ContactoraThe contactor shall be 3 pole air break type AC3

Duty continuous rating for motor starter feeders with non‐

bouncing silver silver alloy contactsbContactor shall be of

electromagnetic type rated for uninterrupted duty as per

relevant standards and also suitable for capacitor duty

cContactor shall be provided with adequate auxiliary contacts

rated for 10Amps 240VAC for interfacing with control

schemedContactor coil rating shall be minimum pick up of

85 of rated voltage and minimum drop out of 75 rated

Tender No SCLPS52019E0156401 38

voltage

11 Control and IndicationsaPush buttons will be heavy duty oil

tight and push to actuate type with integral plate marked

with its functionbEach push button shall be provided with

2NO+2NC contacts rated for 10Amps 240VACcLamps shall

be LED type rated for 240V AC Lens and lamps shall be

replaceable from the front dThe control supply shall be

through a 415V230V transformer and the vendor shall

provide 1 no 415V230V transformer for the same Vendor

shall also provide Power module for 24V DC Supply for the

operation of heaters control module

12 MetersaAll indicating instruments shall be digital

Switchboard type with accuracy class +‐ 2 full scalebMFM

of suitable rating shall be used in the incomer

feedercSelector switches shall be furnished at outgoing

feeders as per SLD for ammeterdAmmeter shall be of analog

type flush mounted industrial pattern of size 96x96 mm with

accuracy class 10 eMultifunction meter shall be of digital

type flush mounted industrial pattern of size 96x96 mm with

accuracy class 10 as per IEC 6205253 suitable for

measurement of Current Voltage Power Frequency Power

factor Energy and ready port to communicate with FCMS

through RS 485 The Meter should have Modbus

communication port as well

13 CT (Current transformer)CT will be cast resin type rated 15VA

or more burden with Maximum accuracy limit of class 1

14 Secondary wiringaPanel shall be fully wired at the factory to

ensure proper functioning of control and protectionbFuse

and links shall be provided to permit individual circuit

protection from bus wires without disturbing other circuits All

spare contacts of relays push buttons and other devices shall

Tender No SCLPS52019E0156401 39

be wired up to terminal blockscWiring shall be done with

flexible 25sqmm copper 1100V grade PVC insulated

switchboard wires Each wire shall be identified at both ends

with permanent markers bearing wire numbers as per wiring

diagramdWire termination shall be done with crimping type

connector with insulating sleeve

15 Powercontrol Terminal BlocksaTerminal block shall be 660V

grade box clamp type with marking strips similar to ELMEX 10

mm2 or equal for ControlbTerminal for CT secondary leads

shall have provision for shortingcNot more than two wires

shall be connected to any terminaldSpare terminals equal in

number to 20 active terminals shall be providedeTerminal

blocks shall be suitably located in cable alleysfFor Power

cable Bus Bar type cable connector (Melamine material) shall

be providedgFor Control cable heavy duty screw type cable

connector (Melamine material) shall be provided

16 Cable terminationaPanel shall be designed for cable entry

from topbEach cable shall be clearly marked at both ends

with an indestructible marker preferably a cable tag made of

Aluminium tacked with indicating cable number amp both end

feeder tags with switchboard tags Cable tags at ends of cable

shall be provided inside the gland plate as well as outside the

gland platecAll provisions and accessories shall be furnished

for termination of cables including removable gland plates

cable supports and terminal blocksdGland plate shall be

minimum 3 mm thick

17 Ground BusA GI ground bus rated to carry the maximum fault

current shall extend full length of Panel The ground bus shall

be provided with 2 bolts with GI bolt and nuts at each end to

receive 50x6mm GI flat

18 NameplateaThe nameplate of approved design shall be

Tender No SCLPS52019E0156401 40

provided for each compartment and also at the top of each

panel Nameplate shall be minimum 20x70mm and 3mm

thickbDrawing Pouch shall be provided at the incomer cable

allay

19 PaintingPanel shall be painted with light grey epoxy painted

(Siemens Gray RAL 7032) and caution notice plate shall be

fixed at the back of each vertical panel

20 Make of Switchgears aMCCBSiemensSchneiderbPush

button SiemensSchneider TekniccSelector

SwitchSiemensSchneider Teknic

dFuseSchneiderSiemenseTimerSiemensSchneiderfContro

l TransformerAEIMPIndcoilgTerminal

BlockElmexConnectwellFTChMeters Conzerv LampT

AEiCTs amp PTsKappaAutomatic

Electric(AE)NippenjContactorsSchneiderSiemenskIndicatio

ns SiemensSchneider

TekniclRelaysSchneiderSiemensPLAmMCBSchneiderSiem

ensnCooling Fan

RexnordSunonoVFDsAllen bradlypThyristor moduleDYDAC

qRCBOSiemensSchneiderrMCB

DBSiemensABBLegrandsLine reactorchokeAllen

BradleytCapacitor BankNeptune Schneider Siemens

21 Local Push Button Station (LPBS)The Scope includes supply

and installation of LPBS for Chiller Pumps AHUs Heaters as

per the BOQ and detailed specification given below aLPBS

shall be indoor metal clad air insulated wallAngle frame

mounted as required single front construction front wired

front connected hinged lockable door LPBS for Chiller Pumps

system shall be suitable for outdoor installationbMinimum

thickness of sheet metal used shall be 2 mm and panel shall

conform to IP54 protection for indoor installation and IP65 for

outdoor type LPBScAll switches push buttons with indicating

Tender No SCLPS52019E0156401 41

LED lamps indicating instruments shall be flush

mounteddThe LPBS shall be used for remote operation of

drives Equipment and HeaterseTo facilitate the localremote

operation LPBS shall have LocalRemote selector switch and

provided with Start push button lockable Stop push button

ammeter of suitable range Terminal Block and lockable

Emergency off Switch etc fLPBS shall be equipped with AC

(230V)DC (24V) Relays Contactors etc for seamless interface

of the operation of Drives from FCMS (PLC)gLPBS should be

suitable for wall mounting and provided with necessary

mounting arrangementhWiring shall be done with flexible

25sqmm copper 650V grade PVC insulated switchboard

wires Each wire shall be identified at both ends with

permanent markers bearing wire numbers as per wiring

diagramiWire termination shall be done with crimping type

connector with insulating sleevejGland plate shall be

minimum 3 mm thickkThe nameplate of approved design

shall be provided for each compartment and also at the top of

each panel Nameplate shall be minimum 20x70mm and 3mm

thicklLPBS shall be painted with light grey epoxy painted

(Siemens Gray RAL 7032)

22 Make of Electrical panel As per DOS Approved Panel

manufacturer list (attached)

TECHNICAL SPECIFICATION‐3

Item Specifications ‐III

Sl No Specifications Compliance

(Yes No)

Offered Specifications Remarks

Tender No SCLPS52019E0156401 42

1 Fire Detection System Scope for fire detection system

includes supply installation testing commissioning of Fire

panel Addressable Fire detection devices Manual Call Points

Addressable loop sounders Switch Monitoring unit (SMU) UV

IR sensor for detection of methanol flame Cable MS junction

boxes for loop in loop out of cable as per specifications and

integrating the same with existing repeater panel as per the

requirement The detailed specifications for the different

component of fire deduction system are as follows

2 A Multi‐sensor Detectors The smoke detectors shall be multi‐

sensor (heat and smoke) detector with isolator suitable for

detecting a wide range of smoke from slow smoldering and

fast flaming fire The detector shall have following features

bullSolid state addressing arrangement in combination with a

hand held programmer to configure the sensor

addressbullElectronics free mounting basebullTwin alarm LEDs for

360 Degree viewing and shall have blinking LED facilitybullThe

sensor shall have s removable chamber for ease of cleaning or

replacementbullAutomatic compensation for smoke sensor

contaminationbullShall have a built in test facility which allows

the fire alarm control panel to adjust the alarm threshold

levels to compensate for contamination and shall have a

maintenance alarm display when threshold can no longer be

adjustedbullOperating temperature ‐ 10 DegC to 50 DegC and

operating RH at 40 DegC‐95 RH

3 B Manual call stations Manual Call Stations should have in

built monitor module and pressbreak and resettable

capability constructed of high impact LEXAN sheet with clearly

visible operating instructions on the cover and the word FIRE

shall appear on front and suitable for surface mountingflush

mounting complete as required

Tender No SCLPS52019E0156401 43

4 C UV IR SensorThe UV‐IR flame detector shall operate on 24

VDC 0‐24mA current output suitable for detection of

Methanol flame with automatic built in test for reliable

operations and suitable for installation in Hazardous area zone

1and 2 with Class I Division 12 Gas group A B C The detector

shall not be susceptible to environmental conditions to

generate false alarms The entire system shall be rated for IP

66 or better and supplied with suitable mounting bracket The

system shall comply to the detailed specifications as listed

belowbullDetection Technology UV ‐ IR Electro‐optical

detectionbullDetection range 75 meterbullField of View greater

than equal to 90deg Both Horizontal and verticalbullResponse

Time less than equal to 5 secondsbullBuilt in Test Automatic

bullOperating Temperature Range 0 to + 75degCbullOperating

Humidity Range Continuous 95 non‐condensingbullAnalog

Output signal 4‐20mAbullAlarms amp Fault Normal 4 mA Fault

02 mA Alarm 20 mA + 10 verifiedbullOperating voltage 24

VDC ( 18‐32VDC)bullPower consumption Vendor to specify for

Standby and Alarm conditionbullSensor Calibration

Verification Sensor calibration as per OEM for certified

performancebullSensor Life 2 Years (minimum)bullSensor

Calibration vendor to carry out sensor calibration at site and

submit calibration certificate valid for one yearbullRFI EMI

SusceptibilitybullRequired EN 616326‐3 and EN 6100006‐3 or

equivalent IP protectionbullIP protection IP 66 or betterbullFault

Diagnostic Sensor Fault (end of life) other informationbullSelf‐

Check Test Automatic during start‐upbullHousing SS 316

Epoxy Painted Aluminium die castbullStart‐up Time Vendor to

specifybullApprovalcertification PESO and ATEX ‐ Ex d IIC C

Class 1 Div 12 Group A B C DNote Vendor shall arrange

the 230V AC to 24V DC Power supply module along with half

an hour Battery Back up in MS powder coated Enclosure

Input Power supply (230V AC) for Power Supply module shall

Tender No SCLPS52019E0156401 44

be provided by SCL

5 D SMU Unit for UV IR sensor Supply installation testing and

commissioning of Switch Monitoring Unit (SMU) to configure

the UV IR sensors with fire detection system as requiredE

SoundersAddressable Sounders shall be loop powered with

all fixing materials complete as required The sound level shall

be 100dB (A)

6 F Fire Alarm Control Panel (FACP) bullFACP shall be of 2

loopsbullFACP shall be suitable for 230V 50 Hz AC supply and

detectors shall be powered using FACP based detection

circuits Devices shall receive power and communication from

the same pair of conductorsbullFACP shall provide for resetting

detectors fault isolation and sensor loop operationbullFACP

shall be suitable for mixing different fire devices and beam

smoke detectors within the same loop to optimize field

wiringbullFACP shall have alarm indication of individual sensors

detector trouble alarm indication for dust accumulation The

panel shall check detector once in every 24 hours for

contamination for this purposebullThe FACP shall regularly

supervise all the sensors and devices on the loop and initiate

fire or trouble alarm whenever requiredbullFACP shall have 2

wire circuits to connect minimum of 126 addressable devices

per loopbullFACP shall be with repeater interface and suitable

24V battery with built in software and 2 x 40 character

alphanumeric LCD display and necessary front panel control

keys FACP shall display the date time and description for

Analog sensors to indicate alarms and trouble

situationsbullFACP switches shall allow authorized personnel to

accomplish the following ‐bullInitiate a general alarm

conditionbullSilence the local audiblebullSilence the alarm

signalsbullReset all zonespointsbullFACP shall have walk test

facilitybullShall have facility for programming from the key

board or utilizing PC set up software via laptopdesk top

Tender No SCLPS52019E0156401 45

computerbullShall have memory data for panel configuration

and operation reside in non‐volatile memory (EPROM)bullFACP

shall have facility for speech processor (to record pre‐

recorded message of 20 S) and also have Auto Dialer facility

(can dial up to 8 different lines)bullAll addressable units shall be

connected to the FACP through the loop cards and shall be

addressed though individualized numbers The FACP shall be

able to obtain analog value for all detectors in the circuit

through a pulsed digitized current data The FACP shall be

able to analyze all analog inputs from all addressable units

and though its own software and ambient level screening the

FACP shall be able to identify fire possible fire or fault

conditions The unit supervision shall be dynamic and

continuousbullThe FACP shall itself have all loop cards in it No

isolated mother board or transponder shall be

consideredbullShortopen circuit units shall also be reported at

the FACP in such cases the system through the use of fault

isolators shall be able to isolate that segment between the

two fault isolators The missing DetectorsDevices shall also

be reported to the FACP with identification of the

locationbullThe FACP shall have the facility to set smoke sensor

sensitivity remotely to either high sensitivity manually or on a

pre‐programmed sequence (Ie DayNight) period When an

alarm condition is sensed at the FACP from a smoke or heat

detector a delay timealarm verification period shall be

started If the sensor is still in alarm after the delay time

expired an alarm condition is reported The delay time shall

be adjustable from 0 to 990 secondsbullThe FACP shall have

either an in‐built or external printer coupled to the FACP

which shall log all events with time The printout shall clearly

indicate the event‐FirePre‐AlarmFault etc with the unit

address and timebullThe FACP shall also be able to discriminate

between false alarms and fire conditions as well as priority

selection of alarm in case alarm activities in two or more

Tender No SCLPS52019E0156401 46

remotely located units simultaneously In such cases the

Manual Call stations shall have the highest prioritybullThe FACP

shall also be able to actuate switches automatically in case of

Fire condition of AHUs and power supply or other system such

as piped pressurized gas supplybullThe system shall be fail safe

and adequate safe guards should be under taken that in the

event of a failure of a part of the system it shall not handicap

the complete system The loop cards shall be of Modular

constructionbullThe FACP shall have its own battery backup of a

minimum of 48 hours in normal run and then half an hour in

alarm condition The backup time calculation shall be done as

per TAC standards The Battery shall be 2 x 12V (24V) DC and

of sealed maintenance free type housed inside the FACPbullIt

shall be able to withstand temperature variations from 0

Degree Centigrade to 55 Degree Centigrade Further Relative

Humidity (non‐condensing type) up to 93 shall not hamper

its performance The voltage rating shall be from 17V DC to

31V DC though the voltage may be change depending upon

the working voltages of a proprietary FACPbullThe FACP shall be

totally enclosed dust and vermin proof type made of

minimum 16‐gauge dust inhibited sheet with even baked

finish The FACP shall be of completely solid state designbullThe

logic circuitry shall be based on high noise immunity solid‐

state hardware employing modular construction Logic cards

shall be of epoxy fiber glass constructionbullThe FACP shall have

EN 54ULFM approvalbullThe panel shall have an extra loop

card to serve as standby in case of burnout or malfunctioning

of any operating loop cardsbullThe FACP shall be capable of

being networked (future expansion) with other similar FACPs

located at different locations of SCL premises through a single

RS 485 busbullThe FACP shall have provision for interfacing with

the Public Address System

7 G Repeater panelScope comprises of supply and installation

Tender No SCLPS52019E0156401 47

of Repeater Panel which display fire fault message

simultaneously with the FACP bullIt shall be capable of

interfacing with the FACP on a single RS 485 Bus bullThe panel

shall be capable of operating on 24V DC supplybullThe

independent 24V DC supply source to be installed in MS

cubicle Box duly powder coated paint along with repeater

panelbullThe panel shall have 2 x 40‐character backlit display

which shall display date time and description of alarm

trouble events are that displayed in the panel shall be

powered from the FACPbullIt shall have control keys for sound

silence mute and to reset the FACP from the repeater

stationsbullThe repeater panel shall have the following LEDs

indicationsbullSupply bullFault bullMute bullSilent bullDisabled

bullFire

8 H Fire CableSupply and installation of 2Cx15mm2 Copper

extruded PVC inner sheath armored and overall FRLS PVC

outer sheathed 11 KV grade as per IS 7098 (Part I bearing ISI

certification) on existing cable traywallsoft soilhard soil as

required

9 I Fire Cable terminationSupplying and making end

termination with brass compression gland and copper lugs for

2Cx15mm2 Copper cable in MS Box of Size 4X4 installed

above the false ceilingwallsurface as required

10 J Junction Box for Fire devicesSupply installation testing and

commissioning of MS painted box Size 4X4 with ELMEX type

terminal block for loop in loop out of 2c x15 sq mm copper

armored cable and connection to the fire detector device on

wallsurfacerecess including wall cutting and providing

necessary hardware for mounting fixing including all

material for fixing as required

Tender No SCLPS52019E0156401 48

TECHNICAL SPECIFICATION‐4

Item Specifications ‐IV

Sl No Specifications Compliance

(Yes No)

Offered Specifications Remarks

1 A NetworksLAN The detailed specification for the network

rack switch cable cords IOs face plates etc and the

required accessories shall be as below CAT 6A or better cable

shall be laid in the PVC Conduit The detailed specifications

for the different component of networksLAN are as follows

2 bull Rack Supply installation testing and commissioning of UL

listed modular type 12U network rack with front glass door

and rear perforated door floor mounted Size 550x550 with

1 No of 5 port Octagonal PDU 515Amp with MCB and Fan

Tray with minimum 2 Fans The rack should have provision of

2 nos of cable manager duct type 1U and 2 vertical manager‐

concealed type Rack should be three sides openable with

front glass door and rear perforated door and provision of

cable entry from top and bottom both with proper earthing

kit as requiredRecommended Make Rittal Netrack

Schneider Valrack

3 bull Network Switch Supply amp installation of Network Switch in

Network Rack with the following specification as belowSwitch

shall haveamp61607Port Density Minimum 8 101001000

BaseT Ports amp 4‐1G SFP Ports ready for use with SFP module

Ports shall support PoE on all ports with PoE budget of

180Wamp61607Architecture Stand‐alone rack

mountableamp61607Bandwidth minimum 56Gbps of

switching bandwidth to support above listed ports in non‐

blocking configurationamp61607StackableScable support for

Tender No SCLPS52019E0156401 49

stacking multiple switchesamp61607Stacking backplane

bandwidth Access switch shall have additional port(s) for

providing minimum 40 Gbps stacking bandwidthamp61607L2

Features 8021x authentication spanning tree

etcamp61607Networkjflowsflow or equivalent provision for

Networkjflowsflow or equivalent supportamp61607Network

Management support Network Management through

command line interface (CLI) SNMP v1 v2c v3

httpsamp61607IPv6 Readiness IPv6 Readiness from day

1amp61607RegulatorySafety confirming to UL60950 amp

EN60950amp61607EALNIAP certified Model No shall be EAL

or NIAPNDPP certifiedRecommended Make Cisco Juniper

HP Brocade dell

4 bull CAT 6A Cable Supply and installationlaying of category 6A

or better 4 pair shielded cable UFTP or FUTP in PVC

Conduit sheath type low smoke zero halogen (LSZH) with

transmission properties amp electrical properties tested

minimum up to 500MHz amp verified by ETL amp comply with

ANSITIAEIA‐568‐C2 amp ISOIEC 11801 Recommended make

Commscope Schneider Molex Siemon

5 bull Patch Panel Supply installation testing and commissioning

of CAT6A PatchJack Panel of 24 Port fully loaded in Network

rack with port identification number with self‐adhesive clear

label holder Each portjack on the panel should be

individually removable on field from the panel and have

integrated rear cable management metallic shelf and have a

separate provision of grounding Recommended make

Commscope Schneider Molex Siemon

6 bull Patch Cords (1 meter) Supply installation testing and

commissioning of Patch Cords Cat 6A shielded 1 meter in

Network rack with 4 pair shielded copper wire factory pre

terminated with shielded RJ45 plugs Aluminumpolyester

Tender No SCLPS52019E0156401 50

shield screen material with low smoke Zero halogen sheath

comply to TIA‐568‐C2 Cat 6A in IOs of Network

RackRecommended make Commscope Schneider Molex

Siemon

7 bull Patch Cords (3 meter) Supply installation testing and

commissioning of Patch Cords Cat 6A shielded 3 meter in

Network rack with 4 pair shielded copper wire factory pre

terminated with shielded RJ45 plugs Aluminumpolyester

shield screen material with low smoke Zero halogen sheath

comply to TIA‐568‐C2 Cat 6A at field side Recommended

make Commscope Schneider Molex Siemon

8 bull Information outlet Supply and installation of Shielded Cat

6A information outlet UFTP or FUTP compliance to category

6A or better TIA568C2‐500MHz at field sideRecommended

make Commscope Schneider Molex Siemon

9 bull Face Plate (Dual) Supply and installation of single gang

square face plate (Dual) and SMB Box with a provision to

support variety of jacks‐ UTP STP etc at the field

sideRecommended make Commscope Schneider Molex

SiemonbullFace plate (single) Supply and installation of square

face plate ( single) with a provision to support variety of jacks‐

UTP STP etc at the field sideRecommended make

Commscope Schneider Molex Siemon

10 bull SMB Box Supply and installation of SMB Box for face plate

(DualSingle) as required Recommended make Commscope

Schneider Molex Siemon

11 bull Other Accessories amp61607Supply and Installation of

25mm electrical grade ISI mark PVC Conduit in

wallfloorslabsurface including wallfloor cutting and

making good the same as required Recommended make

Reputed ISI Markamp61607Supply and installation of OFC SM

Tender No SCLPS52019E0156401 51

OS2 Cable in existing 32mm HDPE pipe as

requiredamp61607Supply and Laying of 32mm HDPE pipe

direct in ground including excavation sand cushioning

protective covering and refilling the trench including standard

cable route marker etc as requiredamp61607Supply and

installation of SC simplex single‐mode LSZH pigtail 1m as

requiredamp61607Supply and installation of adaptor plate

with 3 SC duplex SM adaptors as requiredamp61607Splicing of

OFC as per Core as requiredamp61607Supply and installation

of accessories for making the Chamber Pit‐ 1Mtr Depth with

Lid for housing OFC as requiredamp61607Trenching of

HardSoft Soil as required

12 B Paging The scope includes supply installation testing and

commissioning of Supply and installation of IP 65 or better

explosion proofWP loud speaker anticorrosive powder

coated red (RAL‐3000) suitable for Zone I amp II Class II C

Hardware SS304 as per IS2148 and equivalent to model FLSR

25 of Baliga with necessary support gland as required and

installing the same on wallsurface with GI supports as

required and connecting the same with wire The Scope also

includes supply and installation of 2Cx15mm2 FRLS armored

and PVC sheath twisted pair wire their termination tagging

glanding earthing etc as required for speakers and other

accessories requires for smooth commissioning of the paging

system

Vendor Specificied Terms

Description Vendor Terms

Tender No SCLPS52019E0156401 52

1Delivery Term

Prices shall be quoted on F O R destination basis ie S C L S A S Nagar Mohali

Punjab exclusive of GST and taxes as may be applicable

2 GST

Purchaser is entitled to concessional GST of 5 as per Ministry of Finance

Department of Revenue Notification No 472017 Integrated Tax (Rate) both

dated 14th November 2017 respectively and would accordingly issue Exemption

Certificate in favour of the contractor quoting in Indian Rupees The bidder

should take note of the same while quoting the prices in Indian Rupees GST on

installation services shall be applicable 18

3 DELIVERY SCHEDULEPERIOD OF COMPLETION

The time allowed for supply installation testing and commissioning of the entire

works shall be 06 (Six) months to be reckoned form the 7th day of issue of

purchase order

4 IMPORTANT

This being a two part Tender Technical and Commercial parts separate the

bidder should not attach any document(s) containing pricing information with

technical part The Contractor will provide Un priced commercial offer in

envelope 1 (Technical Part) as an attachment

The tenders containing price information in Technical Part will be treated as

unsolicited offers and rejected Contractor to confirm that Price bid is not

attached in Envelope 1 ie Technical Part

Priced Commercial offer if any should be attached in Envelope 2 (Price Bid)

under Supporting Documents from Vendor (Commercial) as an attachment

5 The prices shall remain firm until completion of entire project including

extended period if any No cost escalation shall be applicable for the work

Tender No SCLPS52019E0156401 53

6 SECURITY DEPOSIT

a) On acceptance of the tender the Contractor shall submit security deposit for

ten percent (10 percent) of the value of the Contract within 15 days from the

date of purchase order If the Contractor fails toprovide the security within the

period specified such failure shall constitute a breach of the Contract and the

Purchaser shall be entitled to make other arrangements for the re purchase of

the stores contracted at the cost and risk of the Contractor

b) Security Deposit shall be submitted through Demand Draft Bankers Cheque

fixed deposit receipt or Bank Guarantee from any of the Scheduled Banks

executed on nonjudicial stamp paper of appropriate value and shall be valid for

a period of sixty (60) days beyond the date for completion of the Purchase

OrderContract

c) In case the contractor fails to furnish the security deposit within the specified

date or extended due date the Purchase OrderContract shall be cancelled and

in addition appropriate penal action may also be considered

d) After the Purchase OrderContract is successfully executed in all respects the

Bank Guarantee towards Security Deposit may be discharged and retained

amount shall be refunded to vendors

e) In the event of non execution of the Purchase orderContract or breach of any

terms and conditions of the Purchase Order the Security Deposit shall be

forfeited

7 Warranty

The Contractor shall provide for the tendered job comprehensive warranty for

parts as well as labour for a period of 12 months from the date of successful

installation commissioning and testing of the system at Purchasers site at no

extra charges against any manufacturing defectfaulty workmanship In case any

defect arises during warranty period the Contractor should replacerectify the

same at its own cost at siteworks

The LED light fittings and its driver unit etc shall have warranty for a period of 5

Tender No SCLPS52019E0156401 54

years from the date of installation and commissioning

8 Warranty Replacements

All replacement parts if any shall be supplied by the Contractor free of cost on F

O R Purchaser site at S A S Nagar Punjab basis

9 TERMS OF PAYMENT

The payment shall be remitted as under

90 of the value of the materials supplied shall be paid within 30 days of the

receipt of the materials at purchaser site and the balance 10 amount along

with 100 installation charges shall be payable on successful installation

commissioning and acceptance of the entire project at Purchasers site against a

Performance Bank Guarantee

10 PERFORMANCE BANK GUARANTEE (PBG)

The Contractor shall furnish a Bank Guarantee (as per format given by purchaser)

from any nationalized scheduled bank for an amount equivalent to 10 of the

value of the Contract and shall be valid for a period of 60 days beyond the expiry

date of warranty period On the performance and completion of the Contract in

all respects the Bank Guarantee will be returned to the Contractor without any

interest

11 VALIDITY

The tender must be valid for a minimum period of 120 days from the date of

opening of Technical bid and 90 days after opening of Price bid

The tender where the validity period is shorter than the period specified in the

tender enquiry shall be excluded from the procurement process

12 Quantity Variation

The quantities indicated against each items in the Bill of Quantities (BOQ) are

indicative and are for the purpose of bidding only Variation in quantities up to

Tender No SCLPS52019E0156401 55

+25 percent shall be carried out by the contractor on the agreedPurchase order

(PO) rates and terms amp conditions as in the purchase order (PO)

13 GUARANTEED TIME DELIVERY

The time for and the date of delivery stipulated in the Purchase Order shall be

deemed to be the essence of the Contract Delivery must be completed within

the date specified therein

14 Extra Items

In case of extra items (that are completely new and are in addition to the items

contained in the contract) the contractor may claim rates supported by proper

analysis and purchaser engineer in charge of the work shall after giving

consideration to the analysis of the rates submitted by the contractor determine

the rates on the basis of market rates and the contractor shall be paid in

accordance with the rates so determined The contractor(s) profit amp OH shall be

factored in the rate analysis 15

15 CONSIGNEE

Sr Purchase and Stores Officer (Stores)

Semi Conductor Laboratory

Sector 72 SAS Nagar (Mohali) Punjab

India 160 071

16 INSTALLATION AND COMMISSIONING

Installation commissioning and demonstration of performance of the tendered

stores as per Purchaser tendered specifications shall be carried out by the

Contractor at Purchaser site at S A S Nagar Punjab India

The Contractor shall provide in advance guidelines for preparation of the

installation site and list of items to be supplied by Purchaser during installation

Tender No SCLPS52019E0156401 56

On receipt of intimation from the Purchaser the Contractor shall depute its

engineer(s) to Purchaser site within two weeks to carry out installation and

commissioning and will demonstrate the functionality of the tendered

equipment to Purchaser specifications as per mutually agreed acceptance

procedure The Contractor shall be responsible for any lossdamages sustained

due to delay on the part of the Contractor to send its engineer for installation

and commissioning

Failure to commission the tendered equipment successfully shall entitle

Purchaser to full refund of the payment made and the interest thereon Decision

regarding successful installation and commissioning shall rest solely with the

Purchaser

17 REJECTION

In the event that any of the stores supplied by the Contractor is found defective

in material or workmanship or otherwise not in conformity with the

requirements of the Contract specifications the purchaser shall either reject the

stores or request the Contractor in writing to rectify the same The Contractor

on receipt of such notification shall either rectify or replace the defective stores

free of cost to the purchaser If the Contractor fails to do so the purchaser may

at his option either

a) replace or rectify such defective stores and recover the extra cost so involved

from the Contractor or

b) terminate the Contract for default as provided in this tender document

18 EXTENSION OF TIME

If the completion of supply of stores is delayed due to reason of force majeure

such as acts of god acts of public enemy acts of Government fires floods

epidemics quarantine restriction strikes freight embargoes etc the

Contractor shall give notice within 15 days to the purchaser in writing of his

claim for an extension of time The purchaser on receipt of such notice after

verification if necessary may agree to extend the Contract delivery date as may

Tender No SCLPS52019E0156401 57

be reasonable but without prejudice to other terms and conditions of the

Contract

19 DELAY IN COMPLETIONLIQUIDATED DAMAGES

If the Contractor fails to deliver the stores within the time specified in the

Contract or any extension thereof the purchaser shall recover from the

Contractor as liquidated damages a sum of one half of one percent (05 percent)

of the Contract price of the undelivered stores for each calendar week of delay

The total liquidated damages shall not exceed ten percent (10 percent) of the

Contract price of the unit or units so delayed Stores will be deemed to have

been delivered only when all their component parts are also delivered If certain

components are not delivered in time the stores will be considered as delayed

until such time as the missing parts are delivered Delivery of stores shall be

complete on Installation commissioning Testing and Acceptance

20 INSPECTION AND ACCEPTANCE TEST

The Purchasers representatives shall also be entitled at all reasonable times

during manufacture to inspect examine and test on the Contractors premises

the material and workmanship of all stores to be supplied under this Contract

and if part of the said stores is being manufactured on other premises the

Contractor shall obtain for the purchasers representative permission to inspect

examine and test as if the equipment were being manufactured on the

Contractors premises

Such inspection examination and testing shall not release the Contractor from

the obligations under this Contract

For tests on the premises of the Contractor or of any of his sub Contractors the

Contractor shall provide free of cost assistance labour material electricity fuel

and instruments as may be required or as may be reasonably needed by the

purchasers representative to carry out the tests efficiently

When the stores have passed the specified test the purchaser representative

shall furnish a certificate to the effect in writing to the Contractor The

Tender No SCLPS52019E0156401 58

Contractor shall provide copies of the tests certificates to the purchaser as may

be required

21 Labour Law Contractor shall abide by all labour laws rules and regulations

which are prevailing and as enforced from time to time and SCL shall not be

responsible for any accident or mishap during the course of the contract to any

of engineer labour employee by the Contractor The contractor shall also ensure

that the statutory obligations with regards to the employment of labour under

law are complied properly and timely

22 ARBITRATION

In the event of any disputes differences or claims arising out of or relating to

the interpretation and application of the Contract such disputes or differences

or claims shall be settled amicably by mutual consultations of the good Offices

of the respective Parties and recognizing their mutual interests attempt to reach

a solution satisfactory to both the parties If such a resolution is not possible

within 30 days from the date of receipt of written notice of the existence of such

disputes then the unresolved disputes or differences or claims shall be

referred to the Sole Arbitrator appointed by the Parties by mutual consent in

accordance with the rules and procedures of Arbitration and Conciliation Act

1996 as amended from time to time The arbitration shall be conducted in New

Delhi in the Arbitration and Conciliation Centre New Delhi (Domestic and

International) as per its rules and regulations The expenses for the Arbitration

shall be shared equally or as may be determined by the Arbitrator The

considered and written decision of the Arbitrator shall be final and binding

between the Parties The applicable language for Arbitration shall be English

only Work under the Contract shall be continued by the CONTRACTOR during

the pendency of arbitration proceedings without prejudice to a final adjustment

in accordance with the decision of the Arbitrator unless otherwise directed in

writing by the DEPARTMENT or unless the matter is such that the works cannot

be possibly continued until the decision (whether final or interim) of the

Arbitrator is obtained

23 APPLICABLE LAWS The contract shall be interpreted construed and

Tender No SCLPS52019E0156401 59

governed by laws of IndiaThe contract shall be subject to exclusive Jurisdiction

of the Court of SAS Nagar (Mohali) Punjab India irrespective of anything

mentioned in any correspondences or otherwise

24 Any Other Term

Tender No SCLPS52019E0156401 60

Supporting Documents from Vendor

Attachment ‐ I

Attachment ‐ II

Price Bid Form

Item Description Slab Range Qty UOM Currency Unit Price Total Price

Supply of MCC Panels cables

cable trays lightings etc for

electrical distribution system

including fire detection

system LAN Paging etc for

the Chemical Store building as

per detailed specifications

technical write‐updrawings

attached

‐ 1 Lot ‐ ‐ ‐

Installation Testing and

Commissioning of MCC

Panels cables cable trays

lightings etc for electrical

distribution system including

fire detection system LAN

Paging etc for the Chemical

Store building as per detailed

specifications technical write‐

updrawings attached

‐ 1 Lot ‐ ‐ ‐

Tender No SCLPS52019E0156401 61

Break‐up of other taxes and other costs should be specified in respective narration columns

Sum of these Break‐up values should be specified in respective value columns

Supporting Documents from Vendor (Commercial)

Document attachment with price bid

Attachment ‐ I

Attachment ‐ II

  • pdf_document_tndr_notc_electrical_distribution_system_051119
  • pdf_document_tndr_doc_electrical_distribution_system_051119
Page 8: -72, -160071 चंडीगढ़ के समीप पंजाब भारत...स म -क डक टर ल ब र टर /Semi-Conductor Laboratory अ त रक ष वभ

Tender No SCLPS52019E0156401 7

purchaser for liquidated damages for delay as set out in this tender document until the stores are

accepted

DOS PM‐ 20

INSTRUCTIONS TO TENDERERS AND TERMS CONDITIONS OF TENDER

1 Bid Open Authorization shall be submitted on line only complying specified schedule

2 Late tenders and delayed tenders will not be considered

3 GST andor other dutieslevies legally leviable and intended to be claimed should be distinctly shown

separately in the tender

4 (a) Your quotation should be valid for 90 days (single part tender) and 120 days (two part tender)

from the date of opening of the tender

(b)Prices are required to be quoted according to the units indicated in the annexed tender form

When quotations are given in terms of units other than those specified in the tender form relationship

between the two sets of units must be furnished

5 Preference will be given to those tenders offering supplies from ready stocks and on the basis of FOR

destinationdelivery at site

6 (a) All available technical literature catalogues and other data in support of the specifications and

details of the items should be furnished along with the offer

(b) Samples if called for should be submitted free of all charges by the tenderer and the Purchaser

shall not be responsible for any loss or damage thereof due to any reason whatsoever In the event of

non acceptance of tender the tenderer will have to remove the samples at his own expense

(c) Approximate net and gross weight of the items offered shall be indicated in your offer If

dimensional details are available the same should also be indicated in your offer

(d) Specifications Stores offered should strictly confirm to our specifications Deviations if any should

be clearly indicated by the tenderer in his quotation The tenderer should also indicate the MakeType

number of the stores offered and provide catalogues technical literature and samples wherever

necessary along with the quotations Test Certificates wherever necessary should be forwarded along

with supplies Wherever options have been called for in our specifications the tenderer should address

all such options Wherever specifically mentioned by us the tenderer could suggest changes to

specifications with appropriate response for the same

Tender No SCLPS52019E0156401 8

7 The purchaser shall be under no obligation to accept the lowest or any tender and reserves the right

of acceptance of the whole or any part of the tender or portions of the quantity offered and the

tenderers shall supply the same at the rates quoted

8 The tenderer should supply along with his tender the name of his bankers as well as the latest

Income Tax clearance certificate duly countersigned by the Income Tax Officer of the Circle concerned

under the seal of his office if required by the Purchaser

9 The Purchaser reserves the right to place order on the successful tenderer for additional quantity up

to 25 of the quantity offered by them at the rates quoted

10 The authority of the person signing the tender if called for should be produced

TERMS CONDITIONS OF TENDER

1 DEFINITIONS

(a) The term PURCHASER shall mean the President of India or his successors or assigns

(b) The term CONTRACTOR shall mean the person firm or company with whom or with which the

order for the supply of stores is placed and shall be deemed to include the Contractors successors

representative heirs executors and administrators unless excluded by the Contract

(c) The term STORES shall mean what the Contractor agrees to supply under the Contract as specified

in the Purchase Order including erection of plants machinery and subsequent testing should such a

condition is included in the Purchase Order

(d) The term PURCHASE ORDER shall mean the communication signed on behalf of the Purchaser by an

Officer duly authorised intimating the acceptance on behalf of the Purchaser on the terms and

conditions mentioned or referred to in the said communication accepting the tender or offer of the

Contractor for supply of stores or plant machinery or equipment or part thereof

2 PRICESTender offering firm prices will be preferred Where a price variation clause is insisted upon by

a tenderer quotation with a reasonable ceiling should be submitted Such offers should invariably be

supported by the base price taken into account at the time of tendering and also the formula for any

such variations

3 SECURITY DEPOSITOn acceptance of the tender the Contractor shall at the option of the Purchaser

and within the period specified by him deposit with him in cash or in any other form as the Purchaser

may determine security deposit not exceeding ten percent of the value of the Contract as the Purchaser

shall specify If the Contractor is called upon by the Purchaser to deposit AtildelsaquoAringldquoSecurity and the

Contractor fails to provide the security within the period specified such failure shall constitute a breach

of the Contract and the Purchaser shall be entitled to make other arrangements for the re purchase of

Tender No SCLPS52019E0156401 9

the stores contracted at the risk of the Contractor in terms of Sub Clause (ii) and (iii) of clause 10(b)

hereof andor to recover from the Contractor damages arising from such cancellation

4 GUARANTEE REPLACEMENT

(a) The Contractor shall guarantee that the stores supplied shall comply fully with thespecifications laid

down for material workmanship and performance

(b) For a period of twelve months after the acceptance of the stores if any defects arediscovered

therein or any defects therein found to have developed under proper use arising from faulty stores

design or workmanship the Contractor shall remedy such defects at his own cost provided he is called

upon to do so within a period of 14 months from the date of acceptance thereof by the purchaser who

shall state in writing in what respect the stores or any part thereof are faulty

(c) If in the opinion of the purchaser it becomes necessary to replace or renew any efective stores

such replacement or renewal shall be made by the Contractor free of all costs to the purchaser

provided the notice informing the Contractor of the defect is given by the purchaser in this regard within

the said period of 14 months from the date of acceptance thereof

(d) Should the Contractor fail to rectify the defects the purchaser shall have the right to reject or

repair or replace at the cost of the Contractor the whole or any portion of the defective stores

(e) The decision of the purchaser notwithstanding any prior approval or acceptance or inspection

thereof on behalf of the purchaser as to whether or not the stores supplied by the Contractor are

defective or any defect has developed within the said period of 12 months or as to whether the nature

of the defects requires renewal or replacement shall be final conclusive and binding on the Contractor

(f) To fulfil guarantee conditions outlined in clause 4 (a) to (e) above the Contractor shall at the

option of the purchaser furnish a Bank Guarantee (as prescribed by the purchaser) from a Bank

approved by the purchaser for an amount equivalent to 10 of the value of the Contract along with first

shipment documents On the performance and completion of the Contract in all respects the Bank

Guarantee will be returned to the Contractor without any interest

(g) All the replacement stores shall also be guaranteed for a period of 12 months from the date of

arrival of the stores at purchasers site

(h) Even while the 12 months guarantee applies to all stores in case where a greater period is called

for by our specifications then such a specification shall apply in such cases the period of 14 months

referred to in para 4 (b) (c) shall be the asked for guarantee period plus two months

5 PACKING FORWARDING INSURANCEThe Contractor will be held responsible for the stores being

sufficiently and properly packed for transport by rail road sea or air to withstand transit hazards and

ensure safe arrival at the destination The packing and marking of packages shall be done by and at the

expense of the Contractor The purchaser will not pay separately for transit insurance all risks in transit

Tender No SCLPS52019E0156401 10

being exclusively of the Contractor and the Purchaser shall pay only for such stores as are actually

received in good condition in accordance with the Contract

6 DESPATCHThe Contractor is responsible for obtaining a clear receipt from the Transport Authorities

specifying the goods dispatched The consignment should be dispatched with clear Railway

ReceiptLorry Receipt If sent in any other mode it shall be at the risk of the Contractor Purchaser will

take no responsibility for short deliveries or wrong supply of goods when the same are booked on said

to contain basis Purchaser shall pay for only such stores as are actually received by them in accordance

with the Contract

7 TEST CERTIFICATEWherever required test certificates should be sent along with the dispatch

documents

8 ACCEPTANCE OF STORES

(a) The stores shall be tendered by the Contractor for inspection at such places as may be specified by

the purchaser at the Contractors own risk expense and cost

(b) It is expressly agreed that the acceptance of the stores Contracted for is subject to final approval

by the purchaser whose decision shall be final

(c) If in the opinion of the purchaser all or any of the stores do not meet the performance or quality

requirements specified in the Purchase Order they may be either rejected or accepted at a price to be

fixed by the purchaser and his decision as to rejection and the prices to be fixed shall be final and

binding on the Contractor

(d) If the whole or any part of the stores supplied are rejected in accordance with Clause No 8 (c)

above the purchaser shall be at liberty with or without notice to the Contractor to purchase in the

open market at the expense of the Contractor stores meeting the necessary performance and quality

Contracted for in place of those rejected provided that either the purchase or the agreement to

purchase from another supplier is made within six months from the date of rejection of the stores as

aforesaid

9 REJECTED STORESRejected stores will remain at destination at the Contractors risk and responsibility

If instructions for their disposal are not received from the Contractor within a period of 14 days from the

date of receipt of the advice of rejection the purchaser or his representative has at his discretion the

right to scrap or sell or consign the rejected stores to Contractors address at the Contractors entire risk

and expense freight being payable by the Contractor at actuals

10 DELIVERY

(a) The time for and the date of delivery of the stores stipulated in the Purchase Order shall be deemed

to be the essence of the Contract and delivery must be completed on or before the specified dates

Tender No SCLPS52019E0156401 11

(b) Should the Contractor fail to deliver the stores or any consignment thereof within the period

prescribed for such delivery the purchaser shall be entitled at his option either

(i) to recover from the Contractor as agreed liquidated damages and not by way of penalty a sum of

05 per week of the price of any stores which the Contractor has failed to deliver as aforesaid or during

which the delivery of such store may be in arrears subject to a minimum of 10 or

(ii) to purchase from elsewhere without notice to the Contractor on the account and at the risk of the

Contractor the stores not delivered or others of a similar description (where others exactly complying

with the particulars are not in the opinion of the purchaser readily procurable such opinion being

final) without cancelling the Contract in respect of the consignment (s) not yet due for delivery or

(iii) to cancel the Contract or a portion thereof and if so desired to purchase or authorise the purchase of

stores not so delivered or others of a similar description (where others exactly if complying with the

particulars are not in the opinion of the purchaser readily procurable such opinion final) at the risk and

cost of the Contractor In the event of action being taken under sub clause (ii) (iii) of clause 10 (b) above

the Contractor shall be liable for any loss which the purchaser may sustain on that account provided

that the re purchase or if there is an agreement to repurchase then such agreement is made within six

months from the date of such failure But the Contractor shall not be entitled to any gain on such re

purchase made against default The manner and method of such re purchase shall be at the discretion of

the purchaser whose decision shall be final It shall not be necessary for the purchaser to serve a notice

of such re purchase on the defaulting Contractor This right shall be without prejudice to the right of the

purchaser to recover damages for breach of Contract by the Contractor

11EXTENSION OF TIMEAs soon as it is apparent that the Contract dates cannot be adhered to an

application shall be sent by the Contractor to the purchaser If failure on the part of the Contractor to

deliver the stores in proper time shall have arisen from any cause which the purchaser may admit as

reasonable ground for an extension of the time (and his decision shall be final) he may allow such

additional time as he considers it to be justified by circumstances of the case without prejudice to the

purchasers right to recover liquidated damages under clause 10 thereof

12 ERECTION OF PLANT MACHINERYWherever erection of a plant or machinery is the responsibility of

the Contractor as per the terms of the Contract and in case the Contractor fails to carry out the erection

as and when called upon to do so within the period specified by the purchaser the purchaser shall have

the right to get the erection done through any source of his choice In such an event the Contractor

shall be liable to bear any additional expenditure that the purchaser is liable to incur towards erection

The Contractor shall however not be entitled to any gain due to such an action by the purchaser

13 PAYMENT Contractors bill will be passed for payment only after the stores have been received

inspected and accepted by the Purchaser

14 MODE OF PAYMENT Normally payment will be made for the accepted stores within 30 days from

the date of receipt of the materials

Tender No SCLPS52019E0156401 12

15 RECOVERY OF SUM DUE Whenever any claim for the payment of whether liquidated or not money

arising out of or under this Contract against the Contractor the purchaser shall be entitled to recover

such sum by appropriating in part or whole the security deposited by the Contractor if a security is

taken against the Contract In the event of the security being insufficient or if no security has been taken

from the Contractor then the balance or the total sum recoverable as the case may be shall be

deducted from any sum then due or which at any time thereafter may become due to the Contractor

under this or any other Contract with the purchaser Should this sum be not sufficient to cover the full

amount recoverable the Contractor shall pay to the purchaser on demand the remaining balance due

Similarly if the purchaser has or makes any claim whether liquidated or not against the Contractor

under any other Contract with the purchaser the payment of all moneys payable under the Contract to

the Contractor including the security deposit shall be withheld till such claims of the purchaser are

finally adjudicated upon and paid by the Contractor

16 INDEMNITY The Contractor shall warrant and be deemed to have warranted that all stores supplied

against this Contract are free and clean of infringement of any Patent Copyright or Trademark and shall

at all times indemnify the purchaser against all claims which may be made in respect of the stores for

infringement of any right protected by Patent Registration of design or Trade mark and shall take all risk

of accidents or damage which may cause a failure of the supply from whatever cause arising and the

entire responsibility for sufficiency of all means used by him for the fulfilment of the contact

17 ARBITRATION In the event of any disputes differences or claims arising out of or relating to the

interpretation and application of the Contract such disputes or differences or claims shall be settled

amicably by mutual consultations of the good Offices of the respective Parties and recognizing their

mutual interests attempt to reach a solution satisfactory to both the parties If such a resolution is not

possible within 30 days from the date of receipt of written notice of the existence of such disputes

then the unresolved disputes or differences or claims shall be referred to the Sole Arbitrator

appointed by the Parties by mutual consent in accordance with the rules and procedures of Arbitration

and Conciliation Act 1996 as amended from time to time The arbitration shall be conducted in New

Delhi in the Arbitration and Conciliation Centre New Delhi (Domestic and International) as per its rules

and regulations The expenses for the Arbitration shall be shared equally or as may be determined by

the Arbitrator The considered and written decision of the Arbitrator shall be final and binding between

the Parties The applicable language for Arbitration shall be English only

Work under the Contract shall be continued by the CONTRACTOR during the pendency of arbitration

proceedings without prejudice to a final adjustment in accordance with the decision of the Arbitrator

unless otherwise directed in writing by the Purchaser or unless the matter is such that the works cannot

be possibly continued until the decision (whether final or interim) of the Arbitrator is obtained

18 COUNTER TERMS AND CONDITION OF SUPPLIERS Where counter terms and conditions printed or

cyclostyled conditions have been offered by the supplier the same shall not be deemed to have been

accepted by the Purchaser unless specific written acceptance thereof is obtained

Tender No SCLPS52019E0156401 13

19 SECURITY FOR PURCHASE OF MATERIALS Successful tenderer will have to furnish in the form of a

bank guarantee or any other form as called for by the purchaser towards adequate security for the

materials and properties provided by the Purchaser for the due execution of the Contract

20 In eprocurement system submission of bid is a two step process After submission of their bids

bidders have to wait for bid sealing by Purchaser Subsequently bidders have to complete open

authorization in the eprocurement system to enable the Purchaser to open the bid If open

authorization is not completed by the bidder then Purchaser will not be able to open the bid and the

bid becomes invalid

In case bidder encounters any technical snag pertaining to eprocurement system while acting on the

tender computer screen shot of the error message with date time stamp on the web browser along

with the query shall be e mailed by the bidder to the help desk for resolution of the problem at least 2

working days before the due date and time of bid submission The contact detail of the help desk is

available on the home page of the eprocurement website

Purchaser will make all efforts to resolve technical queries reported by the bidders but will not be bound

to do so if the problems are reported beyond the time mentioned above Purchaser will not be

responsible for non submission of bids for such cases

The time taken to ascertain evaluate and suggest a solution for the problem reported by bidder may

vary from case to case Hence bidders are advised to submit the bid well in advance before closing date

and time to avoid last minute issues

DOS PM‐ 22

Instruction to Tenderer

1 Bid Open Authorization shall be submitted online only complying specified schedule and complete in

all respects with technical specifications including pamphlets and catalogues

2 A Proforma Invoice may also be given which should contain the following information

a) The FOBFCA value the C and F value for import by Sea freight Air freight up to and for air parcel

post up to should be separately indicated

b) Agency Commission The amount of commission included in the price and payable to the Indian Agent

of the Contractor shall be paid directly to the Indian Agent by the Purchaser in equivalent Indian Rupees

on the basis of an Invoice from him applying TT buying rate of exchange ruling on the date of

placement of the Purchase Order and which shall not be subject to any further exchange variations This

payment will be released to the Indian Agent immediately after Customs clearance of the goods in India

Tender No SCLPS52019E0156401 14

c) The Contractor shall invoice only for the net amount payable to deducting the amount of Agency

Commission included in the invoice which will be paid to the Indian Agent directly by the Purchaser

However the Contractors invoice should separately reflect the amount of commission payable to his

Indian Agent

d) The earliest delivery period and country of origin of the Stores

e) Bankers name address telephonefax Nos and eMail ID of the Contractor

f) The approximate net and gross weight and dimensions of packages cases

g) Recommended spares for satisfactory operation for a minimum period of one year

h) Details of any technical service if required for erection assembly commissioning and demonstration

3 The FOBFCA and C and F prices quoted should be inclusive of all taxes levies duties arising in the

tenderers country

4 The offer should be valid for a minimum period of 90 days (single part tender) and 120 days (Two part

tender) from the due date of opening of the tender

5 Samples if called for should be sent free of all charges

6 Late and delayed tenders will not be considered Quotations by cable must be followed by detailed

offers

7 Offers made by Indian Agents on behalf of their Principals should besupported by the proforma

invoice of their Principals

8 The details of Import Licence will be furnished in the Purchase Order

9 The authority of person signing the tender if called for shall be produced

10 Instructions Operation Manual containing all assembly details including wiring diagrams should be

sent wherever necessary in duplicate All documents correspondence should be in English language

only

11 The Purchaser reserves the right to accept or reject the lowest or any offer in whole or part without

assigning any reason

12 It is expressly agreed that the acceptance of the Stores Contracted for is subject to final approval in

writing by the Purchaser

13 a) Part shipment is not allowed unless specifically agreed to by us

b) As far as possible stores should be despatched by Indian Flag Vessels Air India through any Agency

nominated by us

Tender No SCLPS52019E0156401 15

14 Inspection Test Certificate should be provided for the goods after testing it thoroughly at the

Contractors works If any Inspection by Lloyds or any other testing agency is considered necessary it

shall be arranged by Contractors

15 Where erection or assembly or commissioning is a part of the Contract it should be done

immediately on notification The Contractor shall beresponsible for any lossdamage sustained due to

delay in fulfilling this responsibility

16 For items having shelf life those with maximum shelf life should be supplied if order is placed

TERMS AND CONDITIONS

1 DEFINITIONS

(a) The term Purchaser shall mean the President of India or his successors or assignees

(b) The term Contractor shall mean the person firm or company with whom or with which the order for

the supply of stores is placed and shall be deemed to include the Contractors Successors

representatives heirs executors and administrators unless excluded by the Contract

(c) The term Purchase Order shall mean the communication signed on behalf of the Purchaser by an

officer duly authorised intimating the acceptance on behalf of the Purchaser on the terms and

conditions mentioned or referred to in the said communication accepting the Tender or offer of the

Contractor for supply of stores of plant machinery or equipment of part thereof

(d) The term Stores shall mean what the Contractor agrees to supplyunder the Contract as specified in

the Purchase Order

2 PRICES

Tenders offering firm prices will be preferred Where a price variation clause is insisted upon by a

tenderer quotations with a reasonable ceiling should be submitted Such offers should invariably be

supported by the base price taken into account at the time of tendering and also the formula for any

such variations

3 TERMS OF PAYMENT

31 Being a Department of the Government of India the normal terms of payment are by Sight Draft

However other terms of payment like establishment of Letter of Credit may be considered by the

Purchaser on such terms and conditions as may be agreed upon

32 The Sight Draft Letter of Credit will be operative on presentation of the under mentioned

documents

a) Original Bill of Lading Airway Bill

Tender No SCLPS52019E0156401 16

b) Commercially certified invoices describing the stores delivered quantity unit rate and their total

value in triplicate The invoice should indicate the discounts if any and Agency Commission separately

c) Packing List showing individual dimensions and weight of packages

d) Country of Origin Certificate in duplicate

e) Test Certificate

f) Declaration by the Seller that the contents in each case are not less than those entered in the invoices

and the quality of the Stores are guaranteed as per the specifications asked for by the Purchaser

g) Warrantee and guarantee Certificates vide Clause 20 herein below

4 IMPORTANT LICENCE

Reference to Import License No and date and Contract number and date shall be prominently indicated

in all the documents

5 DEMURRAGE

Supplier shall bear demurrage charges if any incurred by the purchaser due to delayed presentation of

shipping documents as prescribed in the bankers within a reasonable time (say within 10 to 12 days)

from the date of bill of lading for sea consignments and within 3 to 4 days from the date of Air Way Bill

for air consignments

6 ADDRESS OF INDIAN AGENTS

7 GUARANTEED TIME DELIVERY

The time for and the date of delivery stipulated in the Purchase Order shall be deemed to be the

essence of the Contract Delivery must be completed within the date specified therein

8 INSPECTION AND ACCEPTANCE TEST

81 The Purchaser representatives shall also be entitled at all reasonabletimes during manufacture to

inspect examine and test on the Contractors premises the material and workmanship of all stores to be

supplied under this Contract and if part of the said stores is being manufactured on other premises the

Contractor shall obtain for the purchasers representative permission to inspect examine and test as if

the equipment were being manufactured on the Contractors premises Such inspection examination

and testing shall not release the Contractor from the obligations under this Contract

82 For tests on the premises of the Contractor or of any of his subContractors the Contractor shall

provide free of cost assistance labourmaterial electricity fuel and instruments as may be required or

as may be reasonably needed by the purchasers representative to carry out the tests efficiently

Tender No SCLPS52019E0156401 17

83 When the stores have passed the specified test the purchasers representative shall furnish a

certificate to the effect in writing to the Contractor The Contractor shall provide copies of the tests

certificates to the purchaser as may be required

9 MODE OF DESPATCH

Generally stores should be despatched through Indian Flagged Vessel Air India or through any other

Agency nominated by the purchaser A copy of the invoice and packing list should invariably be kept

inside each of the packages

10 PORT OF ENTRY

New Delhi Mumbai

11 CONSIGNEE

Purchase and Stores Officer Stores

12 SHIPPING MARKS

The mark on the shipping documents such as invoice bill of lading and on the packages should be as

follow

PURCHASE ORDER NO

DATED

GOVERNMENT OF INDIA

DEPARTMENT OF SPACE

(name of the CentreUnit)

Destination

Port of Entry

13 INSURANCE OF THE STORES

The necessity or otherwise of insurance will be as indicated in the Purchase Order

14 CONTRACTORS DEFAULT LIABILITY

141 The purchaser may upon written notice of default to the Contractorterminate the Contract in

whole or in part in circumstances detailedhereunder

Tender No SCLPS52019E0156401 18

a) If in the judgement of the Purchaser the Contractor fails to makedelivery of Stores within the time

specified in the Contract agreement or within the period for which extension has been granted by the

Purchaser to the Contractor

b) If in the judgment of the Purchaser the Contractor fails to comply with any of the other provisions of

this Contract

15 In the event the Purchaser terminates the Contract in whole or in part as provided in Clause 14 the

Purchaser reserves the right to Purchase upon such terms and in such a manner as he may deem

appropriate stores similar to that terminated and the Contractor shall be liable to the Purchaser for any

additional costs for such similar stores andor for liquidated damages for delay as defined in Clause 19

until such reasonable time as may be required for the final supply of stores

151If this Contract is terminated as provided in Clause 14 the Purchaser in addition to any other rights

provided in this Article may require the Contractor to transfer title and deliver to the Purchaser under

any of the following clauses in the manner and as directed by the Purchaser

a) Any completed stores

b)Such partially completed stores drawing information and Contract rights (hereinafter called

manufacturing material) as the Contractor has specifically produced or acquired for the performance of

the Contract as terminated The Purchaser shall pay to the Contractor the Contract price for completed

stores delivered to and accepted by the purchaser and for manufacturing material delivered and

accepted

152 In the event the Purchaser does not terminate the Contract as provided in Clause 14 the

Contractor shall continue the performance of the Contract in which case he shall be liable to the

purchaser for liquidated damages for delay as set out in Clause for DELAY IN COMPLETION

LIQUIDATED DAMAGES until the stores are accepted

16 REPLACEMENT

If the stores or any portion thereof is damaged or lost during transit thePurchaser shall give notice to

the Contractor setting forth particulars of such stores damaged or lost during transit The replacement

of such stores shall be effected by the Contractor within a reasonable time to avoid unnecessary delay in

the intended usage of the Stores In case the purchaser agrees the price towards replacement items

shall be paid by the purchaser on the basis of original price quoted in the tender or as reasonably

worked out from the tender

17 REJECTION

In the event that any of the stores supplied by the Contractor is found defective in material or

workmanship or otherwise not in conformity with the requirements of the Contract specifications the

purchaser shall either reject the stores or request the Contractor in writing to rectify the same The

Tender No SCLPS52019E0156401 19

Contractor on receipt of such notification shall either rectify or replace the defective stores free of cost

to the purchaser If the Contractor fails to do so the purchaser may at his option either

a) replace or rectify such defective stores and recover the extra cost so involved from the Contractor or

b) terminate the Contract for default as provided under clause 14 above or

c) acquire the defective stores at a reduced price considered equitable under the circumstances The

provision of this article shall not prejudice the Purchasers rights under clause 19

18 EXTENSION OF TIME

If the completion of supply of stores is delayed due to reason of force majeure such as acts of god acts

of public enemy acts of Government fires floods epidemics quarantine restriction strikes freight

embargoes etc the Contractor shall give notice within 15 days to the purchaser in writing of his claim

for an extension of time The purchaser on receipt of such notice after verification if necessary may

agree to extend the Contract delivery date as may be reasonable but without prejudice to other terms

and conditions of the Contract

19 DELAY IN COMPLETION LIQUIDATED DAMAGES

If the Contractor fails to deliver the stores within the time specified in theContract or any extension

thereof the purchaser shall recover from theContractor as liquidated damages a sum of onehalf of one

percent (05percent) of the Contract price of the undelivered stores for each calendar week of delay

The total liquidated damages shall not exceed ten percent (10 percent) of the Contract price of the unit

or units so delayed Stores will be deemed to have been delivered only when all their component parts

are also delivered If certain components are not delivered in time the stores will be considered as

delayed until such time as the missing parts are delivered

20 GUARANTEE and REPLACEMENT

a) The Contractor shall guarantee that the stores supplied shall comply fully with the specifications laid

down for material workmanship and performance

b) For a period of twelve months after the acceptance of the stores if any defects are discovered

therein or any defects therein are found to have developed under proper use arising from faulty

materials design or workmanship the Contractor shall remedy such defects at his own cost provided he

is called upon to do so within a period of 14 months from the date of acceptance thereof by the

Purchaser who shall state in writing in what respect the stores or any parts thereof are faulty

c) If in the opinion of the purchaser it becomes necessary to replace or renew any defective stores such

replacements or renewals shall be made by the Contractor free of all costs to the purchaser provided

the notice informing the Contractor of the defect is given by the purchaser in this regard within the said

period of 14 months from the date of acceptance thereof

Tender No SCLPS52019E0156401 20

d) Should the Contractor fail to rectify the defects the purchaser shall have the right to reject or repair

or replace at the cost of the Contractor the whole or any portion of the defective stores

e) The decision of the Purchaser notwithstanding any prior approval or acceptance or inspection

thereof on behalf of the purchaser as to whether or not the stores supplied by the Contractor are

defective or any defects has developed within the said period of 12 months or as to whether the nature

of the defects requires renewal or replacement shall be final conclusive and binding on the Contractor

f) To fulfill guarantee conditions outlined in Clause 20 (a) to (e) above the Contractor shall at the option

of the purchaser furnish a Bank Guarantee (as prescribed by the purchaser Bank Guarantee format

enclosed) from a Bank approved by the purchaser for an amount equivalent to 10Percent of the value of

the Contract along with first shipment documents On the performance and completion of the Contract

in all respects the Bank Guarantee will be returned to the Contractor without any interest

g) All the replacement stores shall also be guaranteed for a period of 12 months from the date of arrival

of stores at purchasers site

h) Even while the 12 months guarantee applies to all stores in case where a greater period is called for

by our specifications then such a specification shall apply and in such cases the period of 14 months

referred to in Clause 20 (b) and (c) shall be asked for guarantee period plus two months

21 REQUIREMENT OF ADDITIONAL NUMBERS OF THE STORESSPARE PARTS ORDERED

The Contractor shall also undertake the supply of additional number of items covered by the order as

considered necessary by the purchaser at a later date the actual price to be paid shall be mutually

agreed to after negotiations

22 PACKING

a) The Contractor wherever applicable shall pack and crate all stores for sea air shipment as applicable

in a manner suitable for export to a tropical humid climate in accordance with internationally accepted

export practices and in such a manner so as to protect it from damage and deterioration in transit by

road rail or sea for space qualified stores The Contractors shallbe held responsible for all damages due

to improper packing

b) The Contractor shall ensure that each box unit of shipment is legible and properly marked for

correct identification The failure to comply with this requirement shall make the Contractor liable for

additional expenses involved

c) The Contractor shall notify the purchaser of the date of shipment from the port of embarkation as

well as the expected date of arrival of such shipment at the designated port of arrival

d) The Contractor shall give complete shipment information concerning the weight size content of each

packages etc

Tender No SCLPS52019E0156401 21

e) Transshipment of equipment shall not be permitted except with the written permission of the

purchaser

f) Apart from the despatch documents negotiated through Bank the following documents shall also be

airmailed to the purchaser within 7 days from the date of shipment by sea and within 3 days in case of

air consignments

a) Commercial Bill of Lading Air Way Bill Post parcel Receipt (Two nonnegotiable copies)

b) Invoice (3 copies)

c) Packing List (3 copies)

d) Test Certificate (3 copies)

e) Certificate of Origin

The Contractor shall also ensure that one copy of the packing list is enclosed in each case

23 ARBITRATION

In the event of any disputes differences or claims arising out of or relating to the interpretation and

application of the Contract such disputes or differences or claims shall be settled amicably by mutual

consultations of the good Offices of the respective Parties and recognizing their mutual interests

attempt to reach a solution satisfactory to both the parties If such a resolution is not possible within 30

days from the date of receipt of written notice of the existence of such disputes then the unresolved

disputes or differences or claims shall be referred to the Sole Arbitrator appointed by the Parties by

mutual consent in accordance with the rules and procedures of Arbitration and Conciliation Act 1996 as

amended from time to time The arbitration shall be conducted in New Delhi in the Arbitration and

Conciliation Centre New Delhi (Domestic and International) as per its rules and regulations The

expenses for the Arbitration shall be shared equally or as may be determined by the Arbitrator The

considered and written decision of the Arbitrator shall be final and binding between the Parties The

applicable language for Arbitration shall be English only

Work under the Contract shall be continued by the CONTRACTOR during the pendency of arbitration

proceedings without prejudice to a final adjustment in accordance with the decision of the Arbitrator

unless otherwise directed in writing by the Purchaser or unless the matter is such that the works cannot

be possibly continued until the decision (whether final or interim) of the Arbitrator is obtained

24 LANGUAGE AND MEASURES

All documents pertaining to the Contract including specification schedule notice correspondence

operating and maintenance instructions drawings or any other writings shall be written in English

language The metric system of measurement shall be used exclusively in the Contract

25 INDEMNITY

Tender No SCLPS52019E0156401 22

The Contractor shall warrant and be deemed to have warranted that all Stores supplied against this

Contract are free and clean of infringement of any patent copyright or trade mark and shall at all times

indemnify the purchaser against all claims which may be made in respect of stores for infringement of

any right protected by Patent Registration of design or Trade Mark and shall take all risk of accident or

damage which may cause a failure of the supply from whatever cause arising and the entire

responsibility for the sufficiency of all the means used by him for the fulfillment of the Contract

26 COUNTER TERMS AND CONDITIONS OF SUPPLIERS

Where counter terms and conditionsprinted or cyclostyled conditions have been offered by the

supplier the same shall not be deemed to have been accepted by the purchaser unless specific written

acceptance thereof is obtained

27 SECURITY INTEREST

On each item to be delivered under this Contract including an item of work in progress in respect of

which payments have been made in accordance with the terms of the Contract purchaser shall have a

security interest in such items which shall be deemed to be released only at the time when the

applicable deliverable item is finally accepted and delivered to the purchaser in accordance with the

terms of the Contract Such security interest of the purchaser shall constitute a prior charge as against

any other charge or interest created in respect of such items by any entity

28 BANK CHARGES

While the purchaser shall bear the bank charge payable to his Bankers (State Bank of India) the

Contractor shall bear the Bank charges payable to his Bankers including the cheques towards advising

amendment commissions

29 TRAINING

The Contractor shall if required by the purchaser provide facilities for the practical training of

Purchasers engineering technical personnel from India and for their active association on the

manufacturing processes throughout the manufacturing period of the Contract stores number of such

personnel to be mutually agreed upon

30 APPLICABLE LAW

The Contract shall be interpreted construed and governed by the laws of India

Tender No SCLPS52019E0156401 23

BidTemplates

GENERAL CONDITIONS

Item Specifications

Sl No Specifications Complianc

e (Yes No)

Offered Specifications Remarks

1 Intent of the ProjectaThe scope of Project includes Supply

Installation Testing and Commissioning of electrical

distribution system including illumination MCC Panels fire

detection system Local Area Network (LAN) Paging etc for

the Chemical Store Building at Semi‐Conductor Laboratory

(SCL) Sector‐ 72 SAS Nagar Mohali (Punjab) bScope

includes receiving unloading storage insurance in‐plant

transportation and all equipment amp accessories covered under

this specificationcTechnical SpecificationBrief overview of

Equipment amp services under this specification is described

hereiGeneral SpecificationiiSupply amp Installation of

Electrical MCCPCC Panels MCB DB exhaust fan light fixtures

etciiiSupply amp Installation of wire cables conduits Modules

SwitchSockets termination earthing etcivSupply amp

Installation of Fire detection system and its

accessoriesvSupply amp Installation of NetworksLAN

systemviSupply and installation of material for Earthing and

lightning protection system viiAny other electrical

requirement for execution of the work dDrawing amp notes All

drawing amp notes as listed in the annexure form a part of this

specification

Tender No SCLPS52019E0156401 24

2 General Information for Site Condition The Contractor may

visit the site of work at SCL to acquaint themselves of the

actual site conditions

3 Code amp Standards All electrical equipment and accessories to

be furnished installed and commissioned under scope of

these specifications shall be designed manufactured tested

and installed in accordance with relevant Indian Standard

Specifications (ISS) Indian electricity rules and any other

applicable regulations

4 Period of CompletionThe time allowed for supply installation

testing and commissioning of the entire work shall be six (6)

months to be reckoned from the 7th day of issue of Purchase

order by SCL

5 Drawing Data and ManualsFollowing drawings documents

shall be submitted by the selected contractor for approval of

SCL for execution of the workaFoundation drawing of all

floor mounted Electrical panelsbGeneral Layout (GA)

drawing with dimension of all electrical equipment and Single

line drawings (SLDs) of electrical PanelcMake type and

catalogue of Switchgears of Electrical MCC Panels Power DBs

Power Cables and related accessories along with technical

leaflets data sheets etc to be provided by the contractor

The contractor shall offer recommended makes mentioned in

this document dEquipment data sheets furnishing

guaranteed performance figure for each type of

equipmenteTest certificates test results for each type of

equipmentfCheck lists and tests to be conducted during

erection testing amp commissioning of the individual

equipmentOn successful completion of the entire work the

Contractor shall provide lsquoAs Builtrsquo drawings for all the Systems

executed under the Contract Three (03) sets of hard copies

and one (01) set in soft copy (CDDVD) in Auto‐CAD and PDF

Tender No SCLPS52019E0156401 25

format shall be provided to SCL for its record and reference

Contractor shall also provide instruction Operation

manual(s) and maintenance manuals for the all equipment

system installed under the project

6 Eligibility Criteria Only those bidders meeting the below

mentioned eligibility criteria are eligible to participate in the

tendera Should have satisfactorily executed at‐least two (2)

similar works of value not less than Rs 50 Lakh each

involving inter alia power distribution works consisting of

MCCsPCCs of rating not less than 400 A 415 V 35 kA ( fault

level) MCBDBs lighting systems cabling during the last 5

years To ascertain eligibility for the work the participating

bidders shall enclose copy (ies) of the detailed Purchase

Order(s) and their completion certificate(s) evidencing

satisfactory completion of similar works issued by the

respective clientsorganisations Completion certificate for

works issued by private parties shall be supported by TDSb

Should not have incurred any loss in more than two years

during the last five (5) financial years ending 31st March 2019

c The Contractor should possess valid license of Class lsquoArsquo

Category Electrical Contractor issued by the State Licensing

Authorityd The contractor shall carry out the work in co‐

ordination with the civil works undertaken by other contractor

engaged by SCL

7 DeviationaContractor to clearly mention deviation(s) if any

from the specification in the unpriced techno‐commercial bid

bUnless such deviations are recorded in the deviation sheets

and submitted with the bid it will be assumed that the offer is

made in conformity with the tendered specification in all

respectscThe deviations shall be evaluated by SCL and

acceptance of the same shall be at the sole discretion of SCL

Tender No SCLPS52019E0156401 26

8 Quantity variationThe quantities indicated against each item

in the Bill of Quantities (BOQ) are indicative and are for the

purpose of bidding only Variation in quantities upto + 25

shall be carried out by the contractor on the agreedPurchase

Order (PO) rates and terms amp conditions as in the Purchase

Order (PO) In case of contract items which exceed the said

limit of +25 the contractor may claim revision of rates

supported by proof analysis and if the rate claimed in excess

of the rate specified in the bill of quantities SCLrsquos engineerndashin‐

charge of the work shall after giving consideration to the

analysis of rates submitted by the contractor determine the

rates on the basis of market rates and the contractor shall be

paid in accordance with the rates so determined The

Contractorrsquos profit amp OH shall be factored in the rate

analysis15

9 Extra ItemsIn case of extra items (that are completely new

and are in addition to the items contained in the contract) the

contractor may claim rates supported by proper analysis and

SCLrsquos engineer‐in‐charge of the work shall after giving

consideration to the analysis of the rates submitted by the

contractor determine the rates on the basis of market rates

and the contractor shall be paid in accordance with the rates

so determined The Contractorrsquos profit amp OH shall be factored

in the rate analysis15

10 Construction Power SupplyElectricity if available in the

premises may be provided to the contractor by Department

(SCL) only at a single point free of cost subject to the following

conditions ‐a)The Contractor has to make his own

arrangement to tap Electricity from a 3 phasesingle phase

supply from the location decided by the SCLrsquos Engineer‐in‐

charge (E‐I‐C)

Tender No SCLPS52019E0156401 27

11 Storage space site office Contractor will be provided a

lockable room within SCL premises for storage space subject

to availability Contractor will make at his own cost

temporary site office close to work site as per the location

decided by the E‐I‐C

12 Materialsystem submittalsMaterialssystems etc procured

by the selected Contractor for incorporation in the work will

be only of MakesManufacturers specified in the tender

document Submittals of the same shall be submitted by the

contractor for SCL review and approval

13 Other RequirementsbullErection testing amp commissioning of

items as per BOQbullSpecial tools amp tackles Party shall arrange

the ladderscaffoldingstair for working at height for cable

laying Fire detection system installation of light fixture

bullWork shall be executed as per the ISRO contractor safety

Manual Contractor to ensure that the manpower is equipped

with PPE for working at the site bullAll relevant drawing data

catalogues with instruction and trouble shoot manuals type

test certificates for the above accessoriesbullMaterials and

accessories which are necessary or used for satisfactory and

trouble free operation and maintenance of the above

equipmentrsquosmaterial shall also be furnished bullContractor

shall deploy skilled amp unskilled Labor qualified technical

Supervisor(s) erection tools amp tackles testing tools amp

equipment supplies consumables and hardware and

transport for timely and efficient execution of the

workbullContractor shall guarantee LED fixtures

(flameproofnon‐flameproof) for a period of 5 years from the

date of acceptance The contractorrsquos guarantee shall be

supported with a guarantee from the manufacturer(s) in this

regard

Tender No SCLPS52019E0156401 28

TECHNICAL SPECIFICATION‐1

Item Specifications ‐I

Sl No Specifications Compliance

(Yes No)

Offered Specifications Remarks

1 Internal Wiringa The electrical wiring installations and other

accessories shall comply with latest IS code 732 (part‐II) 1983

and National Electric Code‐1985b The word concealed means

it involves cutting of floor wall and making good after laying

the conduitMetal raceway as per the enclosed drawings by

the contractor as requiredc The contractor shall provide all

necessary components fixing materials accessories and

interconnections as per standard practice It is to be noted

that ceiling rose forms a part of the specifications hence not

indicated separately and shall be provided by the contractor

as requiredd Scope includes termination of wire ferruling

dressing cable tie etc as requirede The work shall be

executed as per the ISRO electrical specification available on

ISRO site wwwisrogovin in Schedule I to be read along with

the tender specification

2 LED LuminariesThe scope includes supply installation

testing commissioning of flame proofnon‐flameproof LED

lighting fixture at the ceiling level (about 55 meter height) in

the chemical store building outer periphery of the store

building electrical room AHU room at the first floor as per

drawings and discretion of E‐I‐C Architectural plan of the

building is attached Supply of required accessories such as

mounting brackets nuts bolts screws washers glands and

any other material required for installation of LED fixture as

per specifications mentioned in BOQ shall be part of the

specification Junction box as required for loop‐in and loop‐

Tender No SCLPS52019E0156401 29

out of the cable for flame proof light fixture will be in the

scope of the contractor LED light fittings will be suitable for

operation on 230V single phase AC supply The fitting shall

be supplied with all fixing material such as brackets nuts

bolts etc as required for installation of fittings Special

Conditions aLuminaire make (Brand) from among the

recommended make mentioned in the tender document shall

be clearly mentioned in Technical Bid along with complete

technical detailsbThe LED light fitting and its driver unit etc

shall have warranty for a period of 5 years from the date of

installation and commissioningcThe flame proof fixture shall

be provided along with the Petroleum and Explosives Safety

Organization (PESO) certification

3 Detailed Specification for LED Fixture a Flame Proof LED

Fixtures Supply and installation of flameexplosion proof high

efficiency 1 Phase 230 V 60W LED light fitting as per IS 2206

with luminous efficiency 100Lmwatt or better CRI gt 08 amp

THDlt10 IP‐66 as per ISIEC 605292001 made of Die cast

aluminium alloy Heat resistant amp tough clear dome glass

having enclosure as per Ex‐d GAS Gr IIA IIB IIC AS PER ISIEC

60079‐12007 amp ISIEC 60079‐02004 Area of classification

ZONE‐1 2 21 amp 22 and temperature class T‐6 or better as per

ISIEC 60079 complete with loop‐in loop‐out provision

Mounting bracket for mounting on the ceiling Double

compression cable gland shall be provided and install by the

contractor along with the light fitting Recommended Make of

fixture Baliga Stahl Sudhir SwitchgearRecommended make

of LED NICHIA CREE PHILIPS LUMILED OSRAMb General

LED fixtures Supply amp fixing of wallceiling mounted batten

type 20W LED tube light (Four feet) luminaire with efficient

driver (efficiency shall be more than 90) amp with minimum

lumens output of 2000 lumens per lamp comprising of nano

diffuser technology complete with efficient amp constant

Tender No SCLPS52019E0156401 30

current output driver suitable for operation on 230V single

phase 50Hz AC supply efficient heat sink effective thermal

management and with colour temperature shall be gt 6000K

The LED with suitable control gear and power factor gt09 LM

79 certification for luminaireLM80 certificate for LED shall be

submitted and with other standard accessories prewired

including necessary interconnections complete in all respects

and as directed by EIC (Similar to Philips Astra or equivalent)

Recommended make of fixture Philips GE Trilux

LTRecommended make of LED NICHIA CREE PHILIPS

LUMILED OSRAM

4 c Street Light Fixture Supply and installation of 72W75W

LED Street Light fixture with High‐brightness White LEDs

sources with high transmittance flat toughed glass cover and

peanut LENS on each LEDs System luminous efficacy 100

LmsWatt 5600K colour temperature amp 70 CRI value for

ensuring good quality light output Life of at‐least 50000

hours at 70 lumen maintenance ampLED driver efficiency gt

85 Power factor greater than 095 THDlt10 amp min 3KV

surge protection with operating voltage range from 120‐270V

for ensuring lifelong high performance of luminaire the

fixture shall be made of LM‐6 Pressure die‐cast aluminium

with engraved company name amp have IK05 amp IP66 Class

protection with NABL Accredited LM‐79 amp LM‐80 Report

Mounting pole mounted upto a height of 8 meter and pole

bracket diameter of 48‐60 mm (adjustable) Recommended

make of fixture Trilux Philips GE LTRecommended make of

LED NICHIA CREE PHILIPS LUMILED OSRAM

5 Street Light Pole Providing and installation of hot dipped

galvanized swaged tubular 9‐meter‐long with planting depth

15 metersiexclbrvbar street light poles The effective length of each

section shall be‐ bottom 5 meters middle 2 meters and top 2

meters The outside dia and thickness of pole shall be

Tender No SCLPS52019E0156401 31

minimum 11430x440mm 889x4085mm 761x325mm

respectively as required The pole shall be provided with

necessary bracket (inclination 105115 degree length 15

meter dia 45 mm ) for mounting upto 72 W LED street light

fixture Each pole shall have a weather proof

loopingterminal box clamped at 550 mm above ground level

along with a suitable earth terminal The looping box shall be

provided with a suitable Power terminal arrangement to loop

4C x10sqmm size cable and MCB5A fuse cut‐out A base

plate 300 x300x10mm shall be welded to the bottom of the

pole Both underground cable and GI earth wire shall be

terminated at the terminal looping box in the looping zone

Further wiring to the light fixture shall be done with three

core flexible copper wire (2core for power supply and third

core for earthing)GI tubular pole shall be installed in cement

concrete 136 (1 cement 3 coarse sand 6 graded stone

aggregate 40 mm nominal size) foundation including

excavation and refilling etc Party to cast 2 run of 32 mm MS

conduit for cables upto a height of 550mm from ground level

for loop in loop out of cable The civil work for street light pole

foundation forms a part of installation of the work and will be

done by the party as required for commissioning of lighting

poleFor earthing of street light poles coilspiral earthing

using 8 SWG GI wire shall be used The GI wire shall be buried

to a minimum depth of 15 m with excavation refilling of

earth and connecting GI wire to pole using GI bolt and nut

complete as per requirementMake of Pole Reputed make

with ISI mark Note Party shall submit Drawing of the street

light pole for SCL approval before start of manufacturing

6 Cables wire conduit earthing Switchboards

SwitchesSockets etca Cables The scope includes the Supply

and installation of XLPE insulated overall FRLS PVC outer

sheathed AlCu armored cable on wallsurfacesoilexisting

Tender No SCLPS52019E0156401 32

cable tray as required for MCC Panel and MCB DBs as per the

detailed specification and quantity in this document All

necessary hardware for installation of cable like cable tie

clamps tags etc is in the scope of Contractor Contractor to

ensure that cable laid on the cable tray is properly clamped

with GI clamps and cable is properly secured on cable tray b

Wire The scope includes the Supply and installation of FRLS

Copper wire of different size quantity amp Specification for

power distribution and lighting and power etc as per the

requirement c Conduit The scope includes the Supply and

installation of ISI makes MS Conduits of different size as per

Specification for power and lighting distribution switch

sockets etc as per the requirement Flexible conduit shall be

of GId Cable tray The scope includes the supply and

installation of GIMS cable trays as per specificationse

Earthing The scope includes the supply and providing

earthing for Panels DBs cable trays light fixtures and poles

flameproof accessories fire panel speakers exhaust fans etc

matching the specifications given in this tender documentf

Lightning protection The scope includes the supply and

providing earthing for lightning protection of the building as

per the IS 2309 specification and quantities as per the BOQ

The scope includes horizontal and vertical runs earth pits test

point earthing of building periphery for contour etcg Rack

earthing The scope includes the supply and providing

earthing for racks as per specificationsh Switchboards and

SwitchSockets The scope includes the Supply and installation

of different size of flameproofnon‐flameproof Switchboards

and switchsocket for Lighting Power Distribution as per

specificationi MSGI Conduits flexible GI conduit earthing

materials doublesingle compression brass cable glands

cable lugs (Al amp Cu as required) cable ties cablewire

identification tags required for the installation and

maintenance of trouble free operation of the downstream

Tender No SCLPS52019E0156401 33

system and accessories are covered under this specificationj

MS junction box conduit along with all related accessories as

per specification

TECHNICAL SPECIFICATION‐2

Item Specifications ‐II

Sl No Specifications Compliance

(Yes No)

Offered Specifications Remarks

1 Electrical Panel SpecificationGeneralaPanel shall be

fabricated as per IEC 61439 part 1 amp 2 bPanel shall be indoor

metal clad air insulated floor mounted extendable to side

single front construction front wired front

connectedcMinimum thickness of sheet metal used shall be

2 mm and panel shall confirm to IP54 protectiondThe

working height of the Panel shall be limited as per standard

engineering practicese The design should be fully

compartmentalized with metal partitions between

compartments All doors shall be gasketed Each vertical

section shall have removable back coverfAll switches push

buttons lamps indicating instruments shall be flush

mountedgA full height vertical cable chamber with cable

supports shall be provided in each section to facilitate unit

wiring Cable chamber shall be sized to accommodate all cable

and shall have removable covers A horizontal wire way

extending the entire length shall be provided at the top of

panel for inter panel wiringhPanel shall be with minimum

75mm high base MS channel frameiThe panel shall undergo

seven tank or better process as per relevant IS

standardsjLifting hook shall be provided at each section for

easy transportationkDifferent compartment of the panel

shall be provided with dust proof type air filter louvers

explosion vents or similar safety arrangements in the panels

Tender No SCLPS52019E0156401 34

to let out gases under pressure generated during event of any

fault inside the panellPanel shall have pocket for the Panel

drawing in the incomer section

2 Busbar and Bus TapsaThe main bus and connections shall be

of high connectivity AluminiumAluminium alloy sized for

specified current ratings with maximum temperature limited

to 85amp778 C ie 35amp778 C rise and ambient 50amp778

bSeparate vertical bus bars shall be provided for each vertical

panelcAdequate contact pressure shall be ensured at bus

connections by means of two bolt connections with plain and

spring washers and lock nutsdBus bar and connections shall

be fully insulated for working voltages with adequate

phaseground clearances Insulating sleeves heat shrink type

for bus bar and shrouds removable type joints shall be

provided Bus insulators shall be flame retardanteBus bar

shall be color coded for easy identificationfBusbar should be

connected in such a way that it can be dismantledassembled

while separating different section of the panelgShrouds of

transparent sheet on the exposed bus in cable alleys for

adequate safety measurehBus bar Conductor shall be

confirming to IS‐5082iMinimum clearance (PH‐PH PH‐N and

PH‐E) between Bus bars shall be maintained as per latest

ISjBus Bar supporting Material shall be of

SMCDMCkMaterial of Aluminium Bus bar shall be of E91

gradelBus bar shall be protected from the transparent

insulated material for stand safety point

3 3Control ModuleaFixed type control module shall house the

control components for a circuitbThe equipment layout shall

provide sufficient working space in between the components

and subject to SCL approval cEach control module shall be

equipped with ACDC potential free Relays (230V AC24V DC)

Contactors etc for seamless interface of the operation of

Drives from FCMS (PLC)dVendor to provide the potential free

Tender No SCLPS52019E0156401 35

contact to facilitate local operation from MCC and remote

operation from FCMSPLC Vendor shall provide with each

drive module automanual selector switch and each drive

module shall be wired up to the terminal block for localauto

selection ON OFF trip feedback to SCLrsquos control station and

ONOFF command room FCMSPLC as welleMCC panel and

LPBS shall have selector switches for MCCLocal and

LocalRemote selection respectively Control (OnOff) of the

Drivesheaters will be as per following selection If selector

switch (SS) at MCC is selected to MCC ONOFF operation can

be done from MCC only irrespective of position of SS at LPBSIf

selector switches both at MCC amp LPBS are selected to LOCAL

ONOFF operation can be done from LPBS onlyIf SS at MCC is

selected to LOCAL and SS at LPBS is selected to REMOTE

ONOFF operation can be done from FCMS only

4 VFDVFD shall be of Allen Bradley PF400 series having

redundant Control Net communication option as well to

communicate with the existing Facilities Control amp Monitoring

System (FCMs) Control Net Bridge Coaxial Straight T‐Tap

1786‐TPS must also be supplied along with VFDs Line

reactorchoke of suitable rating shall be connected before the

VFD

5 Thyristor based Heater ControlaDYDAC Make Thyristor

power controller Type 3003 or equivalent rating 85kW

Control input 4‐20mA Thyristor input supply 415VAC (3‐Ouml)

Thyristor output supply 415VAC (3‐Ouml) which shall be provided

by the vendor in a separate compartment of the MCC 4‐20mA

Control signal from the heater PID will modulate the thyristor

controller output to maintain the fresh air temperature at set

value Heater ON and OFF set points shall be adjustable in the

SCADA in FCMSbThyristor controller run command run

feedback 4‐20mA modulating signal shall be wired up to the

terminal block in the cable alley in the MCC Thyristor

Tender No SCLPS52019E0156401 36

Panelcompartment shall be complete with inter module

control and power wiring 220V AC supply shall be drawn from

one of the phase and neutral of the incoming 415VAC and

connect to the Thyristor supply terminals through MCB

Circuit breaker lsquoswitch ONrsquo and Thyristor control unit lsquoRUN

commandrsquo will get activated from FCMS if air temperature is

below ON set point Circuit breaker lsquoswitch OFFrsquo and Thyristor

control unit lsquoRUN command withdraws will get activated

from FCMS when temperature becomes above OFF set point

6 Fire Suppression system amp Fire Protection systemPanel shall

be equipped with required materials such as fire suppression

cylinders filled with fire suppression agents Fire detection

tubes Heat sensor tubes end of line adaptor with gauge

electrical Relays differential pressure valves etc to provide

the fire suppression and fire protection system in cable alley

and bus bar chambers of the electrical panel

7 MCCBaThe MCCBs should be extra current limiting type with

trip time of less than 10 m sec under short circuit conditions

The current limiting action should be achieved with repulsion

principle The MCCBs should preferably have an anti‐reclosing

featurebThe MCCBs should be 3 or 4 poles as per SLDcThe

MCCBs should have a Service short circuit breaking capacity

(Ics) of not less than 35 kA rms at 415 Volts 50Hz AC for

incomer The service breaking capacity should be equal to

ultimate breaking capacities (Icu) (ie Ics= Icu=100)dThe

release should be thermal magnetic having adjustable

overload and short circuiteSwitches shall be triple pole air

break AC23 motor duty for motor starter feedersfCubicle

doors of incoming and outgoing shall be mechanically

interlocked with switchgear to prevent unintentional openings

of the door while the unit is in energized condition However

defeat interlock provision is also to be providedgAll incoming

and outgoing feeders shall be provided with bolted disconnect

Tender No SCLPS52019E0156401 37

link for isolation of neutral if necessary Selector switches

shall be of rotary typehThe MCCB shall be provided with

rotary drive kit spreader terminals and ONOFFTrip (MCCB)

position of switch handle to be clearly markediDuct Heater

MCCB shall be motorized to control (ONoff) from FCMSjFor

incomers it should be EDO microprocessor based

communicable MCCB (35 kA or above) with numerical

releases for OL SC amp EFR (With mechanical and Electrical

interlocking for operation of only one ACB at any point of

time)

8 MPCBaThe MPCBs should be of 3 pole air break type AC3

Duty continuous rating as specifiedbMPCBs should have at

least 1NO+1NC contactcThese should have trip indication

test trip functiondThe release should be thermal magnetic

having adjustable overload trip settingeThe service breaking

capacity should be equal to ultimate breaking capacities (Icu)

(ie Ics= Icu=100)fThe MPCBs should be suitable for din rail

type mounting

9 Capacitor Bank Supply and installation of Capacitor Bank ‐

Box Type Dry construction Conforming to IS 13340‐41IEC

60831 440V 50Hz Rated Current (In) as per Load Heavy

Duty Dielectric MPP Low loss type with overall loss lt

05WkVAR Delta Connection with Discharge Device

10 ContactoraThe contactor shall be 3 pole air break type AC3

Duty continuous rating for motor starter feeders with non‐

bouncing silver silver alloy contactsbContactor shall be of

electromagnetic type rated for uninterrupted duty as per

relevant standards and also suitable for capacitor duty

cContactor shall be provided with adequate auxiliary contacts

rated for 10Amps 240VAC for interfacing with control

schemedContactor coil rating shall be minimum pick up of

85 of rated voltage and minimum drop out of 75 rated

Tender No SCLPS52019E0156401 38

voltage

11 Control and IndicationsaPush buttons will be heavy duty oil

tight and push to actuate type with integral plate marked

with its functionbEach push button shall be provided with

2NO+2NC contacts rated for 10Amps 240VACcLamps shall

be LED type rated for 240V AC Lens and lamps shall be

replaceable from the front dThe control supply shall be

through a 415V230V transformer and the vendor shall

provide 1 no 415V230V transformer for the same Vendor

shall also provide Power module for 24V DC Supply for the

operation of heaters control module

12 MetersaAll indicating instruments shall be digital

Switchboard type with accuracy class +‐ 2 full scalebMFM

of suitable rating shall be used in the incomer

feedercSelector switches shall be furnished at outgoing

feeders as per SLD for ammeterdAmmeter shall be of analog

type flush mounted industrial pattern of size 96x96 mm with

accuracy class 10 eMultifunction meter shall be of digital

type flush mounted industrial pattern of size 96x96 mm with

accuracy class 10 as per IEC 6205253 suitable for

measurement of Current Voltage Power Frequency Power

factor Energy and ready port to communicate with FCMS

through RS 485 The Meter should have Modbus

communication port as well

13 CT (Current transformer)CT will be cast resin type rated 15VA

or more burden with Maximum accuracy limit of class 1

14 Secondary wiringaPanel shall be fully wired at the factory to

ensure proper functioning of control and protectionbFuse

and links shall be provided to permit individual circuit

protection from bus wires without disturbing other circuits All

spare contacts of relays push buttons and other devices shall

Tender No SCLPS52019E0156401 39

be wired up to terminal blockscWiring shall be done with

flexible 25sqmm copper 1100V grade PVC insulated

switchboard wires Each wire shall be identified at both ends

with permanent markers bearing wire numbers as per wiring

diagramdWire termination shall be done with crimping type

connector with insulating sleeve

15 Powercontrol Terminal BlocksaTerminal block shall be 660V

grade box clamp type with marking strips similar to ELMEX 10

mm2 or equal for ControlbTerminal for CT secondary leads

shall have provision for shortingcNot more than two wires

shall be connected to any terminaldSpare terminals equal in

number to 20 active terminals shall be providedeTerminal

blocks shall be suitably located in cable alleysfFor Power

cable Bus Bar type cable connector (Melamine material) shall

be providedgFor Control cable heavy duty screw type cable

connector (Melamine material) shall be provided

16 Cable terminationaPanel shall be designed for cable entry

from topbEach cable shall be clearly marked at both ends

with an indestructible marker preferably a cable tag made of

Aluminium tacked with indicating cable number amp both end

feeder tags with switchboard tags Cable tags at ends of cable

shall be provided inside the gland plate as well as outside the

gland platecAll provisions and accessories shall be furnished

for termination of cables including removable gland plates

cable supports and terminal blocksdGland plate shall be

minimum 3 mm thick

17 Ground BusA GI ground bus rated to carry the maximum fault

current shall extend full length of Panel The ground bus shall

be provided with 2 bolts with GI bolt and nuts at each end to

receive 50x6mm GI flat

18 NameplateaThe nameplate of approved design shall be

Tender No SCLPS52019E0156401 40

provided for each compartment and also at the top of each

panel Nameplate shall be minimum 20x70mm and 3mm

thickbDrawing Pouch shall be provided at the incomer cable

allay

19 PaintingPanel shall be painted with light grey epoxy painted

(Siemens Gray RAL 7032) and caution notice plate shall be

fixed at the back of each vertical panel

20 Make of Switchgears aMCCBSiemensSchneiderbPush

button SiemensSchneider TekniccSelector

SwitchSiemensSchneider Teknic

dFuseSchneiderSiemenseTimerSiemensSchneiderfContro

l TransformerAEIMPIndcoilgTerminal

BlockElmexConnectwellFTChMeters Conzerv LampT

AEiCTs amp PTsKappaAutomatic

Electric(AE)NippenjContactorsSchneiderSiemenskIndicatio

ns SiemensSchneider

TekniclRelaysSchneiderSiemensPLAmMCBSchneiderSiem

ensnCooling Fan

RexnordSunonoVFDsAllen bradlypThyristor moduleDYDAC

qRCBOSiemensSchneiderrMCB

DBSiemensABBLegrandsLine reactorchokeAllen

BradleytCapacitor BankNeptune Schneider Siemens

21 Local Push Button Station (LPBS)The Scope includes supply

and installation of LPBS for Chiller Pumps AHUs Heaters as

per the BOQ and detailed specification given below aLPBS

shall be indoor metal clad air insulated wallAngle frame

mounted as required single front construction front wired

front connected hinged lockable door LPBS for Chiller Pumps

system shall be suitable for outdoor installationbMinimum

thickness of sheet metal used shall be 2 mm and panel shall

conform to IP54 protection for indoor installation and IP65 for

outdoor type LPBScAll switches push buttons with indicating

Tender No SCLPS52019E0156401 41

LED lamps indicating instruments shall be flush

mounteddThe LPBS shall be used for remote operation of

drives Equipment and HeaterseTo facilitate the localremote

operation LPBS shall have LocalRemote selector switch and

provided with Start push button lockable Stop push button

ammeter of suitable range Terminal Block and lockable

Emergency off Switch etc fLPBS shall be equipped with AC

(230V)DC (24V) Relays Contactors etc for seamless interface

of the operation of Drives from FCMS (PLC)gLPBS should be

suitable for wall mounting and provided with necessary

mounting arrangementhWiring shall be done with flexible

25sqmm copper 650V grade PVC insulated switchboard

wires Each wire shall be identified at both ends with

permanent markers bearing wire numbers as per wiring

diagramiWire termination shall be done with crimping type

connector with insulating sleevejGland plate shall be

minimum 3 mm thickkThe nameplate of approved design

shall be provided for each compartment and also at the top of

each panel Nameplate shall be minimum 20x70mm and 3mm

thicklLPBS shall be painted with light grey epoxy painted

(Siemens Gray RAL 7032)

22 Make of Electrical panel As per DOS Approved Panel

manufacturer list (attached)

TECHNICAL SPECIFICATION‐3

Item Specifications ‐III

Sl No Specifications Compliance

(Yes No)

Offered Specifications Remarks

Tender No SCLPS52019E0156401 42

1 Fire Detection System Scope for fire detection system

includes supply installation testing commissioning of Fire

panel Addressable Fire detection devices Manual Call Points

Addressable loop sounders Switch Monitoring unit (SMU) UV

IR sensor for detection of methanol flame Cable MS junction

boxes for loop in loop out of cable as per specifications and

integrating the same with existing repeater panel as per the

requirement The detailed specifications for the different

component of fire deduction system are as follows

2 A Multi‐sensor Detectors The smoke detectors shall be multi‐

sensor (heat and smoke) detector with isolator suitable for

detecting a wide range of smoke from slow smoldering and

fast flaming fire The detector shall have following features

bullSolid state addressing arrangement in combination with a

hand held programmer to configure the sensor

addressbullElectronics free mounting basebullTwin alarm LEDs for

360 Degree viewing and shall have blinking LED facilitybullThe

sensor shall have s removable chamber for ease of cleaning or

replacementbullAutomatic compensation for smoke sensor

contaminationbullShall have a built in test facility which allows

the fire alarm control panel to adjust the alarm threshold

levels to compensate for contamination and shall have a

maintenance alarm display when threshold can no longer be

adjustedbullOperating temperature ‐ 10 DegC to 50 DegC and

operating RH at 40 DegC‐95 RH

3 B Manual call stations Manual Call Stations should have in

built monitor module and pressbreak and resettable

capability constructed of high impact LEXAN sheet with clearly

visible operating instructions on the cover and the word FIRE

shall appear on front and suitable for surface mountingflush

mounting complete as required

Tender No SCLPS52019E0156401 43

4 C UV IR SensorThe UV‐IR flame detector shall operate on 24

VDC 0‐24mA current output suitable for detection of

Methanol flame with automatic built in test for reliable

operations and suitable for installation in Hazardous area zone

1and 2 with Class I Division 12 Gas group A B C The detector

shall not be susceptible to environmental conditions to

generate false alarms The entire system shall be rated for IP

66 or better and supplied with suitable mounting bracket The

system shall comply to the detailed specifications as listed

belowbullDetection Technology UV ‐ IR Electro‐optical

detectionbullDetection range 75 meterbullField of View greater

than equal to 90deg Both Horizontal and verticalbullResponse

Time less than equal to 5 secondsbullBuilt in Test Automatic

bullOperating Temperature Range 0 to + 75degCbullOperating

Humidity Range Continuous 95 non‐condensingbullAnalog

Output signal 4‐20mAbullAlarms amp Fault Normal 4 mA Fault

02 mA Alarm 20 mA + 10 verifiedbullOperating voltage 24

VDC ( 18‐32VDC)bullPower consumption Vendor to specify for

Standby and Alarm conditionbullSensor Calibration

Verification Sensor calibration as per OEM for certified

performancebullSensor Life 2 Years (minimum)bullSensor

Calibration vendor to carry out sensor calibration at site and

submit calibration certificate valid for one yearbullRFI EMI

SusceptibilitybullRequired EN 616326‐3 and EN 6100006‐3 or

equivalent IP protectionbullIP protection IP 66 or betterbullFault

Diagnostic Sensor Fault (end of life) other informationbullSelf‐

Check Test Automatic during start‐upbullHousing SS 316

Epoxy Painted Aluminium die castbullStart‐up Time Vendor to

specifybullApprovalcertification PESO and ATEX ‐ Ex d IIC C

Class 1 Div 12 Group A B C DNote Vendor shall arrange

the 230V AC to 24V DC Power supply module along with half

an hour Battery Back up in MS powder coated Enclosure

Input Power supply (230V AC) for Power Supply module shall

Tender No SCLPS52019E0156401 44

be provided by SCL

5 D SMU Unit for UV IR sensor Supply installation testing and

commissioning of Switch Monitoring Unit (SMU) to configure

the UV IR sensors with fire detection system as requiredE

SoundersAddressable Sounders shall be loop powered with

all fixing materials complete as required The sound level shall

be 100dB (A)

6 F Fire Alarm Control Panel (FACP) bullFACP shall be of 2

loopsbullFACP shall be suitable for 230V 50 Hz AC supply and

detectors shall be powered using FACP based detection

circuits Devices shall receive power and communication from

the same pair of conductorsbullFACP shall provide for resetting

detectors fault isolation and sensor loop operationbullFACP

shall be suitable for mixing different fire devices and beam

smoke detectors within the same loop to optimize field

wiringbullFACP shall have alarm indication of individual sensors

detector trouble alarm indication for dust accumulation The

panel shall check detector once in every 24 hours for

contamination for this purposebullThe FACP shall regularly

supervise all the sensors and devices on the loop and initiate

fire or trouble alarm whenever requiredbullFACP shall have 2

wire circuits to connect minimum of 126 addressable devices

per loopbullFACP shall be with repeater interface and suitable

24V battery with built in software and 2 x 40 character

alphanumeric LCD display and necessary front panel control

keys FACP shall display the date time and description for

Analog sensors to indicate alarms and trouble

situationsbullFACP switches shall allow authorized personnel to

accomplish the following ‐bullInitiate a general alarm

conditionbullSilence the local audiblebullSilence the alarm

signalsbullReset all zonespointsbullFACP shall have walk test

facilitybullShall have facility for programming from the key

board or utilizing PC set up software via laptopdesk top

Tender No SCLPS52019E0156401 45

computerbullShall have memory data for panel configuration

and operation reside in non‐volatile memory (EPROM)bullFACP

shall have facility for speech processor (to record pre‐

recorded message of 20 S) and also have Auto Dialer facility

(can dial up to 8 different lines)bullAll addressable units shall be

connected to the FACP through the loop cards and shall be

addressed though individualized numbers The FACP shall be

able to obtain analog value for all detectors in the circuit

through a pulsed digitized current data The FACP shall be

able to analyze all analog inputs from all addressable units

and though its own software and ambient level screening the

FACP shall be able to identify fire possible fire or fault

conditions The unit supervision shall be dynamic and

continuousbullThe FACP shall itself have all loop cards in it No

isolated mother board or transponder shall be

consideredbullShortopen circuit units shall also be reported at

the FACP in such cases the system through the use of fault

isolators shall be able to isolate that segment between the

two fault isolators The missing DetectorsDevices shall also

be reported to the FACP with identification of the

locationbullThe FACP shall have the facility to set smoke sensor

sensitivity remotely to either high sensitivity manually or on a

pre‐programmed sequence (Ie DayNight) period When an

alarm condition is sensed at the FACP from a smoke or heat

detector a delay timealarm verification period shall be

started If the sensor is still in alarm after the delay time

expired an alarm condition is reported The delay time shall

be adjustable from 0 to 990 secondsbullThe FACP shall have

either an in‐built or external printer coupled to the FACP

which shall log all events with time The printout shall clearly

indicate the event‐FirePre‐AlarmFault etc with the unit

address and timebullThe FACP shall also be able to discriminate

between false alarms and fire conditions as well as priority

selection of alarm in case alarm activities in two or more

Tender No SCLPS52019E0156401 46

remotely located units simultaneously In such cases the

Manual Call stations shall have the highest prioritybullThe FACP

shall also be able to actuate switches automatically in case of

Fire condition of AHUs and power supply or other system such

as piped pressurized gas supplybullThe system shall be fail safe

and adequate safe guards should be under taken that in the

event of a failure of a part of the system it shall not handicap

the complete system The loop cards shall be of Modular

constructionbullThe FACP shall have its own battery backup of a

minimum of 48 hours in normal run and then half an hour in

alarm condition The backup time calculation shall be done as

per TAC standards The Battery shall be 2 x 12V (24V) DC and

of sealed maintenance free type housed inside the FACPbullIt

shall be able to withstand temperature variations from 0

Degree Centigrade to 55 Degree Centigrade Further Relative

Humidity (non‐condensing type) up to 93 shall not hamper

its performance The voltage rating shall be from 17V DC to

31V DC though the voltage may be change depending upon

the working voltages of a proprietary FACPbullThe FACP shall be

totally enclosed dust and vermin proof type made of

minimum 16‐gauge dust inhibited sheet with even baked

finish The FACP shall be of completely solid state designbullThe

logic circuitry shall be based on high noise immunity solid‐

state hardware employing modular construction Logic cards

shall be of epoxy fiber glass constructionbullThe FACP shall have

EN 54ULFM approvalbullThe panel shall have an extra loop

card to serve as standby in case of burnout or malfunctioning

of any operating loop cardsbullThe FACP shall be capable of

being networked (future expansion) with other similar FACPs

located at different locations of SCL premises through a single

RS 485 busbullThe FACP shall have provision for interfacing with

the Public Address System

7 G Repeater panelScope comprises of supply and installation

Tender No SCLPS52019E0156401 47

of Repeater Panel which display fire fault message

simultaneously with the FACP bullIt shall be capable of

interfacing with the FACP on a single RS 485 Bus bullThe panel

shall be capable of operating on 24V DC supplybullThe

independent 24V DC supply source to be installed in MS

cubicle Box duly powder coated paint along with repeater

panelbullThe panel shall have 2 x 40‐character backlit display

which shall display date time and description of alarm

trouble events are that displayed in the panel shall be

powered from the FACPbullIt shall have control keys for sound

silence mute and to reset the FACP from the repeater

stationsbullThe repeater panel shall have the following LEDs

indicationsbullSupply bullFault bullMute bullSilent bullDisabled

bullFire

8 H Fire CableSupply and installation of 2Cx15mm2 Copper

extruded PVC inner sheath armored and overall FRLS PVC

outer sheathed 11 KV grade as per IS 7098 (Part I bearing ISI

certification) on existing cable traywallsoft soilhard soil as

required

9 I Fire Cable terminationSupplying and making end

termination with brass compression gland and copper lugs for

2Cx15mm2 Copper cable in MS Box of Size 4X4 installed

above the false ceilingwallsurface as required

10 J Junction Box for Fire devicesSupply installation testing and

commissioning of MS painted box Size 4X4 with ELMEX type

terminal block for loop in loop out of 2c x15 sq mm copper

armored cable and connection to the fire detector device on

wallsurfacerecess including wall cutting and providing

necessary hardware for mounting fixing including all

material for fixing as required

Tender No SCLPS52019E0156401 48

TECHNICAL SPECIFICATION‐4

Item Specifications ‐IV

Sl No Specifications Compliance

(Yes No)

Offered Specifications Remarks

1 A NetworksLAN The detailed specification for the network

rack switch cable cords IOs face plates etc and the

required accessories shall be as below CAT 6A or better cable

shall be laid in the PVC Conduit The detailed specifications

for the different component of networksLAN are as follows

2 bull Rack Supply installation testing and commissioning of UL

listed modular type 12U network rack with front glass door

and rear perforated door floor mounted Size 550x550 with

1 No of 5 port Octagonal PDU 515Amp with MCB and Fan

Tray with minimum 2 Fans The rack should have provision of

2 nos of cable manager duct type 1U and 2 vertical manager‐

concealed type Rack should be three sides openable with

front glass door and rear perforated door and provision of

cable entry from top and bottom both with proper earthing

kit as requiredRecommended Make Rittal Netrack

Schneider Valrack

3 bull Network Switch Supply amp installation of Network Switch in

Network Rack with the following specification as belowSwitch

shall haveamp61607Port Density Minimum 8 101001000

BaseT Ports amp 4‐1G SFP Ports ready for use with SFP module

Ports shall support PoE on all ports with PoE budget of

180Wamp61607Architecture Stand‐alone rack

mountableamp61607Bandwidth minimum 56Gbps of

switching bandwidth to support above listed ports in non‐

blocking configurationamp61607StackableScable support for

Tender No SCLPS52019E0156401 49

stacking multiple switchesamp61607Stacking backplane

bandwidth Access switch shall have additional port(s) for

providing minimum 40 Gbps stacking bandwidthamp61607L2

Features 8021x authentication spanning tree

etcamp61607Networkjflowsflow or equivalent provision for

Networkjflowsflow or equivalent supportamp61607Network

Management support Network Management through

command line interface (CLI) SNMP v1 v2c v3

httpsamp61607IPv6 Readiness IPv6 Readiness from day

1amp61607RegulatorySafety confirming to UL60950 amp

EN60950amp61607EALNIAP certified Model No shall be EAL

or NIAPNDPP certifiedRecommended Make Cisco Juniper

HP Brocade dell

4 bull CAT 6A Cable Supply and installationlaying of category 6A

or better 4 pair shielded cable UFTP or FUTP in PVC

Conduit sheath type low smoke zero halogen (LSZH) with

transmission properties amp electrical properties tested

minimum up to 500MHz amp verified by ETL amp comply with

ANSITIAEIA‐568‐C2 amp ISOIEC 11801 Recommended make

Commscope Schneider Molex Siemon

5 bull Patch Panel Supply installation testing and commissioning

of CAT6A PatchJack Panel of 24 Port fully loaded in Network

rack with port identification number with self‐adhesive clear

label holder Each portjack on the panel should be

individually removable on field from the panel and have

integrated rear cable management metallic shelf and have a

separate provision of grounding Recommended make

Commscope Schneider Molex Siemon

6 bull Patch Cords (1 meter) Supply installation testing and

commissioning of Patch Cords Cat 6A shielded 1 meter in

Network rack with 4 pair shielded copper wire factory pre

terminated with shielded RJ45 plugs Aluminumpolyester

Tender No SCLPS52019E0156401 50

shield screen material with low smoke Zero halogen sheath

comply to TIA‐568‐C2 Cat 6A in IOs of Network

RackRecommended make Commscope Schneider Molex

Siemon

7 bull Patch Cords (3 meter) Supply installation testing and

commissioning of Patch Cords Cat 6A shielded 3 meter in

Network rack with 4 pair shielded copper wire factory pre

terminated with shielded RJ45 plugs Aluminumpolyester

shield screen material with low smoke Zero halogen sheath

comply to TIA‐568‐C2 Cat 6A at field side Recommended

make Commscope Schneider Molex Siemon

8 bull Information outlet Supply and installation of Shielded Cat

6A information outlet UFTP or FUTP compliance to category

6A or better TIA568C2‐500MHz at field sideRecommended

make Commscope Schneider Molex Siemon

9 bull Face Plate (Dual) Supply and installation of single gang

square face plate (Dual) and SMB Box with a provision to

support variety of jacks‐ UTP STP etc at the field

sideRecommended make Commscope Schneider Molex

SiemonbullFace plate (single) Supply and installation of square

face plate ( single) with a provision to support variety of jacks‐

UTP STP etc at the field sideRecommended make

Commscope Schneider Molex Siemon

10 bull SMB Box Supply and installation of SMB Box for face plate

(DualSingle) as required Recommended make Commscope

Schneider Molex Siemon

11 bull Other Accessories amp61607Supply and Installation of

25mm electrical grade ISI mark PVC Conduit in

wallfloorslabsurface including wallfloor cutting and

making good the same as required Recommended make

Reputed ISI Markamp61607Supply and installation of OFC SM

Tender No SCLPS52019E0156401 51

OS2 Cable in existing 32mm HDPE pipe as

requiredamp61607Supply and Laying of 32mm HDPE pipe

direct in ground including excavation sand cushioning

protective covering and refilling the trench including standard

cable route marker etc as requiredamp61607Supply and

installation of SC simplex single‐mode LSZH pigtail 1m as

requiredamp61607Supply and installation of adaptor plate

with 3 SC duplex SM adaptors as requiredamp61607Splicing of

OFC as per Core as requiredamp61607Supply and installation

of accessories for making the Chamber Pit‐ 1Mtr Depth with

Lid for housing OFC as requiredamp61607Trenching of

HardSoft Soil as required

12 B Paging The scope includes supply installation testing and

commissioning of Supply and installation of IP 65 or better

explosion proofWP loud speaker anticorrosive powder

coated red (RAL‐3000) suitable for Zone I amp II Class II C

Hardware SS304 as per IS2148 and equivalent to model FLSR

25 of Baliga with necessary support gland as required and

installing the same on wallsurface with GI supports as

required and connecting the same with wire The Scope also

includes supply and installation of 2Cx15mm2 FRLS armored

and PVC sheath twisted pair wire their termination tagging

glanding earthing etc as required for speakers and other

accessories requires for smooth commissioning of the paging

system

Vendor Specificied Terms

Description Vendor Terms

Tender No SCLPS52019E0156401 52

1Delivery Term

Prices shall be quoted on F O R destination basis ie S C L S A S Nagar Mohali

Punjab exclusive of GST and taxes as may be applicable

2 GST

Purchaser is entitled to concessional GST of 5 as per Ministry of Finance

Department of Revenue Notification No 472017 Integrated Tax (Rate) both

dated 14th November 2017 respectively and would accordingly issue Exemption

Certificate in favour of the contractor quoting in Indian Rupees The bidder

should take note of the same while quoting the prices in Indian Rupees GST on

installation services shall be applicable 18

3 DELIVERY SCHEDULEPERIOD OF COMPLETION

The time allowed for supply installation testing and commissioning of the entire

works shall be 06 (Six) months to be reckoned form the 7th day of issue of

purchase order

4 IMPORTANT

This being a two part Tender Technical and Commercial parts separate the

bidder should not attach any document(s) containing pricing information with

technical part The Contractor will provide Un priced commercial offer in

envelope 1 (Technical Part) as an attachment

The tenders containing price information in Technical Part will be treated as

unsolicited offers and rejected Contractor to confirm that Price bid is not

attached in Envelope 1 ie Technical Part

Priced Commercial offer if any should be attached in Envelope 2 (Price Bid)

under Supporting Documents from Vendor (Commercial) as an attachment

5 The prices shall remain firm until completion of entire project including

extended period if any No cost escalation shall be applicable for the work

Tender No SCLPS52019E0156401 53

6 SECURITY DEPOSIT

a) On acceptance of the tender the Contractor shall submit security deposit for

ten percent (10 percent) of the value of the Contract within 15 days from the

date of purchase order If the Contractor fails toprovide the security within the

period specified such failure shall constitute a breach of the Contract and the

Purchaser shall be entitled to make other arrangements for the re purchase of

the stores contracted at the cost and risk of the Contractor

b) Security Deposit shall be submitted through Demand Draft Bankers Cheque

fixed deposit receipt or Bank Guarantee from any of the Scheduled Banks

executed on nonjudicial stamp paper of appropriate value and shall be valid for

a period of sixty (60) days beyond the date for completion of the Purchase

OrderContract

c) In case the contractor fails to furnish the security deposit within the specified

date or extended due date the Purchase OrderContract shall be cancelled and

in addition appropriate penal action may also be considered

d) After the Purchase OrderContract is successfully executed in all respects the

Bank Guarantee towards Security Deposit may be discharged and retained

amount shall be refunded to vendors

e) In the event of non execution of the Purchase orderContract or breach of any

terms and conditions of the Purchase Order the Security Deposit shall be

forfeited

7 Warranty

The Contractor shall provide for the tendered job comprehensive warranty for

parts as well as labour for a period of 12 months from the date of successful

installation commissioning and testing of the system at Purchasers site at no

extra charges against any manufacturing defectfaulty workmanship In case any

defect arises during warranty period the Contractor should replacerectify the

same at its own cost at siteworks

The LED light fittings and its driver unit etc shall have warranty for a period of 5

Tender No SCLPS52019E0156401 54

years from the date of installation and commissioning

8 Warranty Replacements

All replacement parts if any shall be supplied by the Contractor free of cost on F

O R Purchaser site at S A S Nagar Punjab basis

9 TERMS OF PAYMENT

The payment shall be remitted as under

90 of the value of the materials supplied shall be paid within 30 days of the

receipt of the materials at purchaser site and the balance 10 amount along

with 100 installation charges shall be payable on successful installation

commissioning and acceptance of the entire project at Purchasers site against a

Performance Bank Guarantee

10 PERFORMANCE BANK GUARANTEE (PBG)

The Contractor shall furnish a Bank Guarantee (as per format given by purchaser)

from any nationalized scheduled bank for an amount equivalent to 10 of the

value of the Contract and shall be valid for a period of 60 days beyond the expiry

date of warranty period On the performance and completion of the Contract in

all respects the Bank Guarantee will be returned to the Contractor without any

interest

11 VALIDITY

The tender must be valid for a minimum period of 120 days from the date of

opening of Technical bid and 90 days after opening of Price bid

The tender where the validity period is shorter than the period specified in the

tender enquiry shall be excluded from the procurement process

12 Quantity Variation

The quantities indicated against each items in the Bill of Quantities (BOQ) are

indicative and are for the purpose of bidding only Variation in quantities up to

Tender No SCLPS52019E0156401 55

+25 percent shall be carried out by the contractor on the agreedPurchase order

(PO) rates and terms amp conditions as in the purchase order (PO)

13 GUARANTEED TIME DELIVERY

The time for and the date of delivery stipulated in the Purchase Order shall be

deemed to be the essence of the Contract Delivery must be completed within

the date specified therein

14 Extra Items

In case of extra items (that are completely new and are in addition to the items

contained in the contract) the contractor may claim rates supported by proper

analysis and purchaser engineer in charge of the work shall after giving

consideration to the analysis of the rates submitted by the contractor determine

the rates on the basis of market rates and the contractor shall be paid in

accordance with the rates so determined The contractor(s) profit amp OH shall be

factored in the rate analysis 15

15 CONSIGNEE

Sr Purchase and Stores Officer (Stores)

Semi Conductor Laboratory

Sector 72 SAS Nagar (Mohali) Punjab

India 160 071

16 INSTALLATION AND COMMISSIONING

Installation commissioning and demonstration of performance of the tendered

stores as per Purchaser tendered specifications shall be carried out by the

Contractor at Purchaser site at S A S Nagar Punjab India

The Contractor shall provide in advance guidelines for preparation of the

installation site and list of items to be supplied by Purchaser during installation

Tender No SCLPS52019E0156401 56

On receipt of intimation from the Purchaser the Contractor shall depute its

engineer(s) to Purchaser site within two weeks to carry out installation and

commissioning and will demonstrate the functionality of the tendered

equipment to Purchaser specifications as per mutually agreed acceptance

procedure The Contractor shall be responsible for any lossdamages sustained

due to delay on the part of the Contractor to send its engineer for installation

and commissioning

Failure to commission the tendered equipment successfully shall entitle

Purchaser to full refund of the payment made and the interest thereon Decision

regarding successful installation and commissioning shall rest solely with the

Purchaser

17 REJECTION

In the event that any of the stores supplied by the Contractor is found defective

in material or workmanship or otherwise not in conformity with the

requirements of the Contract specifications the purchaser shall either reject the

stores or request the Contractor in writing to rectify the same The Contractor

on receipt of such notification shall either rectify or replace the defective stores

free of cost to the purchaser If the Contractor fails to do so the purchaser may

at his option either

a) replace or rectify such defective stores and recover the extra cost so involved

from the Contractor or

b) terminate the Contract for default as provided in this tender document

18 EXTENSION OF TIME

If the completion of supply of stores is delayed due to reason of force majeure

such as acts of god acts of public enemy acts of Government fires floods

epidemics quarantine restriction strikes freight embargoes etc the

Contractor shall give notice within 15 days to the purchaser in writing of his

claim for an extension of time The purchaser on receipt of such notice after

verification if necessary may agree to extend the Contract delivery date as may

Tender No SCLPS52019E0156401 57

be reasonable but without prejudice to other terms and conditions of the

Contract

19 DELAY IN COMPLETIONLIQUIDATED DAMAGES

If the Contractor fails to deliver the stores within the time specified in the

Contract or any extension thereof the purchaser shall recover from the

Contractor as liquidated damages a sum of one half of one percent (05 percent)

of the Contract price of the undelivered stores for each calendar week of delay

The total liquidated damages shall not exceed ten percent (10 percent) of the

Contract price of the unit or units so delayed Stores will be deemed to have

been delivered only when all their component parts are also delivered If certain

components are not delivered in time the stores will be considered as delayed

until such time as the missing parts are delivered Delivery of stores shall be

complete on Installation commissioning Testing and Acceptance

20 INSPECTION AND ACCEPTANCE TEST

The Purchasers representatives shall also be entitled at all reasonable times

during manufacture to inspect examine and test on the Contractors premises

the material and workmanship of all stores to be supplied under this Contract

and if part of the said stores is being manufactured on other premises the

Contractor shall obtain for the purchasers representative permission to inspect

examine and test as if the equipment were being manufactured on the

Contractors premises

Such inspection examination and testing shall not release the Contractor from

the obligations under this Contract

For tests on the premises of the Contractor or of any of his sub Contractors the

Contractor shall provide free of cost assistance labour material electricity fuel

and instruments as may be required or as may be reasonably needed by the

purchasers representative to carry out the tests efficiently

When the stores have passed the specified test the purchaser representative

shall furnish a certificate to the effect in writing to the Contractor The

Tender No SCLPS52019E0156401 58

Contractor shall provide copies of the tests certificates to the purchaser as may

be required

21 Labour Law Contractor shall abide by all labour laws rules and regulations

which are prevailing and as enforced from time to time and SCL shall not be

responsible for any accident or mishap during the course of the contract to any

of engineer labour employee by the Contractor The contractor shall also ensure

that the statutory obligations with regards to the employment of labour under

law are complied properly and timely

22 ARBITRATION

In the event of any disputes differences or claims arising out of or relating to

the interpretation and application of the Contract such disputes or differences

or claims shall be settled amicably by mutual consultations of the good Offices

of the respective Parties and recognizing their mutual interests attempt to reach

a solution satisfactory to both the parties If such a resolution is not possible

within 30 days from the date of receipt of written notice of the existence of such

disputes then the unresolved disputes or differences or claims shall be

referred to the Sole Arbitrator appointed by the Parties by mutual consent in

accordance with the rules and procedures of Arbitration and Conciliation Act

1996 as amended from time to time The arbitration shall be conducted in New

Delhi in the Arbitration and Conciliation Centre New Delhi (Domestic and

International) as per its rules and regulations The expenses for the Arbitration

shall be shared equally or as may be determined by the Arbitrator The

considered and written decision of the Arbitrator shall be final and binding

between the Parties The applicable language for Arbitration shall be English

only Work under the Contract shall be continued by the CONTRACTOR during

the pendency of arbitration proceedings without prejudice to a final adjustment

in accordance with the decision of the Arbitrator unless otherwise directed in

writing by the DEPARTMENT or unless the matter is such that the works cannot

be possibly continued until the decision (whether final or interim) of the

Arbitrator is obtained

23 APPLICABLE LAWS The contract shall be interpreted construed and

Tender No SCLPS52019E0156401 59

governed by laws of IndiaThe contract shall be subject to exclusive Jurisdiction

of the Court of SAS Nagar (Mohali) Punjab India irrespective of anything

mentioned in any correspondences or otherwise

24 Any Other Term

Tender No SCLPS52019E0156401 60

Supporting Documents from Vendor

Attachment ‐ I

Attachment ‐ II

Price Bid Form

Item Description Slab Range Qty UOM Currency Unit Price Total Price

Supply of MCC Panels cables

cable trays lightings etc for

electrical distribution system

including fire detection

system LAN Paging etc for

the Chemical Store building as

per detailed specifications

technical write‐updrawings

attached

‐ 1 Lot ‐ ‐ ‐

Installation Testing and

Commissioning of MCC

Panels cables cable trays

lightings etc for electrical

distribution system including

fire detection system LAN

Paging etc for the Chemical

Store building as per detailed

specifications technical write‐

updrawings attached

‐ 1 Lot ‐ ‐ ‐

Tender No SCLPS52019E0156401 61

Break‐up of other taxes and other costs should be specified in respective narration columns

Sum of these Break‐up values should be specified in respective value columns

Supporting Documents from Vendor (Commercial)

Document attachment with price bid

Attachment ‐ I

Attachment ‐ II

  • pdf_document_tndr_notc_electrical_distribution_system_051119
  • pdf_document_tndr_doc_electrical_distribution_system_051119
Page 9: -72, -160071 चंडीगढ़ के समीप पंजाब भारत...स म -क डक टर ल ब र टर /Semi-Conductor Laboratory अ त रक ष वभ

Tender No SCLPS52019E0156401 8

7 The purchaser shall be under no obligation to accept the lowest or any tender and reserves the right

of acceptance of the whole or any part of the tender or portions of the quantity offered and the

tenderers shall supply the same at the rates quoted

8 The tenderer should supply along with his tender the name of his bankers as well as the latest

Income Tax clearance certificate duly countersigned by the Income Tax Officer of the Circle concerned

under the seal of his office if required by the Purchaser

9 The Purchaser reserves the right to place order on the successful tenderer for additional quantity up

to 25 of the quantity offered by them at the rates quoted

10 The authority of the person signing the tender if called for should be produced

TERMS CONDITIONS OF TENDER

1 DEFINITIONS

(a) The term PURCHASER shall mean the President of India or his successors or assigns

(b) The term CONTRACTOR shall mean the person firm or company with whom or with which the

order for the supply of stores is placed and shall be deemed to include the Contractors successors

representative heirs executors and administrators unless excluded by the Contract

(c) The term STORES shall mean what the Contractor agrees to supply under the Contract as specified

in the Purchase Order including erection of plants machinery and subsequent testing should such a

condition is included in the Purchase Order

(d) The term PURCHASE ORDER shall mean the communication signed on behalf of the Purchaser by an

Officer duly authorised intimating the acceptance on behalf of the Purchaser on the terms and

conditions mentioned or referred to in the said communication accepting the tender or offer of the

Contractor for supply of stores or plant machinery or equipment or part thereof

2 PRICESTender offering firm prices will be preferred Where a price variation clause is insisted upon by

a tenderer quotation with a reasonable ceiling should be submitted Such offers should invariably be

supported by the base price taken into account at the time of tendering and also the formula for any

such variations

3 SECURITY DEPOSITOn acceptance of the tender the Contractor shall at the option of the Purchaser

and within the period specified by him deposit with him in cash or in any other form as the Purchaser

may determine security deposit not exceeding ten percent of the value of the Contract as the Purchaser

shall specify If the Contractor is called upon by the Purchaser to deposit AtildelsaquoAringldquoSecurity and the

Contractor fails to provide the security within the period specified such failure shall constitute a breach

of the Contract and the Purchaser shall be entitled to make other arrangements for the re purchase of

Tender No SCLPS52019E0156401 9

the stores contracted at the risk of the Contractor in terms of Sub Clause (ii) and (iii) of clause 10(b)

hereof andor to recover from the Contractor damages arising from such cancellation

4 GUARANTEE REPLACEMENT

(a) The Contractor shall guarantee that the stores supplied shall comply fully with thespecifications laid

down for material workmanship and performance

(b) For a period of twelve months after the acceptance of the stores if any defects arediscovered

therein or any defects therein found to have developed under proper use arising from faulty stores

design or workmanship the Contractor shall remedy such defects at his own cost provided he is called

upon to do so within a period of 14 months from the date of acceptance thereof by the purchaser who

shall state in writing in what respect the stores or any part thereof are faulty

(c) If in the opinion of the purchaser it becomes necessary to replace or renew any efective stores

such replacement or renewal shall be made by the Contractor free of all costs to the purchaser

provided the notice informing the Contractor of the defect is given by the purchaser in this regard within

the said period of 14 months from the date of acceptance thereof

(d) Should the Contractor fail to rectify the defects the purchaser shall have the right to reject or

repair or replace at the cost of the Contractor the whole or any portion of the defective stores

(e) The decision of the purchaser notwithstanding any prior approval or acceptance or inspection

thereof on behalf of the purchaser as to whether or not the stores supplied by the Contractor are

defective or any defect has developed within the said period of 12 months or as to whether the nature

of the defects requires renewal or replacement shall be final conclusive and binding on the Contractor

(f) To fulfil guarantee conditions outlined in clause 4 (a) to (e) above the Contractor shall at the

option of the purchaser furnish a Bank Guarantee (as prescribed by the purchaser) from a Bank

approved by the purchaser for an amount equivalent to 10 of the value of the Contract along with first

shipment documents On the performance and completion of the Contract in all respects the Bank

Guarantee will be returned to the Contractor without any interest

(g) All the replacement stores shall also be guaranteed for a period of 12 months from the date of

arrival of the stores at purchasers site

(h) Even while the 12 months guarantee applies to all stores in case where a greater period is called

for by our specifications then such a specification shall apply in such cases the period of 14 months

referred to in para 4 (b) (c) shall be the asked for guarantee period plus two months

5 PACKING FORWARDING INSURANCEThe Contractor will be held responsible for the stores being

sufficiently and properly packed for transport by rail road sea or air to withstand transit hazards and

ensure safe arrival at the destination The packing and marking of packages shall be done by and at the

expense of the Contractor The purchaser will not pay separately for transit insurance all risks in transit

Tender No SCLPS52019E0156401 10

being exclusively of the Contractor and the Purchaser shall pay only for such stores as are actually

received in good condition in accordance with the Contract

6 DESPATCHThe Contractor is responsible for obtaining a clear receipt from the Transport Authorities

specifying the goods dispatched The consignment should be dispatched with clear Railway

ReceiptLorry Receipt If sent in any other mode it shall be at the risk of the Contractor Purchaser will

take no responsibility for short deliveries or wrong supply of goods when the same are booked on said

to contain basis Purchaser shall pay for only such stores as are actually received by them in accordance

with the Contract

7 TEST CERTIFICATEWherever required test certificates should be sent along with the dispatch

documents

8 ACCEPTANCE OF STORES

(a) The stores shall be tendered by the Contractor for inspection at such places as may be specified by

the purchaser at the Contractors own risk expense and cost

(b) It is expressly agreed that the acceptance of the stores Contracted for is subject to final approval

by the purchaser whose decision shall be final

(c) If in the opinion of the purchaser all or any of the stores do not meet the performance or quality

requirements specified in the Purchase Order they may be either rejected or accepted at a price to be

fixed by the purchaser and his decision as to rejection and the prices to be fixed shall be final and

binding on the Contractor

(d) If the whole or any part of the stores supplied are rejected in accordance with Clause No 8 (c)

above the purchaser shall be at liberty with or without notice to the Contractor to purchase in the

open market at the expense of the Contractor stores meeting the necessary performance and quality

Contracted for in place of those rejected provided that either the purchase or the agreement to

purchase from another supplier is made within six months from the date of rejection of the stores as

aforesaid

9 REJECTED STORESRejected stores will remain at destination at the Contractors risk and responsibility

If instructions for their disposal are not received from the Contractor within a period of 14 days from the

date of receipt of the advice of rejection the purchaser or his representative has at his discretion the

right to scrap or sell or consign the rejected stores to Contractors address at the Contractors entire risk

and expense freight being payable by the Contractor at actuals

10 DELIVERY

(a) The time for and the date of delivery of the stores stipulated in the Purchase Order shall be deemed

to be the essence of the Contract and delivery must be completed on or before the specified dates

Tender No SCLPS52019E0156401 11

(b) Should the Contractor fail to deliver the stores or any consignment thereof within the period

prescribed for such delivery the purchaser shall be entitled at his option either

(i) to recover from the Contractor as agreed liquidated damages and not by way of penalty a sum of

05 per week of the price of any stores which the Contractor has failed to deliver as aforesaid or during

which the delivery of such store may be in arrears subject to a minimum of 10 or

(ii) to purchase from elsewhere without notice to the Contractor on the account and at the risk of the

Contractor the stores not delivered or others of a similar description (where others exactly complying

with the particulars are not in the opinion of the purchaser readily procurable such opinion being

final) without cancelling the Contract in respect of the consignment (s) not yet due for delivery or

(iii) to cancel the Contract or a portion thereof and if so desired to purchase or authorise the purchase of

stores not so delivered or others of a similar description (where others exactly if complying with the

particulars are not in the opinion of the purchaser readily procurable such opinion final) at the risk and

cost of the Contractor In the event of action being taken under sub clause (ii) (iii) of clause 10 (b) above

the Contractor shall be liable for any loss which the purchaser may sustain on that account provided

that the re purchase or if there is an agreement to repurchase then such agreement is made within six

months from the date of such failure But the Contractor shall not be entitled to any gain on such re

purchase made against default The manner and method of such re purchase shall be at the discretion of

the purchaser whose decision shall be final It shall not be necessary for the purchaser to serve a notice

of such re purchase on the defaulting Contractor This right shall be without prejudice to the right of the

purchaser to recover damages for breach of Contract by the Contractor

11EXTENSION OF TIMEAs soon as it is apparent that the Contract dates cannot be adhered to an

application shall be sent by the Contractor to the purchaser If failure on the part of the Contractor to

deliver the stores in proper time shall have arisen from any cause which the purchaser may admit as

reasonable ground for an extension of the time (and his decision shall be final) he may allow such

additional time as he considers it to be justified by circumstances of the case without prejudice to the

purchasers right to recover liquidated damages under clause 10 thereof

12 ERECTION OF PLANT MACHINERYWherever erection of a plant or machinery is the responsibility of

the Contractor as per the terms of the Contract and in case the Contractor fails to carry out the erection

as and when called upon to do so within the period specified by the purchaser the purchaser shall have

the right to get the erection done through any source of his choice In such an event the Contractor

shall be liable to bear any additional expenditure that the purchaser is liable to incur towards erection

The Contractor shall however not be entitled to any gain due to such an action by the purchaser

13 PAYMENT Contractors bill will be passed for payment only after the stores have been received

inspected and accepted by the Purchaser

14 MODE OF PAYMENT Normally payment will be made for the accepted stores within 30 days from

the date of receipt of the materials

Tender No SCLPS52019E0156401 12

15 RECOVERY OF SUM DUE Whenever any claim for the payment of whether liquidated or not money

arising out of or under this Contract against the Contractor the purchaser shall be entitled to recover

such sum by appropriating in part or whole the security deposited by the Contractor if a security is

taken against the Contract In the event of the security being insufficient or if no security has been taken

from the Contractor then the balance or the total sum recoverable as the case may be shall be

deducted from any sum then due or which at any time thereafter may become due to the Contractor

under this or any other Contract with the purchaser Should this sum be not sufficient to cover the full

amount recoverable the Contractor shall pay to the purchaser on demand the remaining balance due

Similarly if the purchaser has or makes any claim whether liquidated or not against the Contractor

under any other Contract with the purchaser the payment of all moneys payable under the Contract to

the Contractor including the security deposit shall be withheld till such claims of the purchaser are

finally adjudicated upon and paid by the Contractor

16 INDEMNITY The Contractor shall warrant and be deemed to have warranted that all stores supplied

against this Contract are free and clean of infringement of any Patent Copyright or Trademark and shall

at all times indemnify the purchaser against all claims which may be made in respect of the stores for

infringement of any right protected by Patent Registration of design or Trade mark and shall take all risk

of accidents or damage which may cause a failure of the supply from whatever cause arising and the

entire responsibility for sufficiency of all means used by him for the fulfilment of the contact

17 ARBITRATION In the event of any disputes differences or claims arising out of or relating to the

interpretation and application of the Contract such disputes or differences or claims shall be settled

amicably by mutual consultations of the good Offices of the respective Parties and recognizing their

mutual interests attempt to reach a solution satisfactory to both the parties If such a resolution is not

possible within 30 days from the date of receipt of written notice of the existence of such disputes

then the unresolved disputes or differences or claims shall be referred to the Sole Arbitrator

appointed by the Parties by mutual consent in accordance with the rules and procedures of Arbitration

and Conciliation Act 1996 as amended from time to time The arbitration shall be conducted in New

Delhi in the Arbitration and Conciliation Centre New Delhi (Domestic and International) as per its rules

and regulations The expenses for the Arbitration shall be shared equally or as may be determined by

the Arbitrator The considered and written decision of the Arbitrator shall be final and binding between

the Parties The applicable language for Arbitration shall be English only

Work under the Contract shall be continued by the CONTRACTOR during the pendency of arbitration

proceedings without prejudice to a final adjustment in accordance with the decision of the Arbitrator

unless otherwise directed in writing by the Purchaser or unless the matter is such that the works cannot

be possibly continued until the decision (whether final or interim) of the Arbitrator is obtained

18 COUNTER TERMS AND CONDITION OF SUPPLIERS Where counter terms and conditions printed or

cyclostyled conditions have been offered by the supplier the same shall not be deemed to have been

accepted by the Purchaser unless specific written acceptance thereof is obtained

Tender No SCLPS52019E0156401 13

19 SECURITY FOR PURCHASE OF MATERIALS Successful tenderer will have to furnish in the form of a

bank guarantee or any other form as called for by the purchaser towards adequate security for the

materials and properties provided by the Purchaser for the due execution of the Contract

20 In eprocurement system submission of bid is a two step process After submission of their bids

bidders have to wait for bid sealing by Purchaser Subsequently bidders have to complete open

authorization in the eprocurement system to enable the Purchaser to open the bid If open

authorization is not completed by the bidder then Purchaser will not be able to open the bid and the

bid becomes invalid

In case bidder encounters any technical snag pertaining to eprocurement system while acting on the

tender computer screen shot of the error message with date time stamp on the web browser along

with the query shall be e mailed by the bidder to the help desk for resolution of the problem at least 2

working days before the due date and time of bid submission The contact detail of the help desk is

available on the home page of the eprocurement website

Purchaser will make all efforts to resolve technical queries reported by the bidders but will not be bound

to do so if the problems are reported beyond the time mentioned above Purchaser will not be

responsible for non submission of bids for such cases

The time taken to ascertain evaluate and suggest a solution for the problem reported by bidder may

vary from case to case Hence bidders are advised to submit the bid well in advance before closing date

and time to avoid last minute issues

DOS PM‐ 22

Instruction to Tenderer

1 Bid Open Authorization shall be submitted online only complying specified schedule and complete in

all respects with technical specifications including pamphlets and catalogues

2 A Proforma Invoice may also be given which should contain the following information

a) The FOBFCA value the C and F value for import by Sea freight Air freight up to and for air parcel

post up to should be separately indicated

b) Agency Commission The amount of commission included in the price and payable to the Indian Agent

of the Contractor shall be paid directly to the Indian Agent by the Purchaser in equivalent Indian Rupees

on the basis of an Invoice from him applying TT buying rate of exchange ruling on the date of

placement of the Purchase Order and which shall not be subject to any further exchange variations This

payment will be released to the Indian Agent immediately after Customs clearance of the goods in India

Tender No SCLPS52019E0156401 14

c) The Contractor shall invoice only for the net amount payable to deducting the amount of Agency

Commission included in the invoice which will be paid to the Indian Agent directly by the Purchaser

However the Contractors invoice should separately reflect the amount of commission payable to his

Indian Agent

d) The earliest delivery period and country of origin of the Stores

e) Bankers name address telephonefax Nos and eMail ID of the Contractor

f) The approximate net and gross weight and dimensions of packages cases

g) Recommended spares for satisfactory operation for a minimum period of one year

h) Details of any technical service if required for erection assembly commissioning and demonstration

3 The FOBFCA and C and F prices quoted should be inclusive of all taxes levies duties arising in the

tenderers country

4 The offer should be valid for a minimum period of 90 days (single part tender) and 120 days (Two part

tender) from the due date of opening of the tender

5 Samples if called for should be sent free of all charges

6 Late and delayed tenders will not be considered Quotations by cable must be followed by detailed

offers

7 Offers made by Indian Agents on behalf of their Principals should besupported by the proforma

invoice of their Principals

8 The details of Import Licence will be furnished in the Purchase Order

9 The authority of person signing the tender if called for shall be produced

10 Instructions Operation Manual containing all assembly details including wiring diagrams should be

sent wherever necessary in duplicate All documents correspondence should be in English language

only

11 The Purchaser reserves the right to accept or reject the lowest or any offer in whole or part without

assigning any reason

12 It is expressly agreed that the acceptance of the Stores Contracted for is subject to final approval in

writing by the Purchaser

13 a) Part shipment is not allowed unless specifically agreed to by us

b) As far as possible stores should be despatched by Indian Flag Vessels Air India through any Agency

nominated by us

Tender No SCLPS52019E0156401 15

14 Inspection Test Certificate should be provided for the goods after testing it thoroughly at the

Contractors works If any Inspection by Lloyds or any other testing agency is considered necessary it

shall be arranged by Contractors

15 Where erection or assembly or commissioning is a part of the Contract it should be done

immediately on notification The Contractor shall beresponsible for any lossdamage sustained due to

delay in fulfilling this responsibility

16 For items having shelf life those with maximum shelf life should be supplied if order is placed

TERMS AND CONDITIONS

1 DEFINITIONS

(a) The term Purchaser shall mean the President of India or his successors or assignees

(b) The term Contractor shall mean the person firm or company with whom or with which the order for

the supply of stores is placed and shall be deemed to include the Contractors Successors

representatives heirs executors and administrators unless excluded by the Contract

(c) The term Purchase Order shall mean the communication signed on behalf of the Purchaser by an

officer duly authorised intimating the acceptance on behalf of the Purchaser on the terms and

conditions mentioned or referred to in the said communication accepting the Tender or offer of the

Contractor for supply of stores of plant machinery or equipment of part thereof

(d) The term Stores shall mean what the Contractor agrees to supplyunder the Contract as specified in

the Purchase Order

2 PRICES

Tenders offering firm prices will be preferred Where a price variation clause is insisted upon by a

tenderer quotations with a reasonable ceiling should be submitted Such offers should invariably be

supported by the base price taken into account at the time of tendering and also the formula for any

such variations

3 TERMS OF PAYMENT

31 Being a Department of the Government of India the normal terms of payment are by Sight Draft

However other terms of payment like establishment of Letter of Credit may be considered by the

Purchaser on such terms and conditions as may be agreed upon

32 The Sight Draft Letter of Credit will be operative on presentation of the under mentioned

documents

a) Original Bill of Lading Airway Bill

Tender No SCLPS52019E0156401 16

b) Commercially certified invoices describing the stores delivered quantity unit rate and their total

value in triplicate The invoice should indicate the discounts if any and Agency Commission separately

c) Packing List showing individual dimensions and weight of packages

d) Country of Origin Certificate in duplicate

e) Test Certificate

f) Declaration by the Seller that the contents in each case are not less than those entered in the invoices

and the quality of the Stores are guaranteed as per the specifications asked for by the Purchaser

g) Warrantee and guarantee Certificates vide Clause 20 herein below

4 IMPORTANT LICENCE

Reference to Import License No and date and Contract number and date shall be prominently indicated

in all the documents

5 DEMURRAGE

Supplier shall bear demurrage charges if any incurred by the purchaser due to delayed presentation of

shipping documents as prescribed in the bankers within a reasonable time (say within 10 to 12 days)

from the date of bill of lading for sea consignments and within 3 to 4 days from the date of Air Way Bill

for air consignments

6 ADDRESS OF INDIAN AGENTS

7 GUARANTEED TIME DELIVERY

The time for and the date of delivery stipulated in the Purchase Order shall be deemed to be the

essence of the Contract Delivery must be completed within the date specified therein

8 INSPECTION AND ACCEPTANCE TEST

81 The Purchaser representatives shall also be entitled at all reasonabletimes during manufacture to

inspect examine and test on the Contractors premises the material and workmanship of all stores to be

supplied under this Contract and if part of the said stores is being manufactured on other premises the

Contractor shall obtain for the purchasers representative permission to inspect examine and test as if

the equipment were being manufactured on the Contractors premises Such inspection examination

and testing shall not release the Contractor from the obligations under this Contract

82 For tests on the premises of the Contractor or of any of his subContractors the Contractor shall

provide free of cost assistance labourmaterial electricity fuel and instruments as may be required or

as may be reasonably needed by the purchasers representative to carry out the tests efficiently

Tender No SCLPS52019E0156401 17

83 When the stores have passed the specified test the purchasers representative shall furnish a

certificate to the effect in writing to the Contractor The Contractor shall provide copies of the tests

certificates to the purchaser as may be required

9 MODE OF DESPATCH

Generally stores should be despatched through Indian Flagged Vessel Air India or through any other

Agency nominated by the purchaser A copy of the invoice and packing list should invariably be kept

inside each of the packages

10 PORT OF ENTRY

New Delhi Mumbai

11 CONSIGNEE

Purchase and Stores Officer Stores

12 SHIPPING MARKS

The mark on the shipping documents such as invoice bill of lading and on the packages should be as

follow

PURCHASE ORDER NO

DATED

GOVERNMENT OF INDIA

DEPARTMENT OF SPACE

(name of the CentreUnit)

Destination

Port of Entry

13 INSURANCE OF THE STORES

The necessity or otherwise of insurance will be as indicated in the Purchase Order

14 CONTRACTORS DEFAULT LIABILITY

141 The purchaser may upon written notice of default to the Contractorterminate the Contract in

whole or in part in circumstances detailedhereunder

Tender No SCLPS52019E0156401 18

a) If in the judgement of the Purchaser the Contractor fails to makedelivery of Stores within the time

specified in the Contract agreement or within the period for which extension has been granted by the

Purchaser to the Contractor

b) If in the judgment of the Purchaser the Contractor fails to comply with any of the other provisions of

this Contract

15 In the event the Purchaser terminates the Contract in whole or in part as provided in Clause 14 the

Purchaser reserves the right to Purchase upon such terms and in such a manner as he may deem

appropriate stores similar to that terminated and the Contractor shall be liable to the Purchaser for any

additional costs for such similar stores andor for liquidated damages for delay as defined in Clause 19

until such reasonable time as may be required for the final supply of stores

151If this Contract is terminated as provided in Clause 14 the Purchaser in addition to any other rights

provided in this Article may require the Contractor to transfer title and deliver to the Purchaser under

any of the following clauses in the manner and as directed by the Purchaser

a) Any completed stores

b)Such partially completed stores drawing information and Contract rights (hereinafter called

manufacturing material) as the Contractor has specifically produced or acquired for the performance of

the Contract as terminated The Purchaser shall pay to the Contractor the Contract price for completed

stores delivered to and accepted by the purchaser and for manufacturing material delivered and

accepted

152 In the event the Purchaser does not terminate the Contract as provided in Clause 14 the

Contractor shall continue the performance of the Contract in which case he shall be liable to the

purchaser for liquidated damages for delay as set out in Clause for DELAY IN COMPLETION

LIQUIDATED DAMAGES until the stores are accepted

16 REPLACEMENT

If the stores or any portion thereof is damaged or lost during transit thePurchaser shall give notice to

the Contractor setting forth particulars of such stores damaged or lost during transit The replacement

of such stores shall be effected by the Contractor within a reasonable time to avoid unnecessary delay in

the intended usage of the Stores In case the purchaser agrees the price towards replacement items

shall be paid by the purchaser on the basis of original price quoted in the tender or as reasonably

worked out from the tender

17 REJECTION

In the event that any of the stores supplied by the Contractor is found defective in material or

workmanship or otherwise not in conformity with the requirements of the Contract specifications the

purchaser shall either reject the stores or request the Contractor in writing to rectify the same The

Tender No SCLPS52019E0156401 19

Contractor on receipt of such notification shall either rectify or replace the defective stores free of cost

to the purchaser If the Contractor fails to do so the purchaser may at his option either

a) replace or rectify such defective stores and recover the extra cost so involved from the Contractor or

b) terminate the Contract for default as provided under clause 14 above or

c) acquire the defective stores at a reduced price considered equitable under the circumstances The

provision of this article shall not prejudice the Purchasers rights under clause 19

18 EXTENSION OF TIME

If the completion of supply of stores is delayed due to reason of force majeure such as acts of god acts

of public enemy acts of Government fires floods epidemics quarantine restriction strikes freight

embargoes etc the Contractor shall give notice within 15 days to the purchaser in writing of his claim

for an extension of time The purchaser on receipt of such notice after verification if necessary may

agree to extend the Contract delivery date as may be reasonable but without prejudice to other terms

and conditions of the Contract

19 DELAY IN COMPLETION LIQUIDATED DAMAGES

If the Contractor fails to deliver the stores within the time specified in theContract or any extension

thereof the purchaser shall recover from theContractor as liquidated damages a sum of onehalf of one

percent (05percent) of the Contract price of the undelivered stores for each calendar week of delay

The total liquidated damages shall not exceed ten percent (10 percent) of the Contract price of the unit

or units so delayed Stores will be deemed to have been delivered only when all their component parts

are also delivered If certain components are not delivered in time the stores will be considered as

delayed until such time as the missing parts are delivered

20 GUARANTEE and REPLACEMENT

a) The Contractor shall guarantee that the stores supplied shall comply fully with the specifications laid

down for material workmanship and performance

b) For a period of twelve months after the acceptance of the stores if any defects are discovered

therein or any defects therein are found to have developed under proper use arising from faulty

materials design or workmanship the Contractor shall remedy such defects at his own cost provided he

is called upon to do so within a period of 14 months from the date of acceptance thereof by the

Purchaser who shall state in writing in what respect the stores or any parts thereof are faulty

c) If in the opinion of the purchaser it becomes necessary to replace or renew any defective stores such

replacements or renewals shall be made by the Contractor free of all costs to the purchaser provided

the notice informing the Contractor of the defect is given by the purchaser in this regard within the said

period of 14 months from the date of acceptance thereof

Tender No SCLPS52019E0156401 20

d) Should the Contractor fail to rectify the defects the purchaser shall have the right to reject or repair

or replace at the cost of the Contractor the whole or any portion of the defective stores

e) The decision of the Purchaser notwithstanding any prior approval or acceptance or inspection

thereof on behalf of the purchaser as to whether or not the stores supplied by the Contractor are

defective or any defects has developed within the said period of 12 months or as to whether the nature

of the defects requires renewal or replacement shall be final conclusive and binding on the Contractor

f) To fulfill guarantee conditions outlined in Clause 20 (a) to (e) above the Contractor shall at the option

of the purchaser furnish a Bank Guarantee (as prescribed by the purchaser Bank Guarantee format

enclosed) from a Bank approved by the purchaser for an amount equivalent to 10Percent of the value of

the Contract along with first shipment documents On the performance and completion of the Contract

in all respects the Bank Guarantee will be returned to the Contractor without any interest

g) All the replacement stores shall also be guaranteed for a period of 12 months from the date of arrival

of stores at purchasers site

h) Even while the 12 months guarantee applies to all stores in case where a greater period is called for

by our specifications then such a specification shall apply and in such cases the period of 14 months

referred to in Clause 20 (b) and (c) shall be asked for guarantee period plus two months

21 REQUIREMENT OF ADDITIONAL NUMBERS OF THE STORESSPARE PARTS ORDERED

The Contractor shall also undertake the supply of additional number of items covered by the order as

considered necessary by the purchaser at a later date the actual price to be paid shall be mutually

agreed to after negotiations

22 PACKING

a) The Contractor wherever applicable shall pack and crate all stores for sea air shipment as applicable

in a manner suitable for export to a tropical humid climate in accordance with internationally accepted

export practices and in such a manner so as to protect it from damage and deterioration in transit by

road rail or sea for space qualified stores The Contractors shallbe held responsible for all damages due

to improper packing

b) The Contractor shall ensure that each box unit of shipment is legible and properly marked for

correct identification The failure to comply with this requirement shall make the Contractor liable for

additional expenses involved

c) The Contractor shall notify the purchaser of the date of shipment from the port of embarkation as

well as the expected date of arrival of such shipment at the designated port of arrival

d) The Contractor shall give complete shipment information concerning the weight size content of each

packages etc

Tender No SCLPS52019E0156401 21

e) Transshipment of equipment shall not be permitted except with the written permission of the

purchaser

f) Apart from the despatch documents negotiated through Bank the following documents shall also be

airmailed to the purchaser within 7 days from the date of shipment by sea and within 3 days in case of

air consignments

a) Commercial Bill of Lading Air Way Bill Post parcel Receipt (Two nonnegotiable copies)

b) Invoice (3 copies)

c) Packing List (3 copies)

d) Test Certificate (3 copies)

e) Certificate of Origin

The Contractor shall also ensure that one copy of the packing list is enclosed in each case

23 ARBITRATION

In the event of any disputes differences or claims arising out of or relating to the interpretation and

application of the Contract such disputes or differences or claims shall be settled amicably by mutual

consultations of the good Offices of the respective Parties and recognizing their mutual interests

attempt to reach a solution satisfactory to both the parties If such a resolution is not possible within 30

days from the date of receipt of written notice of the existence of such disputes then the unresolved

disputes or differences or claims shall be referred to the Sole Arbitrator appointed by the Parties by

mutual consent in accordance with the rules and procedures of Arbitration and Conciliation Act 1996 as

amended from time to time The arbitration shall be conducted in New Delhi in the Arbitration and

Conciliation Centre New Delhi (Domestic and International) as per its rules and regulations The

expenses for the Arbitration shall be shared equally or as may be determined by the Arbitrator The

considered and written decision of the Arbitrator shall be final and binding between the Parties The

applicable language for Arbitration shall be English only

Work under the Contract shall be continued by the CONTRACTOR during the pendency of arbitration

proceedings without prejudice to a final adjustment in accordance with the decision of the Arbitrator

unless otherwise directed in writing by the Purchaser or unless the matter is such that the works cannot

be possibly continued until the decision (whether final or interim) of the Arbitrator is obtained

24 LANGUAGE AND MEASURES

All documents pertaining to the Contract including specification schedule notice correspondence

operating and maintenance instructions drawings or any other writings shall be written in English

language The metric system of measurement shall be used exclusively in the Contract

25 INDEMNITY

Tender No SCLPS52019E0156401 22

The Contractor shall warrant and be deemed to have warranted that all Stores supplied against this

Contract are free and clean of infringement of any patent copyright or trade mark and shall at all times

indemnify the purchaser against all claims which may be made in respect of stores for infringement of

any right protected by Patent Registration of design or Trade Mark and shall take all risk of accident or

damage which may cause a failure of the supply from whatever cause arising and the entire

responsibility for the sufficiency of all the means used by him for the fulfillment of the Contract

26 COUNTER TERMS AND CONDITIONS OF SUPPLIERS

Where counter terms and conditionsprinted or cyclostyled conditions have been offered by the

supplier the same shall not be deemed to have been accepted by the purchaser unless specific written

acceptance thereof is obtained

27 SECURITY INTEREST

On each item to be delivered under this Contract including an item of work in progress in respect of

which payments have been made in accordance with the terms of the Contract purchaser shall have a

security interest in such items which shall be deemed to be released only at the time when the

applicable deliverable item is finally accepted and delivered to the purchaser in accordance with the

terms of the Contract Such security interest of the purchaser shall constitute a prior charge as against

any other charge or interest created in respect of such items by any entity

28 BANK CHARGES

While the purchaser shall bear the bank charge payable to his Bankers (State Bank of India) the

Contractor shall bear the Bank charges payable to his Bankers including the cheques towards advising

amendment commissions

29 TRAINING

The Contractor shall if required by the purchaser provide facilities for the practical training of

Purchasers engineering technical personnel from India and for their active association on the

manufacturing processes throughout the manufacturing period of the Contract stores number of such

personnel to be mutually agreed upon

30 APPLICABLE LAW

The Contract shall be interpreted construed and governed by the laws of India

Tender No SCLPS52019E0156401 23

BidTemplates

GENERAL CONDITIONS

Item Specifications

Sl No Specifications Complianc

e (Yes No)

Offered Specifications Remarks

1 Intent of the ProjectaThe scope of Project includes Supply

Installation Testing and Commissioning of electrical

distribution system including illumination MCC Panels fire

detection system Local Area Network (LAN) Paging etc for

the Chemical Store Building at Semi‐Conductor Laboratory

(SCL) Sector‐ 72 SAS Nagar Mohali (Punjab) bScope

includes receiving unloading storage insurance in‐plant

transportation and all equipment amp accessories covered under

this specificationcTechnical SpecificationBrief overview of

Equipment amp services under this specification is described

hereiGeneral SpecificationiiSupply amp Installation of

Electrical MCCPCC Panels MCB DB exhaust fan light fixtures

etciiiSupply amp Installation of wire cables conduits Modules

SwitchSockets termination earthing etcivSupply amp

Installation of Fire detection system and its

accessoriesvSupply amp Installation of NetworksLAN

systemviSupply and installation of material for Earthing and

lightning protection system viiAny other electrical

requirement for execution of the work dDrawing amp notes All

drawing amp notes as listed in the annexure form a part of this

specification

Tender No SCLPS52019E0156401 24

2 General Information for Site Condition The Contractor may

visit the site of work at SCL to acquaint themselves of the

actual site conditions

3 Code amp Standards All electrical equipment and accessories to

be furnished installed and commissioned under scope of

these specifications shall be designed manufactured tested

and installed in accordance with relevant Indian Standard

Specifications (ISS) Indian electricity rules and any other

applicable regulations

4 Period of CompletionThe time allowed for supply installation

testing and commissioning of the entire work shall be six (6)

months to be reckoned from the 7th day of issue of Purchase

order by SCL

5 Drawing Data and ManualsFollowing drawings documents

shall be submitted by the selected contractor for approval of

SCL for execution of the workaFoundation drawing of all

floor mounted Electrical panelsbGeneral Layout (GA)

drawing with dimension of all electrical equipment and Single

line drawings (SLDs) of electrical PanelcMake type and

catalogue of Switchgears of Electrical MCC Panels Power DBs

Power Cables and related accessories along with technical

leaflets data sheets etc to be provided by the contractor

The contractor shall offer recommended makes mentioned in

this document dEquipment data sheets furnishing

guaranteed performance figure for each type of

equipmenteTest certificates test results for each type of

equipmentfCheck lists and tests to be conducted during

erection testing amp commissioning of the individual

equipmentOn successful completion of the entire work the

Contractor shall provide lsquoAs Builtrsquo drawings for all the Systems

executed under the Contract Three (03) sets of hard copies

and one (01) set in soft copy (CDDVD) in Auto‐CAD and PDF

Tender No SCLPS52019E0156401 25

format shall be provided to SCL for its record and reference

Contractor shall also provide instruction Operation

manual(s) and maintenance manuals for the all equipment

system installed under the project

6 Eligibility Criteria Only those bidders meeting the below

mentioned eligibility criteria are eligible to participate in the

tendera Should have satisfactorily executed at‐least two (2)

similar works of value not less than Rs 50 Lakh each

involving inter alia power distribution works consisting of

MCCsPCCs of rating not less than 400 A 415 V 35 kA ( fault

level) MCBDBs lighting systems cabling during the last 5

years To ascertain eligibility for the work the participating

bidders shall enclose copy (ies) of the detailed Purchase

Order(s) and their completion certificate(s) evidencing

satisfactory completion of similar works issued by the

respective clientsorganisations Completion certificate for

works issued by private parties shall be supported by TDSb

Should not have incurred any loss in more than two years

during the last five (5) financial years ending 31st March 2019

c The Contractor should possess valid license of Class lsquoArsquo

Category Electrical Contractor issued by the State Licensing

Authorityd The contractor shall carry out the work in co‐

ordination with the civil works undertaken by other contractor

engaged by SCL

7 DeviationaContractor to clearly mention deviation(s) if any

from the specification in the unpriced techno‐commercial bid

bUnless such deviations are recorded in the deviation sheets

and submitted with the bid it will be assumed that the offer is

made in conformity with the tendered specification in all

respectscThe deviations shall be evaluated by SCL and

acceptance of the same shall be at the sole discretion of SCL

Tender No SCLPS52019E0156401 26

8 Quantity variationThe quantities indicated against each item

in the Bill of Quantities (BOQ) are indicative and are for the

purpose of bidding only Variation in quantities upto + 25

shall be carried out by the contractor on the agreedPurchase

Order (PO) rates and terms amp conditions as in the Purchase

Order (PO) In case of contract items which exceed the said

limit of +25 the contractor may claim revision of rates

supported by proof analysis and if the rate claimed in excess

of the rate specified in the bill of quantities SCLrsquos engineerndashin‐

charge of the work shall after giving consideration to the

analysis of rates submitted by the contractor determine the

rates on the basis of market rates and the contractor shall be

paid in accordance with the rates so determined The

Contractorrsquos profit amp OH shall be factored in the rate

analysis15

9 Extra ItemsIn case of extra items (that are completely new

and are in addition to the items contained in the contract) the

contractor may claim rates supported by proper analysis and

SCLrsquos engineer‐in‐charge of the work shall after giving

consideration to the analysis of the rates submitted by the

contractor determine the rates on the basis of market rates

and the contractor shall be paid in accordance with the rates

so determined The Contractorrsquos profit amp OH shall be factored

in the rate analysis15

10 Construction Power SupplyElectricity if available in the

premises may be provided to the contractor by Department

(SCL) only at a single point free of cost subject to the following

conditions ‐a)The Contractor has to make his own

arrangement to tap Electricity from a 3 phasesingle phase

supply from the location decided by the SCLrsquos Engineer‐in‐

charge (E‐I‐C)

Tender No SCLPS52019E0156401 27

11 Storage space site office Contractor will be provided a

lockable room within SCL premises for storage space subject

to availability Contractor will make at his own cost

temporary site office close to work site as per the location

decided by the E‐I‐C

12 Materialsystem submittalsMaterialssystems etc procured

by the selected Contractor for incorporation in the work will

be only of MakesManufacturers specified in the tender

document Submittals of the same shall be submitted by the

contractor for SCL review and approval

13 Other RequirementsbullErection testing amp commissioning of

items as per BOQbullSpecial tools amp tackles Party shall arrange

the ladderscaffoldingstair for working at height for cable

laying Fire detection system installation of light fixture

bullWork shall be executed as per the ISRO contractor safety

Manual Contractor to ensure that the manpower is equipped

with PPE for working at the site bullAll relevant drawing data

catalogues with instruction and trouble shoot manuals type

test certificates for the above accessoriesbullMaterials and

accessories which are necessary or used for satisfactory and

trouble free operation and maintenance of the above

equipmentrsquosmaterial shall also be furnished bullContractor

shall deploy skilled amp unskilled Labor qualified technical

Supervisor(s) erection tools amp tackles testing tools amp

equipment supplies consumables and hardware and

transport for timely and efficient execution of the

workbullContractor shall guarantee LED fixtures

(flameproofnon‐flameproof) for a period of 5 years from the

date of acceptance The contractorrsquos guarantee shall be

supported with a guarantee from the manufacturer(s) in this

regard

Tender No SCLPS52019E0156401 28

TECHNICAL SPECIFICATION‐1

Item Specifications ‐I

Sl No Specifications Compliance

(Yes No)

Offered Specifications Remarks

1 Internal Wiringa The electrical wiring installations and other

accessories shall comply with latest IS code 732 (part‐II) 1983

and National Electric Code‐1985b The word concealed means

it involves cutting of floor wall and making good after laying

the conduitMetal raceway as per the enclosed drawings by

the contractor as requiredc The contractor shall provide all

necessary components fixing materials accessories and

interconnections as per standard practice It is to be noted

that ceiling rose forms a part of the specifications hence not

indicated separately and shall be provided by the contractor

as requiredd Scope includes termination of wire ferruling

dressing cable tie etc as requirede The work shall be

executed as per the ISRO electrical specification available on

ISRO site wwwisrogovin in Schedule I to be read along with

the tender specification

2 LED LuminariesThe scope includes supply installation

testing commissioning of flame proofnon‐flameproof LED

lighting fixture at the ceiling level (about 55 meter height) in

the chemical store building outer periphery of the store

building electrical room AHU room at the first floor as per

drawings and discretion of E‐I‐C Architectural plan of the

building is attached Supply of required accessories such as

mounting brackets nuts bolts screws washers glands and

any other material required for installation of LED fixture as

per specifications mentioned in BOQ shall be part of the

specification Junction box as required for loop‐in and loop‐

Tender No SCLPS52019E0156401 29

out of the cable for flame proof light fixture will be in the

scope of the contractor LED light fittings will be suitable for

operation on 230V single phase AC supply The fitting shall

be supplied with all fixing material such as brackets nuts

bolts etc as required for installation of fittings Special

Conditions aLuminaire make (Brand) from among the

recommended make mentioned in the tender document shall

be clearly mentioned in Technical Bid along with complete

technical detailsbThe LED light fitting and its driver unit etc

shall have warranty for a period of 5 years from the date of

installation and commissioningcThe flame proof fixture shall

be provided along with the Petroleum and Explosives Safety

Organization (PESO) certification

3 Detailed Specification for LED Fixture a Flame Proof LED

Fixtures Supply and installation of flameexplosion proof high

efficiency 1 Phase 230 V 60W LED light fitting as per IS 2206

with luminous efficiency 100Lmwatt or better CRI gt 08 amp

THDlt10 IP‐66 as per ISIEC 605292001 made of Die cast

aluminium alloy Heat resistant amp tough clear dome glass

having enclosure as per Ex‐d GAS Gr IIA IIB IIC AS PER ISIEC

60079‐12007 amp ISIEC 60079‐02004 Area of classification

ZONE‐1 2 21 amp 22 and temperature class T‐6 or better as per

ISIEC 60079 complete with loop‐in loop‐out provision

Mounting bracket for mounting on the ceiling Double

compression cable gland shall be provided and install by the

contractor along with the light fitting Recommended Make of

fixture Baliga Stahl Sudhir SwitchgearRecommended make

of LED NICHIA CREE PHILIPS LUMILED OSRAMb General

LED fixtures Supply amp fixing of wallceiling mounted batten

type 20W LED tube light (Four feet) luminaire with efficient

driver (efficiency shall be more than 90) amp with minimum

lumens output of 2000 lumens per lamp comprising of nano

diffuser technology complete with efficient amp constant

Tender No SCLPS52019E0156401 30

current output driver suitable for operation on 230V single

phase 50Hz AC supply efficient heat sink effective thermal

management and with colour temperature shall be gt 6000K

The LED with suitable control gear and power factor gt09 LM

79 certification for luminaireLM80 certificate for LED shall be

submitted and with other standard accessories prewired

including necessary interconnections complete in all respects

and as directed by EIC (Similar to Philips Astra or equivalent)

Recommended make of fixture Philips GE Trilux

LTRecommended make of LED NICHIA CREE PHILIPS

LUMILED OSRAM

4 c Street Light Fixture Supply and installation of 72W75W

LED Street Light fixture with High‐brightness White LEDs

sources with high transmittance flat toughed glass cover and

peanut LENS on each LEDs System luminous efficacy 100

LmsWatt 5600K colour temperature amp 70 CRI value for

ensuring good quality light output Life of at‐least 50000

hours at 70 lumen maintenance ampLED driver efficiency gt

85 Power factor greater than 095 THDlt10 amp min 3KV

surge protection with operating voltage range from 120‐270V

for ensuring lifelong high performance of luminaire the

fixture shall be made of LM‐6 Pressure die‐cast aluminium

with engraved company name amp have IK05 amp IP66 Class

protection with NABL Accredited LM‐79 amp LM‐80 Report

Mounting pole mounted upto a height of 8 meter and pole

bracket diameter of 48‐60 mm (adjustable) Recommended

make of fixture Trilux Philips GE LTRecommended make of

LED NICHIA CREE PHILIPS LUMILED OSRAM

5 Street Light Pole Providing and installation of hot dipped

galvanized swaged tubular 9‐meter‐long with planting depth

15 metersiexclbrvbar street light poles The effective length of each

section shall be‐ bottom 5 meters middle 2 meters and top 2

meters The outside dia and thickness of pole shall be

Tender No SCLPS52019E0156401 31

minimum 11430x440mm 889x4085mm 761x325mm

respectively as required The pole shall be provided with

necessary bracket (inclination 105115 degree length 15

meter dia 45 mm ) for mounting upto 72 W LED street light

fixture Each pole shall have a weather proof

loopingterminal box clamped at 550 mm above ground level

along with a suitable earth terminal The looping box shall be

provided with a suitable Power terminal arrangement to loop

4C x10sqmm size cable and MCB5A fuse cut‐out A base

plate 300 x300x10mm shall be welded to the bottom of the

pole Both underground cable and GI earth wire shall be

terminated at the terminal looping box in the looping zone

Further wiring to the light fixture shall be done with three

core flexible copper wire (2core for power supply and third

core for earthing)GI tubular pole shall be installed in cement

concrete 136 (1 cement 3 coarse sand 6 graded stone

aggregate 40 mm nominal size) foundation including

excavation and refilling etc Party to cast 2 run of 32 mm MS

conduit for cables upto a height of 550mm from ground level

for loop in loop out of cable The civil work for street light pole

foundation forms a part of installation of the work and will be

done by the party as required for commissioning of lighting

poleFor earthing of street light poles coilspiral earthing

using 8 SWG GI wire shall be used The GI wire shall be buried

to a minimum depth of 15 m with excavation refilling of

earth and connecting GI wire to pole using GI bolt and nut

complete as per requirementMake of Pole Reputed make

with ISI mark Note Party shall submit Drawing of the street

light pole for SCL approval before start of manufacturing

6 Cables wire conduit earthing Switchboards

SwitchesSockets etca Cables The scope includes the Supply

and installation of XLPE insulated overall FRLS PVC outer

sheathed AlCu armored cable on wallsurfacesoilexisting

Tender No SCLPS52019E0156401 32

cable tray as required for MCC Panel and MCB DBs as per the

detailed specification and quantity in this document All

necessary hardware for installation of cable like cable tie

clamps tags etc is in the scope of Contractor Contractor to

ensure that cable laid on the cable tray is properly clamped

with GI clamps and cable is properly secured on cable tray b

Wire The scope includes the Supply and installation of FRLS

Copper wire of different size quantity amp Specification for

power distribution and lighting and power etc as per the

requirement c Conduit The scope includes the Supply and

installation of ISI makes MS Conduits of different size as per

Specification for power and lighting distribution switch

sockets etc as per the requirement Flexible conduit shall be

of GId Cable tray The scope includes the supply and

installation of GIMS cable trays as per specificationse

Earthing The scope includes the supply and providing

earthing for Panels DBs cable trays light fixtures and poles

flameproof accessories fire panel speakers exhaust fans etc

matching the specifications given in this tender documentf

Lightning protection The scope includes the supply and

providing earthing for lightning protection of the building as

per the IS 2309 specification and quantities as per the BOQ

The scope includes horizontal and vertical runs earth pits test

point earthing of building periphery for contour etcg Rack

earthing The scope includes the supply and providing

earthing for racks as per specificationsh Switchboards and

SwitchSockets The scope includes the Supply and installation

of different size of flameproofnon‐flameproof Switchboards

and switchsocket for Lighting Power Distribution as per

specificationi MSGI Conduits flexible GI conduit earthing

materials doublesingle compression brass cable glands

cable lugs (Al amp Cu as required) cable ties cablewire

identification tags required for the installation and

maintenance of trouble free operation of the downstream

Tender No SCLPS52019E0156401 33

system and accessories are covered under this specificationj

MS junction box conduit along with all related accessories as

per specification

TECHNICAL SPECIFICATION‐2

Item Specifications ‐II

Sl No Specifications Compliance

(Yes No)

Offered Specifications Remarks

1 Electrical Panel SpecificationGeneralaPanel shall be

fabricated as per IEC 61439 part 1 amp 2 bPanel shall be indoor

metal clad air insulated floor mounted extendable to side

single front construction front wired front

connectedcMinimum thickness of sheet metal used shall be

2 mm and panel shall confirm to IP54 protectiondThe

working height of the Panel shall be limited as per standard

engineering practicese The design should be fully

compartmentalized with metal partitions between

compartments All doors shall be gasketed Each vertical

section shall have removable back coverfAll switches push

buttons lamps indicating instruments shall be flush

mountedgA full height vertical cable chamber with cable

supports shall be provided in each section to facilitate unit

wiring Cable chamber shall be sized to accommodate all cable

and shall have removable covers A horizontal wire way

extending the entire length shall be provided at the top of

panel for inter panel wiringhPanel shall be with minimum

75mm high base MS channel frameiThe panel shall undergo

seven tank or better process as per relevant IS

standardsjLifting hook shall be provided at each section for

easy transportationkDifferent compartment of the panel

shall be provided with dust proof type air filter louvers

explosion vents or similar safety arrangements in the panels

Tender No SCLPS52019E0156401 34

to let out gases under pressure generated during event of any

fault inside the panellPanel shall have pocket for the Panel

drawing in the incomer section

2 Busbar and Bus TapsaThe main bus and connections shall be

of high connectivity AluminiumAluminium alloy sized for

specified current ratings with maximum temperature limited

to 85amp778 C ie 35amp778 C rise and ambient 50amp778

bSeparate vertical bus bars shall be provided for each vertical

panelcAdequate contact pressure shall be ensured at bus

connections by means of two bolt connections with plain and

spring washers and lock nutsdBus bar and connections shall

be fully insulated for working voltages with adequate

phaseground clearances Insulating sleeves heat shrink type

for bus bar and shrouds removable type joints shall be

provided Bus insulators shall be flame retardanteBus bar

shall be color coded for easy identificationfBusbar should be

connected in such a way that it can be dismantledassembled

while separating different section of the panelgShrouds of

transparent sheet on the exposed bus in cable alleys for

adequate safety measurehBus bar Conductor shall be

confirming to IS‐5082iMinimum clearance (PH‐PH PH‐N and

PH‐E) between Bus bars shall be maintained as per latest

ISjBus Bar supporting Material shall be of

SMCDMCkMaterial of Aluminium Bus bar shall be of E91

gradelBus bar shall be protected from the transparent

insulated material for stand safety point

3 3Control ModuleaFixed type control module shall house the

control components for a circuitbThe equipment layout shall

provide sufficient working space in between the components

and subject to SCL approval cEach control module shall be

equipped with ACDC potential free Relays (230V AC24V DC)

Contactors etc for seamless interface of the operation of

Drives from FCMS (PLC)dVendor to provide the potential free

Tender No SCLPS52019E0156401 35

contact to facilitate local operation from MCC and remote

operation from FCMSPLC Vendor shall provide with each

drive module automanual selector switch and each drive

module shall be wired up to the terminal block for localauto

selection ON OFF trip feedback to SCLrsquos control station and

ONOFF command room FCMSPLC as welleMCC panel and

LPBS shall have selector switches for MCCLocal and

LocalRemote selection respectively Control (OnOff) of the

Drivesheaters will be as per following selection If selector

switch (SS) at MCC is selected to MCC ONOFF operation can

be done from MCC only irrespective of position of SS at LPBSIf

selector switches both at MCC amp LPBS are selected to LOCAL

ONOFF operation can be done from LPBS onlyIf SS at MCC is

selected to LOCAL and SS at LPBS is selected to REMOTE

ONOFF operation can be done from FCMS only

4 VFDVFD shall be of Allen Bradley PF400 series having

redundant Control Net communication option as well to

communicate with the existing Facilities Control amp Monitoring

System (FCMs) Control Net Bridge Coaxial Straight T‐Tap

1786‐TPS must also be supplied along with VFDs Line

reactorchoke of suitable rating shall be connected before the

VFD

5 Thyristor based Heater ControlaDYDAC Make Thyristor

power controller Type 3003 or equivalent rating 85kW

Control input 4‐20mA Thyristor input supply 415VAC (3‐Ouml)

Thyristor output supply 415VAC (3‐Ouml) which shall be provided

by the vendor in a separate compartment of the MCC 4‐20mA

Control signal from the heater PID will modulate the thyristor

controller output to maintain the fresh air temperature at set

value Heater ON and OFF set points shall be adjustable in the

SCADA in FCMSbThyristor controller run command run

feedback 4‐20mA modulating signal shall be wired up to the

terminal block in the cable alley in the MCC Thyristor

Tender No SCLPS52019E0156401 36

Panelcompartment shall be complete with inter module

control and power wiring 220V AC supply shall be drawn from

one of the phase and neutral of the incoming 415VAC and

connect to the Thyristor supply terminals through MCB

Circuit breaker lsquoswitch ONrsquo and Thyristor control unit lsquoRUN

commandrsquo will get activated from FCMS if air temperature is

below ON set point Circuit breaker lsquoswitch OFFrsquo and Thyristor

control unit lsquoRUN command withdraws will get activated

from FCMS when temperature becomes above OFF set point

6 Fire Suppression system amp Fire Protection systemPanel shall

be equipped with required materials such as fire suppression

cylinders filled with fire suppression agents Fire detection

tubes Heat sensor tubes end of line adaptor with gauge

electrical Relays differential pressure valves etc to provide

the fire suppression and fire protection system in cable alley

and bus bar chambers of the electrical panel

7 MCCBaThe MCCBs should be extra current limiting type with

trip time of less than 10 m sec under short circuit conditions

The current limiting action should be achieved with repulsion

principle The MCCBs should preferably have an anti‐reclosing

featurebThe MCCBs should be 3 or 4 poles as per SLDcThe

MCCBs should have a Service short circuit breaking capacity

(Ics) of not less than 35 kA rms at 415 Volts 50Hz AC for

incomer The service breaking capacity should be equal to

ultimate breaking capacities (Icu) (ie Ics= Icu=100)dThe

release should be thermal magnetic having adjustable

overload and short circuiteSwitches shall be triple pole air

break AC23 motor duty for motor starter feedersfCubicle

doors of incoming and outgoing shall be mechanically

interlocked with switchgear to prevent unintentional openings

of the door while the unit is in energized condition However

defeat interlock provision is also to be providedgAll incoming

and outgoing feeders shall be provided with bolted disconnect

Tender No SCLPS52019E0156401 37

link for isolation of neutral if necessary Selector switches

shall be of rotary typehThe MCCB shall be provided with

rotary drive kit spreader terminals and ONOFFTrip (MCCB)

position of switch handle to be clearly markediDuct Heater

MCCB shall be motorized to control (ONoff) from FCMSjFor

incomers it should be EDO microprocessor based

communicable MCCB (35 kA or above) with numerical

releases for OL SC amp EFR (With mechanical and Electrical

interlocking for operation of only one ACB at any point of

time)

8 MPCBaThe MPCBs should be of 3 pole air break type AC3

Duty continuous rating as specifiedbMPCBs should have at

least 1NO+1NC contactcThese should have trip indication

test trip functiondThe release should be thermal magnetic

having adjustable overload trip settingeThe service breaking

capacity should be equal to ultimate breaking capacities (Icu)

(ie Ics= Icu=100)fThe MPCBs should be suitable for din rail

type mounting

9 Capacitor Bank Supply and installation of Capacitor Bank ‐

Box Type Dry construction Conforming to IS 13340‐41IEC

60831 440V 50Hz Rated Current (In) as per Load Heavy

Duty Dielectric MPP Low loss type with overall loss lt

05WkVAR Delta Connection with Discharge Device

10 ContactoraThe contactor shall be 3 pole air break type AC3

Duty continuous rating for motor starter feeders with non‐

bouncing silver silver alloy contactsbContactor shall be of

electromagnetic type rated for uninterrupted duty as per

relevant standards and also suitable for capacitor duty

cContactor shall be provided with adequate auxiliary contacts

rated for 10Amps 240VAC for interfacing with control

schemedContactor coil rating shall be minimum pick up of

85 of rated voltage and minimum drop out of 75 rated

Tender No SCLPS52019E0156401 38

voltage

11 Control and IndicationsaPush buttons will be heavy duty oil

tight and push to actuate type with integral plate marked

with its functionbEach push button shall be provided with

2NO+2NC contacts rated for 10Amps 240VACcLamps shall

be LED type rated for 240V AC Lens and lamps shall be

replaceable from the front dThe control supply shall be

through a 415V230V transformer and the vendor shall

provide 1 no 415V230V transformer for the same Vendor

shall also provide Power module for 24V DC Supply for the

operation of heaters control module

12 MetersaAll indicating instruments shall be digital

Switchboard type with accuracy class +‐ 2 full scalebMFM

of suitable rating shall be used in the incomer

feedercSelector switches shall be furnished at outgoing

feeders as per SLD for ammeterdAmmeter shall be of analog

type flush mounted industrial pattern of size 96x96 mm with

accuracy class 10 eMultifunction meter shall be of digital

type flush mounted industrial pattern of size 96x96 mm with

accuracy class 10 as per IEC 6205253 suitable for

measurement of Current Voltage Power Frequency Power

factor Energy and ready port to communicate with FCMS

through RS 485 The Meter should have Modbus

communication port as well

13 CT (Current transformer)CT will be cast resin type rated 15VA

or more burden with Maximum accuracy limit of class 1

14 Secondary wiringaPanel shall be fully wired at the factory to

ensure proper functioning of control and protectionbFuse

and links shall be provided to permit individual circuit

protection from bus wires without disturbing other circuits All

spare contacts of relays push buttons and other devices shall

Tender No SCLPS52019E0156401 39

be wired up to terminal blockscWiring shall be done with

flexible 25sqmm copper 1100V grade PVC insulated

switchboard wires Each wire shall be identified at both ends

with permanent markers bearing wire numbers as per wiring

diagramdWire termination shall be done with crimping type

connector with insulating sleeve

15 Powercontrol Terminal BlocksaTerminal block shall be 660V

grade box clamp type with marking strips similar to ELMEX 10

mm2 or equal for ControlbTerminal for CT secondary leads

shall have provision for shortingcNot more than two wires

shall be connected to any terminaldSpare terminals equal in

number to 20 active terminals shall be providedeTerminal

blocks shall be suitably located in cable alleysfFor Power

cable Bus Bar type cable connector (Melamine material) shall

be providedgFor Control cable heavy duty screw type cable

connector (Melamine material) shall be provided

16 Cable terminationaPanel shall be designed for cable entry

from topbEach cable shall be clearly marked at both ends

with an indestructible marker preferably a cable tag made of

Aluminium tacked with indicating cable number amp both end

feeder tags with switchboard tags Cable tags at ends of cable

shall be provided inside the gland plate as well as outside the

gland platecAll provisions and accessories shall be furnished

for termination of cables including removable gland plates

cable supports and terminal blocksdGland plate shall be

minimum 3 mm thick

17 Ground BusA GI ground bus rated to carry the maximum fault

current shall extend full length of Panel The ground bus shall

be provided with 2 bolts with GI bolt and nuts at each end to

receive 50x6mm GI flat

18 NameplateaThe nameplate of approved design shall be

Tender No SCLPS52019E0156401 40

provided for each compartment and also at the top of each

panel Nameplate shall be minimum 20x70mm and 3mm

thickbDrawing Pouch shall be provided at the incomer cable

allay

19 PaintingPanel shall be painted with light grey epoxy painted

(Siemens Gray RAL 7032) and caution notice plate shall be

fixed at the back of each vertical panel

20 Make of Switchgears aMCCBSiemensSchneiderbPush

button SiemensSchneider TekniccSelector

SwitchSiemensSchneider Teknic

dFuseSchneiderSiemenseTimerSiemensSchneiderfContro

l TransformerAEIMPIndcoilgTerminal

BlockElmexConnectwellFTChMeters Conzerv LampT

AEiCTs amp PTsKappaAutomatic

Electric(AE)NippenjContactorsSchneiderSiemenskIndicatio

ns SiemensSchneider

TekniclRelaysSchneiderSiemensPLAmMCBSchneiderSiem

ensnCooling Fan

RexnordSunonoVFDsAllen bradlypThyristor moduleDYDAC

qRCBOSiemensSchneiderrMCB

DBSiemensABBLegrandsLine reactorchokeAllen

BradleytCapacitor BankNeptune Schneider Siemens

21 Local Push Button Station (LPBS)The Scope includes supply

and installation of LPBS for Chiller Pumps AHUs Heaters as

per the BOQ and detailed specification given below aLPBS

shall be indoor metal clad air insulated wallAngle frame

mounted as required single front construction front wired

front connected hinged lockable door LPBS for Chiller Pumps

system shall be suitable for outdoor installationbMinimum

thickness of sheet metal used shall be 2 mm and panel shall

conform to IP54 protection for indoor installation and IP65 for

outdoor type LPBScAll switches push buttons with indicating

Tender No SCLPS52019E0156401 41

LED lamps indicating instruments shall be flush

mounteddThe LPBS shall be used for remote operation of

drives Equipment and HeaterseTo facilitate the localremote

operation LPBS shall have LocalRemote selector switch and

provided with Start push button lockable Stop push button

ammeter of suitable range Terminal Block and lockable

Emergency off Switch etc fLPBS shall be equipped with AC

(230V)DC (24V) Relays Contactors etc for seamless interface

of the operation of Drives from FCMS (PLC)gLPBS should be

suitable for wall mounting and provided with necessary

mounting arrangementhWiring shall be done with flexible

25sqmm copper 650V grade PVC insulated switchboard

wires Each wire shall be identified at both ends with

permanent markers bearing wire numbers as per wiring

diagramiWire termination shall be done with crimping type

connector with insulating sleevejGland plate shall be

minimum 3 mm thickkThe nameplate of approved design

shall be provided for each compartment and also at the top of

each panel Nameplate shall be minimum 20x70mm and 3mm

thicklLPBS shall be painted with light grey epoxy painted

(Siemens Gray RAL 7032)

22 Make of Electrical panel As per DOS Approved Panel

manufacturer list (attached)

TECHNICAL SPECIFICATION‐3

Item Specifications ‐III

Sl No Specifications Compliance

(Yes No)

Offered Specifications Remarks

Tender No SCLPS52019E0156401 42

1 Fire Detection System Scope for fire detection system

includes supply installation testing commissioning of Fire

panel Addressable Fire detection devices Manual Call Points

Addressable loop sounders Switch Monitoring unit (SMU) UV

IR sensor for detection of methanol flame Cable MS junction

boxes for loop in loop out of cable as per specifications and

integrating the same with existing repeater panel as per the

requirement The detailed specifications for the different

component of fire deduction system are as follows

2 A Multi‐sensor Detectors The smoke detectors shall be multi‐

sensor (heat and smoke) detector with isolator suitable for

detecting a wide range of smoke from slow smoldering and

fast flaming fire The detector shall have following features

bullSolid state addressing arrangement in combination with a

hand held programmer to configure the sensor

addressbullElectronics free mounting basebullTwin alarm LEDs for

360 Degree viewing and shall have blinking LED facilitybullThe

sensor shall have s removable chamber for ease of cleaning or

replacementbullAutomatic compensation for smoke sensor

contaminationbullShall have a built in test facility which allows

the fire alarm control panel to adjust the alarm threshold

levels to compensate for contamination and shall have a

maintenance alarm display when threshold can no longer be

adjustedbullOperating temperature ‐ 10 DegC to 50 DegC and

operating RH at 40 DegC‐95 RH

3 B Manual call stations Manual Call Stations should have in

built monitor module and pressbreak and resettable

capability constructed of high impact LEXAN sheet with clearly

visible operating instructions on the cover and the word FIRE

shall appear on front and suitable for surface mountingflush

mounting complete as required

Tender No SCLPS52019E0156401 43

4 C UV IR SensorThe UV‐IR flame detector shall operate on 24

VDC 0‐24mA current output suitable for detection of

Methanol flame with automatic built in test for reliable

operations and suitable for installation in Hazardous area zone

1and 2 with Class I Division 12 Gas group A B C The detector

shall not be susceptible to environmental conditions to

generate false alarms The entire system shall be rated for IP

66 or better and supplied with suitable mounting bracket The

system shall comply to the detailed specifications as listed

belowbullDetection Technology UV ‐ IR Electro‐optical

detectionbullDetection range 75 meterbullField of View greater

than equal to 90deg Both Horizontal and verticalbullResponse

Time less than equal to 5 secondsbullBuilt in Test Automatic

bullOperating Temperature Range 0 to + 75degCbullOperating

Humidity Range Continuous 95 non‐condensingbullAnalog

Output signal 4‐20mAbullAlarms amp Fault Normal 4 mA Fault

02 mA Alarm 20 mA + 10 verifiedbullOperating voltage 24

VDC ( 18‐32VDC)bullPower consumption Vendor to specify for

Standby and Alarm conditionbullSensor Calibration

Verification Sensor calibration as per OEM for certified

performancebullSensor Life 2 Years (minimum)bullSensor

Calibration vendor to carry out sensor calibration at site and

submit calibration certificate valid for one yearbullRFI EMI

SusceptibilitybullRequired EN 616326‐3 and EN 6100006‐3 or

equivalent IP protectionbullIP protection IP 66 or betterbullFault

Diagnostic Sensor Fault (end of life) other informationbullSelf‐

Check Test Automatic during start‐upbullHousing SS 316

Epoxy Painted Aluminium die castbullStart‐up Time Vendor to

specifybullApprovalcertification PESO and ATEX ‐ Ex d IIC C

Class 1 Div 12 Group A B C DNote Vendor shall arrange

the 230V AC to 24V DC Power supply module along with half

an hour Battery Back up in MS powder coated Enclosure

Input Power supply (230V AC) for Power Supply module shall

Tender No SCLPS52019E0156401 44

be provided by SCL

5 D SMU Unit for UV IR sensor Supply installation testing and

commissioning of Switch Monitoring Unit (SMU) to configure

the UV IR sensors with fire detection system as requiredE

SoundersAddressable Sounders shall be loop powered with

all fixing materials complete as required The sound level shall

be 100dB (A)

6 F Fire Alarm Control Panel (FACP) bullFACP shall be of 2

loopsbullFACP shall be suitable for 230V 50 Hz AC supply and

detectors shall be powered using FACP based detection

circuits Devices shall receive power and communication from

the same pair of conductorsbullFACP shall provide for resetting

detectors fault isolation and sensor loop operationbullFACP

shall be suitable for mixing different fire devices and beam

smoke detectors within the same loop to optimize field

wiringbullFACP shall have alarm indication of individual sensors

detector trouble alarm indication for dust accumulation The

panel shall check detector once in every 24 hours for

contamination for this purposebullThe FACP shall regularly

supervise all the sensors and devices on the loop and initiate

fire or trouble alarm whenever requiredbullFACP shall have 2

wire circuits to connect minimum of 126 addressable devices

per loopbullFACP shall be with repeater interface and suitable

24V battery with built in software and 2 x 40 character

alphanumeric LCD display and necessary front panel control

keys FACP shall display the date time and description for

Analog sensors to indicate alarms and trouble

situationsbullFACP switches shall allow authorized personnel to

accomplish the following ‐bullInitiate a general alarm

conditionbullSilence the local audiblebullSilence the alarm

signalsbullReset all zonespointsbullFACP shall have walk test

facilitybullShall have facility for programming from the key

board or utilizing PC set up software via laptopdesk top

Tender No SCLPS52019E0156401 45

computerbullShall have memory data for panel configuration

and operation reside in non‐volatile memory (EPROM)bullFACP

shall have facility for speech processor (to record pre‐

recorded message of 20 S) and also have Auto Dialer facility

(can dial up to 8 different lines)bullAll addressable units shall be

connected to the FACP through the loop cards and shall be

addressed though individualized numbers The FACP shall be

able to obtain analog value for all detectors in the circuit

through a pulsed digitized current data The FACP shall be

able to analyze all analog inputs from all addressable units

and though its own software and ambient level screening the

FACP shall be able to identify fire possible fire or fault

conditions The unit supervision shall be dynamic and

continuousbullThe FACP shall itself have all loop cards in it No

isolated mother board or transponder shall be

consideredbullShortopen circuit units shall also be reported at

the FACP in such cases the system through the use of fault

isolators shall be able to isolate that segment between the

two fault isolators The missing DetectorsDevices shall also

be reported to the FACP with identification of the

locationbullThe FACP shall have the facility to set smoke sensor

sensitivity remotely to either high sensitivity manually or on a

pre‐programmed sequence (Ie DayNight) period When an

alarm condition is sensed at the FACP from a smoke or heat

detector a delay timealarm verification period shall be

started If the sensor is still in alarm after the delay time

expired an alarm condition is reported The delay time shall

be adjustable from 0 to 990 secondsbullThe FACP shall have

either an in‐built or external printer coupled to the FACP

which shall log all events with time The printout shall clearly

indicate the event‐FirePre‐AlarmFault etc with the unit

address and timebullThe FACP shall also be able to discriminate

between false alarms and fire conditions as well as priority

selection of alarm in case alarm activities in two or more

Tender No SCLPS52019E0156401 46

remotely located units simultaneously In such cases the

Manual Call stations shall have the highest prioritybullThe FACP

shall also be able to actuate switches automatically in case of

Fire condition of AHUs and power supply or other system such

as piped pressurized gas supplybullThe system shall be fail safe

and adequate safe guards should be under taken that in the

event of a failure of a part of the system it shall not handicap

the complete system The loop cards shall be of Modular

constructionbullThe FACP shall have its own battery backup of a

minimum of 48 hours in normal run and then half an hour in

alarm condition The backup time calculation shall be done as

per TAC standards The Battery shall be 2 x 12V (24V) DC and

of sealed maintenance free type housed inside the FACPbullIt

shall be able to withstand temperature variations from 0

Degree Centigrade to 55 Degree Centigrade Further Relative

Humidity (non‐condensing type) up to 93 shall not hamper

its performance The voltage rating shall be from 17V DC to

31V DC though the voltage may be change depending upon

the working voltages of a proprietary FACPbullThe FACP shall be

totally enclosed dust and vermin proof type made of

minimum 16‐gauge dust inhibited sheet with even baked

finish The FACP shall be of completely solid state designbullThe

logic circuitry shall be based on high noise immunity solid‐

state hardware employing modular construction Logic cards

shall be of epoxy fiber glass constructionbullThe FACP shall have

EN 54ULFM approvalbullThe panel shall have an extra loop

card to serve as standby in case of burnout or malfunctioning

of any operating loop cardsbullThe FACP shall be capable of

being networked (future expansion) with other similar FACPs

located at different locations of SCL premises through a single

RS 485 busbullThe FACP shall have provision for interfacing with

the Public Address System

7 G Repeater panelScope comprises of supply and installation

Tender No SCLPS52019E0156401 47

of Repeater Panel which display fire fault message

simultaneously with the FACP bullIt shall be capable of

interfacing with the FACP on a single RS 485 Bus bullThe panel

shall be capable of operating on 24V DC supplybullThe

independent 24V DC supply source to be installed in MS

cubicle Box duly powder coated paint along with repeater

panelbullThe panel shall have 2 x 40‐character backlit display

which shall display date time and description of alarm

trouble events are that displayed in the panel shall be

powered from the FACPbullIt shall have control keys for sound

silence mute and to reset the FACP from the repeater

stationsbullThe repeater panel shall have the following LEDs

indicationsbullSupply bullFault bullMute bullSilent bullDisabled

bullFire

8 H Fire CableSupply and installation of 2Cx15mm2 Copper

extruded PVC inner sheath armored and overall FRLS PVC

outer sheathed 11 KV grade as per IS 7098 (Part I bearing ISI

certification) on existing cable traywallsoft soilhard soil as

required

9 I Fire Cable terminationSupplying and making end

termination with brass compression gland and copper lugs for

2Cx15mm2 Copper cable in MS Box of Size 4X4 installed

above the false ceilingwallsurface as required

10 J Junction Box for Fire devicesSupply installation testing and

commissioning of MS painted box Size 4X4 with ELMEX type

terminal block for loop in loop out of 2c x15 sq mm copper

armored cable and connection to the fire detector device on

wallsurfacerecess including wall cutting and providing

necessary hardware for mounting fixing including all

material for fixing as required

Tender No SCLPS52019E0156401 48

TECHNICAL SPECIFICATION‐4

Item Specifications ‐IV

Sl No Specifications Compliance

(Yes No)

Offered Specifications Remarks

1 A NetworksLAN The detailed specification for the network

rack switch cable cords IOs face plates etc and the

required accessories shall be as below CAT 6A or better cable

shall be laid in the PVC Conduit The detailed specifications

for the different component of networksLAN are as follows

2 bull Rack Supply installation testing and commissioning of UL

listed modular type 12U network rack with front glass door

and rear perforated door floor mounted Size 550x550 with

1 No of 5 port Octagonal PDU 515Amp with MCB and Fan

Tray with minimum 2 Fans The rack should have provision of

2 nos of cable manager duct type 1U and 2 vertical manager‐

concealed type Rack should be three sides openable with

front glass door and rear perforated door and provision of

cable entry from top and bottom both with proper earthing

kit as requiredRecommended Make Rittal Netrack

Schneider Valrack

3 bull Network Switch Supply amp installation of Network Switch in

Network Rack with the following specification as belowSwitch

shall haveamp61607Port Density Minimum 8 101001000

BaseT Ports amp 4‐1G SFP Ports ready for use with SFP module

Ports shall support PoE on all ports with PoE budget of

180Wamp61607Architecture Stand‐alone rack

mountableamp61607Bandwidth minimum 56Gbps of

switching bandwidth to support above listed ports in non‐

blocking configurationamp61607StackableScable support for

Tender No SCLPS52019E0156401 49

stacking multiple switchesamp61607Stacking backplane

bandwidth Access switch shall have additional port(s) for

providing minimum 40 Gbps stacking bandwidthamp61607L2

Features 8021x authentication spanning tree

etcamp61607Networkjflowsflow or equivalent provision for

Networkjflowsflow or equivalent supportamp61607Network

Management support Network Management through

command line interface (CLI) SNMP v1 v2c v3

httpsamp61607IPv6 Readiness IPv6 Readiness from day

1amp61607RegulatorySafety confirming to UL60950 amp

EN60950amp61607EALNIAP certified Model No shall be EAL

or NIAPNDPP certifiedRecommended Make Cisco Juniper

HP Brocade dell

4 bull CAT 6A Cable Supply and installationlaying of category 6A

or better 4 pair shielded cable UFTP or FUTP in PVC

Conduit sheath type low smoke zero halogen (LSZH) with

transmission properties amp electrical properties tested

minimum up to 500MHz amp verified by ETL amp comply with

ANSITIAEIA‐568‐C2 amp ISOIEC 11801 Recommended make

Commscope Schneider Molex Siemon

5 bull Patch Panel Supply installation testing and commissioning

of CAT6A PatchJack Panel of 24 Port fully loaded in Network

rack with port identification number with self‐adhesive clear

label holder Each portjack on the panel should be

individually removable on field from the panel and have

integrated rear cable management metallic shelf and have a

separate provision of grounding Recommended make

Commscope Schneider Molex Siemon

6 bull Patch Cords (1 meter) Supply installation testing and

commissioning of Patch Cords Cat 6A shielded 1 meter in

Network rack with 4 pair shielded copper wire factory pre

terminated with shielded RJ45 plugs Aluminumpolyester

Tender No SCLPS52019E0156401 50

shield screen material with low smoke Zero halogen sheath

comply to TIA‐568‐C2 Cat 6A in IOs of Network

RackRecommended make Commscope Schneider Molex

Siemon

7 bull Patch Cords (3 meter) Supply installation testing and

commissioning of Patch Cords Cat 6A shielded 3 meter in

Network rack with 4 pair shielded copper wire factory pre

terminated with shielded RJ45 plugs Aluminumpolyester

shield screen material with low smoke Zero halogen sheath

comply to TIA‐568‐C2 Cat 6A at field side Recommended

make Commscope Schneider Molex Siemon

8 bull Information outlet Supply and installation of Shielded Cat

6A information outlet UFTP or FUTP compliance to category

6A or better TIA568C2‐500MHz at field sideRecommended

make Commscope Schneider Molex Siemon

9 bull Face Plate (Dual) Supply and installation of single gang

square face plate (Dual) and SMB Box with a provision to

support variety of jacks‐ UTP STP etc at the field

sideRecommended make Commscope Schneider Molex

SiemonbullFace plate (single) Supply and installation of square

face plate ( single) with a provision to support variety of jacks‐

UTP STP etc at the field sideRecommended make

Commscope Schneider Molex Siemon

10 bull SMB Box Supply and installation of SMB Box for face plate

(DualSingle) as required Recommended make Commscope

Schneider Molex Siemon

11 bull Other Accessories amp61607Supply and Installation of

25mm electrical grade ISI mark PVC Conduit in

wallfloorslabsurface including wallfloor cutting and

making good the same as required Recommended make

Reputed ISI Markamp61607Supply and installation of OFC SM

Tender No SCLPS52019E0156401 51

OS2 Cable in existing 32mm HDPE pipe as

requiredamp61607Supply and Laying of 32mm HDPE pipe

direct in ground including excavation sand cushioning

protective covering and refilling the trench including standard

cable route marker etc as requiredamp61607Supply and

installation of SC simplex single‐mode LSZH pigtail 1m as

requiredamp61607Supply and installation of adaptor plate

with 3 SC duplex SM adaptors as requiredamp61607Splicing of

OFC as per Core as requiredamp61607Supply and installation

of accessories for making the Chamber Pit‐ 1Mtr Depth with

Lid for housing OFC as requiredamp61607Trenching of

HardSoft Soil as required

12 B Paging The scope includes supply installation testing and

commissioning of Supply and installation of IP 65 or better

explosion proofWP loud speaker anticorrosive powder

coated red (RAL‐3000) suitable for Zone I amp II Class II C

Hardware SS304 as per IS2148 and equivalent to model FLSR

25 of Baliga with necessary support gland as required and

installing the same on wallsurface with GI supports as

required and connecting the same with wire The Scope also

includes supply and installation of 2Cx15mm2 FRLS armored

and PVC sheath twisted pair wire their termination tagging

glanding earthing etc as required for speakers and other

accessories requires for smooth commissioning of the paging

system

Vendor Specificied Terms

Description Vendor Terms

Tender No SCLPS52019E0156401 52

1Delivery Term

Prices shall be quoted on F O R destination basis ie S C L S A S Nagar Mohali

Punjab exclusive of GST and taxes as may be applicable

2 GST

Purchaser is entitled to concessional GST of 5 as per Ministry of Finance

Department of Revenue Notification No 472017 Integrated Tax (Rate) both

dated 14th November 2017 respectively and would accordingly issue Exemption

Certificate in favour of the contractor quoting in Indian Rupees The bidder

should take note of the same while quoting the prices in Indian Rupees GST on

installation services shall be applicable 18

3 DELIVERY SCHEDULEPERIOD OF COMPLETION

The time allowed for supply installation testing and commissioning of the entire

works shall be 06 (Six) months to be reckoned form the 7th day of issue of

purchase order

4 IMPORTANT

This being a two part Tender Technical and Commercial parts separate the

bidder should not attach any document(s) containing pricing information with

technical part The Contractor will provide Un priced commercial offer in

envelope 1 (Technical Part) as an attachment

The tenders containing price information in Technical Part will be treated as

unsolicited offers and rejected Contractor to confirm that Price bid is not

attached in Envelope 1 ie Technical Part

Priced Commercial offer if any should be attached in Envelope 2 (Price Bid)

under Supporting Documents from Vendor (Commercial) as an attachment

5 The prices shall remain firm until completion of entire project including

extended period if any No cost escalation shall be applicable for the work

Tender No SCLPS52019E0156401 53

6 SECURITY DEPOSIT

a) On acceptance of the tender the Contractor shall submit security deposit for

ten percent (10 percent) of the value of the Contract within 15 days from the

date of purchase order If the Contractor fails toprovide the security within the

period specified such failure shall constitute a breach of the Contract and the

Purchaser shall be entitled to make other arrangements for the re purchase of

the stores contracted at the cost and risk of the Contractor

b) Security Deposit shall be submitted through Demand Draft Bankers Cheque

fixed deposit receipt or Bank Guarantee from any of the Scheduled Banks

executed on nonjudicial stamp paper of appropriate value and shall be valid for

a period of sixty (60) days beyond the date for completion of the Purchase

OrderContract

c) In case the contractor fails to furnish the security deposit within the specified

date or extended due date the Purchase OrderContract shall be cancelled and

in addition appropriate penal action may also be considered

d) After the Purchase OrderContract is successfully executed in all respects the

Bank Guarantee towards Security Deposit may be discharged and retained

amount shall be refunded to vendors

e) In the event of non execution of the Purchase orderContract or breach of any

terms and conditions of the Purchase Order the Security Deposit shall be

forfeited

7 Warranty

The Contractor shall provide for the tendered job comprehensive warranty for

parts as well as labour for a period of 12 months from the date of successful

installation commissioning and testing of the system at Purchasers site at no

extra charges against any manufacturing defectfaulty workmanship In case any

defect arises during warranty period the Contractor should replacerectify the

same at its own cost at siteworks

The LED light fittings and its driver unit etc shall have warranty for a period of 5

Tender No SCLPS52019E0156401 54

years from the date of installation and commissioning

8 Warranty Replacements

All replacement parts if any shall be supplied by the Contractor free of cost on F

O R Purchaser site at S A S Nagar Punjab basis

9 TERMS OF PAYMENT

The payment shall be remitted as under

90 of the value of the materials supplied shall be paid within 30 days of the

receipt of the materials at purchaser site and the balance 10 amount along

with 100 installation charges shall be payable on successful installation

commissioning and acceptance of the entire project at Purchasers site against a

Performance Bank Guarantee

10 PERFORMANCE BANK GUARANTEE (PBG)

The Contractor shall furnish a Bank Guarantee (as per format given by purchaser)

from any nationalized scheduled bank for an amount equivalent to 10 of the

value of the Contract and shall be valid for a period of 60 days beyond the expiry

date of warranty period On the performance and completion of the Contract in

all respects the Bank Guarantee will be returned to the Contractor without any

interest

11 VALIDITY

The tender must be valid for a minimum period of 120 days from the date of

opening of Technical bid and 90 days after opening of Price bid

The tender where the validity period is shorter than the period specified in the

tender enquiry shall be excluded from the procurement process

12 Quantity Variation

The quantities indicated against each items in the Bill of Quantities (BOQ) are

indicative and are for the purpose of bidding only Variation in quantities up to

Tender No SCLPS52019E0156401 55

+25 percent shall be carried out by the contractor on the agreedPurchase order

(PO) rates and terms amp conditions as in the purchase order (PO)

13 GUARANTEED TIME DELIVERY

The time for and the date of delivery stipulated in the Purchase Order shall be

deemed to be the essence of the Contract Delivery must be completed within

the date specified therein

14 Extra Items

In case of extra items (that are completely new and are in addition to the items

contained in the contract) the contractor may claim rates supported by proper

analysis and purchaser engineer in charge of the work shall after giving

consideration to the analysis of the rates submitted by the contractor determine

the rates on the basis of market rates and the contractor shall be paid in

accordance with the rates so determined The contractor(s) profit amp OH shall be

factored in the rate analysis 15

15 CONSIGNEE

Sr Purchase and Stores Officer (Stores)

Semi Conductor Laboratory

Sector 72 SAS Nagar (Mohali) Punjab

India 160 071

16 INSTALLATION AND COMMISSIONING

Installation commissioning and demonstration of performance of the tendered

stores as per Purchaser tendered specifications shall be carried out by the

Contractor at Purchaser site at S A S Nagar Punjab India

The Contractor shall provide in advance guidelines for preparation of the

installation site and list of items to be supplied by Purchaser during installation

Tender No SCLPS52019E0156401 56

On receipt of intimation from the Purchaser the Contractor shall depute its

engineer(s) to Purchaser site within two weeks to carry out installation and

commissioning and will demonstrate the functionality of the tendered

equipment to Purchaser specifications as per mutually agreed acceptance

procedure The Contractor shall be responsible for any lossdamages sustained

due to delay on the part of the Contractor to send its engineer for installation

and commissioning

Failure to commission the tendered equipment successfully shall entitle

Purchaser to full refund of the payment made and the interest thereon Decision

regarding successful installation and commissioning shall rest solely with the

Purchaser

17 REJECTION

In the event that any of the stores supplied by the Contractor is found defective

in material or workmanship or otherwise not in conformity with the

requirements of the Contract specifications the purchaser shall either reject the

stores or request the Contractor in writing to rectify the same The Contractor

on receipt of such notification shall either rectify or replace the defective stores

free of cost to the purchaser If the Contractor fails to do so the purchaser may

at his option either

a) replace or rectify such defective stores and recover the extra cost so involved

from the Contractor or

b) terminate the Contract for default as provided in this tender document

18 EXTENSION OF TIME

If the completion of supply of stores is delayed due to reason of force majeure

such as acts of god acts of public enemy acts of Government fires floods

epidemics quarantine restriction strikes freight embargoes etc the

Contractor shall give notice within 15 days to the purchaser in writing of his

claim for an extension of time The purchaser on receipt of such notice after

verification if necessary may agree to extend the Contract delivery date as may

Tender No SCLPS52019E0156401 57

be reasonable but without prejudice to other terms and conditions of the

Contract

19 DELAY IN COMPLETIONLIQUIDATED DAMAGES

If the Contractor fails to deliver the stores within the time specified in the

Contract or any extension thereof the purchaser shall recover from the

Contractor as liquidated damages a sum of one half of one percent (05 percent)

of the Contract price of the undelivered stores for each calendar week of delay

The total liquidated damages shall not exceed ten percent (10 percent) of the

Contract price of the unit or units so delayed Stores will be deemed to have

been delivered only when all their component parts are also delivered If certain

components are not delivered in time the stores will be considered as delayed

until such time as the missing parts are delivered Delivery of stores shall be

complete on Installation commissioning Testing and Acceptance

20 INSPECTION AND ACCEPTANCE TEST

The Purchasers representatives shall also be entitled at all reasonable times

during manufacture to inspect examine and test on the Contractors premises

the material and workmanship of all stores to be supplied under this Contract

and if part of the said stores is being manufactured on other premises the

Contractor shall obtain for the purchasers representative permission to inspect

examine and test as if the equipment were being manufactured on the

Contractors premises

Such inspection examination and testing shall not release the Contractor from

the obligations under this Contract

For tests on the premises of the Contractor or of any of his sub Contractors the

Contractor shall provide free of cost assistance labour material electricity fuel

and instruments as may be required or as may be reasonably needed by the

purchasers representative to carry out the tests efficiently

When the stores have passed the specified test the purchaser representative

shall furnish a certificate to the effect in writing to the Contractor The

Tender No SCLPS52019E0156401 58

Contractor shall provide copies of the tests certificates to the purchaser as may

be required

21 Labour Law Contractor shall abide by all labour laws rules and regulations

which are prevailing and as enforced from time to time and SCL shall not be

responsible for any accident or mishap during the course of the contract to any

of engineer labour employee by the Contractor The contractor shall also ensure

that the statutory obligations with regards to the employment of labour under

law are complied properly and timely

22 ARBITRATION

In the event of any disputes differences or claims arising out of or relating to

the interpretation and application of the Contract such disputes or differences

or claims shall be settled amicably by mutual consultations of the good Offices

of the respective Parties and recognizing their mutual interests attempt to reach

a solution satisfactory to both the parties If such a resolution is not possible

within 30 days from the date of receipt of written notice of the existence of such

disputes then the unresolved disputes or differences or claims shall be

referred to the Sole Arbitrator appointed by the Parties by mutual consent in

accordance with the rules and procedures of Arbitration and Conciliation Act

1996 as amended from time to time The arbitration shall be conducted in New

Delhi in the Arbitration and Conciliation Centre New Delhi (Domestic and

International) as per its rules and regulations The expenses for the Arbitration

shall be shared equally or as may be determined by the Arbitrator The

considered and written decision of the Arbitrator shall be final and binding

between the Parties The applicable language for Arbitration shall be English

only Work under the Contract shall be continued by the CONTRACTOR during

the pendency of arbitration proceedings without prejudice to a final adjustment

in accordance with the decision of the Arbitrator unless otherwise directed in

writing by the DEPARTMENT or unless the matter is such that the works cannot

be possibly continued until the decision (whether final or interim) of the

Arbitrator is obtained

23 APPLICABLE LAWS The contract shall be interpreted construed and

Tender No SCLPS52019E0156401 59

governed by laws of IndiaThe contract shall be subject to exclusive Jurisdiction

of the Court of SAS Nagar (Mohali) Punjab India irrespective of anything

mentioned in any correspondences or otherwise

24 Any Other Term

Tender No SCLPS52019E0156401 60

Supporting Documents from Vendor

Attachment ‐ I

Attachment ‐ II

Price Bid Form

Item Description Slab Range Qty UOM Currency Unit Price Total Price

Supply of MCC Panels cables

cable trays lightings etc for

electrical distribution system

including fire detection

system LAN Paging etc for

the Chemical Store building as

per detailed specifications

technical write‐updrawings

attached

‐ 1 Lot ‐ ‐ ‐

Installation Testing and

Commissioning of MCC

Panels cables cable trays

lightings etc for electrical

distribution system including

fire detection system LAN

Paging etc for the Chemical

Store building as per detailed

specifications technical write‐

updrawings attached

‐ 1 Lot ‐ ‐ ‐

Tender No SCLPS52019E0156401 61

Break‐up of other taxes and other costs should be specified in respective narration columns

Sum of these Break‐up values should be specified in respective value columns

Supporting Documents from Vendor (Commercial)

Document attachment with price bid

Attachment ‐ I

Attachment ‐ II

  • pdf_document_tndr_notc_electrical_distribution_system_051119
  • pdf_document_tndr_doc_electrical_distribution_system_051119
Page 10: -72, -160071 चंडीगढ़ के समीप पंजाब भारत...स म -क डक टर ल ब र टर /Semi-Conductor Laboratory अ त रक ष वभ

Tender No SCLPS52019E0156401 9

the stores contracted at the risk of the Contractor in terms of Sub Clause (ii) and (iii) of clause 10(b)

hereof andor to recover from the Contractor damages arising from such cancellation

4 GUARANTEE REPLACEMENT

(a) The Contractor shall guarantee that the stores supplied shall comply fully with thespecifications laid

down for material workmanship and performance

(b) For a period of twelve months after the acceptance of the stores if any defects arediscovered

therein or any defects therein found to have developed under proper use arising from faulty stores

design or workmanship the Contractor shall remedy such defects at his own cost provided he is called

upon to do so within a period of 14 months from the date of acceptance thereof by the purchaser who

shall state in writing in what respect the stores or any part thereof are faulty

(c) If in the opinion of the purchaser it becomes necessary to replace or renew any efective stores

such replacement or renewal shall be made by the Contractor free of all costs to the purchaser

provided the notice informing the Contractor of the defect is given by the purchaser in this regard within

the said period of 14 months from the date of acceptance thereof

(d) Should the Contractor fail to rectify the defects the purchaser shall have the right to reject or

repair or replace at the cost of the Contractor the whole or any portion of the defective stores

(e) The decision of the purchaser notwithstanding any prior approval or acceptance or inspection

thereof on behalf of the purchaser as to whether or not the stores supplied by the Contractor are

defective or any defect has developed within the said period of 12 months or as to whether the nature

of the defects requires renewal or replacement shall be final conclusive and binding on the Contractor

(f) To fulfil guarantee conditions outlined in clause 4 (a) to (e) above the Contractor shall at the

option of the purchaser furnish a Bank Guarantee (as prescribed by the purchaser) from a Bank

approved by the purchaser for an amount equivalent to 10 of the value of the Contract along with first

shipment documents On the performance and completion of the Contract in all respects the Bank

Guarantee will be returned to the Contractor without any interest

(g) All the replacement stores shall also be guaranteed for a period of 12 months from the date of

arrival of the stores at purchasers site

(h) Even while the 12 months guarantee applies to all stores in case where a greater period is called

for by our specifications then such a specification shall apply in such cases the period of 14 months

referred to in para 4 (b) (c) shall be the asked for guarantee period plus two months

5 PACKING FORWARDING INSURANCEThe Contractor will be held responsible for the stores being

sufficiently and properly packed for transport by rail road sea or air to withstand transit hazards and

ensure safe arrival at the destination The packing and marking of packages shall be done by and at the

expense of the Contractor The purchaser will not pay separately for transit insurance all risks in transit

Tender No SCLPS52019E0156401 10

being exclusively of the Contractor and the Purchaser shall pay only for such stores as are actually

received in good condition in accordance with the Contract

6 DESPATCHThe Contractor is responsible for obtaining a clear receipt from the Transport Authorities

specifying the goods dispatched The consignment should be dispatched with clear Railway

ReceiptLorry Receipt If sent in any other mode it shall be at the risk of the Contractor Purchaser will

take no responsibility for short deliveries or wrong supply of goods when the same are booked on said

to contain basis Purchaser shall pay for only such stores as are actually received by them in accordance

with the Contract

7 TEST CERTIFICATEWherever required test certificates should be sent along with the dispatch

documents

8 ACCEPTANCE OF STORES

(a) The stores shall be tendered by the Contractor for inspection at such places as may be specified by

the purchaser at the Contractors own risk expense and cost

(b) It is expressly agreed that the acceptance of the stores Contracted for is subject to final approval

by the purchaser whose decision shall be final

(c) If in the opinion of the purchaser all or any of the stores do not meet the performance or quality

requirements specified in the Purchase Order they may be either rejected or accepted at a price to be

fixed by the purchaser and his decision as to rejection and the prices to be fixed shall be final and

binding on the Contractor

(d) If the whole or any part of the stores supplied are rejected in accordance with Clause No 8 (c)

above the purchaser shall be at liberty with or without notice to the Contractor to purchase in the

open market at the expense of the Contractor stores meeting the necessary performance and quality

Contracted for in place of those rejected provided that either the purchase or the agreement to

purchase from another supplier is made within six months from the date of rejection of the stores as

aforesaid

9 REJECTED STORESRejected stores will remain at destination at the Contractors risk and responsibility

If instructions for their disposal are not received from the Contractor within a period of 14 days from the

date of receipt of the advice of rejection the purchaser or his representative has at his discretion the

right to scrap or sell or consign the rejected stores to Contractors address at the Contractors entire risk

and expense freight being payable by the Contractor at actuals

10 DELIVERY

(a) The time for and the date of delivery of the stores stipulated in the Purchase Order shall be deemed

to be the essence of the Contract and delivery must be completed on or before the specified dates

Tender No SCLPS52019E0156401 11

(b) Should the Contractor fail to deliver the stores or any consignment thereof within the period

prescribed for such delivery the purchaser shall be entitled at his option either

(i) to recover from the Contractor as agreed liquidated damages and not by way of penalty a sum of

05 per week of the price of any stores which the Contractor has failed to deliver as aforesaid or during

which the delivery of such store may be in arrears subject to a minimum of 10 or

(ii) to purchase from elsewhere without notice to the Contractor on the account and at the risk of the

Contractor the stores not delivered or others of a similar description (where others exactly complying

with the particulars are not in the opinion of the purchaser readily procurable such opinion being

final) without cancelling the Contract in respect of the consignment (s) not yet due for delivery or

(iii) to cancel the Contract or a portion thereof and if so desired to purchase or authorise the purchase of

stores not so delivered or others of a similar description (where others exactly if complying with the

particulars are not in the opinion of the purchaser readily procurable such opinion final) at the risk and

cost of the Contractor In the event of action being taken under sub clause (ii) (iii) of clause 10 (b) above

the Contractor shall be liable for any loss which the purchaser may sustain on that account provided

that the re purchase or if there is an agreement to repurchase then such agreement is made within six

months from the date of such failure But the Contractor shall not be entitled to any gain on such re

purchase made against default The manner and method of such re purchase shall be at the discretion of

the purchaser whose decision shall be final It shall not be necessary for the purchaser to serve a notice

of such re purchase on the defaulting Contractor This right shall be without prejudice to the right of the

purchaser to recover damages for breach of Contract by the Contractor

11EXTENSION OF TIMEAs soon as it is apparent that the Contract dates cannot be adhered to an

application shall be sent by the Contractor to the purchaser If failure on the part of the Contractor to

deliver the stores in proper time shall have arisen from any cause which the purchaser may admit as

reasonable ground for an extension of the time (and his decision shall be final) he may allow such

additional time as he considers it to be justified by circumstances of the case without prejudice to the

purchasers right to recover liquidated damages under clause 10 thereof

12 ERECTION OF PLANT MACHINERYWherever erection of a plant or machinery is the responsibility of

the Contractor as per the terms of the Contract and in case the Contractor fails to carry out the erection

as and when called upon to do so within the period specified by the purchaser the purchaser shall have

the right to get the erection done through any source of his choice In such an event the Contractor

shall be liable to bear any additional expenditure that the purchaser is liable to incur towards erection

The Contractor shall however not be entitled to any gain due to such an action by the purchaser

13 PAYMENT Contractors bill will be passed for payment only after the stores have been received

inspected and accepted by the Purchaser

14 MODE OF PAYMENT Normally payment will be made for the accepted stores within 30 days from

the date of receipt of the materials

Tender No SCLPS52019E0156401 12

15 RECOVERY OF SUM DUE Whenever any claim for the payment of whether liquidated or not money

arising out of or under this Contract against the Contractor the purchaser shall be entitled to recover

such sum by appropriating in part or whole the security deposited by the Contractor if a security is

taken against the Contract In the event of the security being insufficient or if no security has been taken

from the Contractor then the balance or the total sum recoverable as the case may be shall be

deducted from any sum then due or which at any time thereafter may become due to the Contractor

under this or any other Contract with the purchaser Should this sum be not sufficient to cover the full

amount recoverable the Contractor shall pay to the purchaser on demand the remaining balance due

Similarly if the purchaser has or makes any claim whether liquidated or not against the Contractor

under any other Contract with the purchaser the payment of all moneys payable under the Contract to

the Contractor including the security deposit shall be withheld till such claims of the purchaser are

finally adjudicated upon and paid by the Contractor

16 INDEMNITY The Contractor shall warrant and be deemed to have warranted that all stores supplied

against this Contract are free and clean of infringement of any Patent Copyright or Trademark and shall

at all times indemnify the purchaser against all claims which may be made in respect of the stores for

infringement of any right protected by Patent Registration of design or Trade mark and shall take all risk

of accidents or damage which may cause a failure of the supply from whatever cause arising and the

entire responsibility for sufficiency of all means used by him for the fulfilment of the contact

17 ARBITRATION In the event of any disputes differences or claims arising out of or relating to the

interpretation and application of the Contract such disputes or differences or claims shall be settled

amicably by mutual consultations of the good Offices of the respective Parties and recognizing their

mutual interests attempt to reach a solution satisfactory to both the parties If such a resolution is not

possible within 30 days from the date of receipt of written notice of the existence of such disputes

then the unresolved disputes or differences or claims shall be referred to the Sole Arbitrator

appointed by the Parties by mutual consent in accordance with the rules and procedures of Arbitration

and Conciliation Act 1996 as amended from time to time The arbitration shall be conducted in New

Delhi in the Arbitration and Conciliation Centre New Delhi (Domestic and International) as per its rules

and regulations The expenses for the Arbitration shall be shared equally or as may be determined by

the Arbitrator The considered and written decision of the Arbitrator shall be final and binding between

the Parties The applicable language for Arbitration shall be English only

Work under the Contract shall be continued by the CONTRACTOR during the pendency of arbitration

proceedings without prejudice to a final adjustment in accordance with the decision of the Arbitrator

unless otherwise directed in writing by the Purchaser or unless the matter is such that the works cannot

be possibly continued until the decision (whether final or interim) of the Arbitrator is obtained

18 COUNTER TERMS AND CONDITION OF SUPPLIERS Where counter terms and conditions printed or

cyclostyled conditions have been offered by the supplier the same shall not be deemed to have been

accepted by the Purchaser unless specific written acceptance thereof is obtained

Tender No SCLPS52019E0156401 13

19 SECURITY FOR PURCHASE OF MATERIALS Successful tenderer will have to furnish in the form of a

bank guarantee or any other form as called for by the purchaser towards adequate security for the

materials and properties provided by the Purchaser for the due execution of the Contract

20 In eprocurement system submission of bid is a two step process After submission of their bids

bidders have to wait for bid sealing by Purchaser Subsequently bidders have to complete open

authorization in the eprocurement system to enable the Purchaser to open the bid If open

authorization is not completed by the bidder then Purchaser will not be able to open the bid and the

bid becomes invalid

In case bidder encounters any technical snag pertaining to eprocurement system while acting on the

tender computer screen shot of the error message with date time stamp on the web browser along

with the query shall be e mailed by the bidder to the help desk for resolution of the problem at least 2

working days before the due date and time of bid submission The contact detail of the help desk is

available on the home page of the eprocurement website

Purchaser will make all efforts to resolve technical queries reported by the bidders but will not be bound

to do so if the problems are reported beyond the time mentioned above Purchaser will not be

responsible for non submission of bids for such cases

The time taken to ascertain evaluate and suggest a solution for the problem reported by bidder may

vary from case to case Hence bidders are advised to submit the bid well in advance before closing date

and time to avoid last minute issues

DOS PM‐ 22

Instruction to Tenderer

1 Bid Open Authorization shall be submitted online only complying specified schedule and complete in

all respects with technical specifications including pamphlets and catalogues

2 A Proforma Invoice may also be given which should contain the following information

a) The FOBFCA value the C and F value for import by Sea freight Air freight up to and for air parcel

post up to should be separately indicated

b) Agency Commission The amount of commission included in the price and payable to the Indian Agent

of the Contractor shall be paid directly to the Indian Agent by the Purchaser in equivalent Indian Rupees

on the basis of an Invoice from him applying TT buying rate of exchange ruling on the date of

placement of the Purchase Order and which shall not be subject to any further exchange variations This

payment will be released to the Indian Agent immediately after Customs clearance of the goods in India

Tender No SCLPS52019E0156401 14

c) The Contractor shall invoice only for the net amount payable to deducting the amount of Agency

Commission included in the invoice which will be paid to the Indian Agent directly by the Purchaser

However the Contractors invoice should separately reflect the amount of commission payable to his

Indian Agent

d) The earliest delivery period and country of origin of the Stores

e) Bankers name address telephonefax Nos and eMail ID of the Contractor

f) The approximate net and gross weight and dimensions of packages cases

g) Recommended spares for satisfactory operation for a minimum period of one year

h) Details of any technical service if required for erection assembly commissioning and demonstration

3 The FOBFCA and C and F prices quoted should be inclusive of all taxes levies duties arising in the

tenderers country

4 The offer should be valid for a minimum period of 90 days (single part tender) and 120 days (Two part

tender) from the due date of opening of the tender

5 Samples if called for should be sent free of all charges

6 Late and delayed tenders will not be considered Quotations by cable must be followed by detailed

offers

7 Offers made by Indian Agents on behalf of their Principals should besupported by the proforma

invoice of their Principals

8 The details of Import Licence will be furnished in the Purchase Order

9 The authority of person signing the tender if called for shall be produced

10 Instructions Operation Manual containing all assembly details including wiring diagrams should be

sent wherever necessary in duplicate All documents correspondence should be in English language

only

11 The Purchaser reserves the right to accept or reject the lowest or any offer in whole or part without

assigning any reason

12 It is expressly agreed that the acceptance of the Stores Contracted for is subject to final approval in

writing by the Purchaser

13 a) Part shipment is not allowed unless specifically agreed to by us

b) As far as possible stores should be despatched by Indian Flag Vessels Air India through any Agency

nominated by us

Tender No SCLPS52019E0156401 15

14 Inspection Test Certificate should be provided for the goods after testing it thoroughly at the

Contractors works If any Inspection by Lloyds or any other testing agency is considered necessary it

shall be arranged by Contractors

15 Where erection or assembly or commissioning is a part of the Contract it should be done

immediately on notification The Contractor shall beresponsible for any lossdamage sustained due to

delay in fulfilling this responsibility

16 For items having shelf life those with maximum shelf life should be supplied if order is placed

TERMS AND CONDITIONS

1 DEFINITIONS

(a) The term Purchaser shall mean the President of India or his successors or assignees

(b) The term Contractor shall mean the person firm or company with whom or with which the order for

the supply of stores is placed and shall be deemed to include the Contractors Successors

representatives heirs executors and administrators unless excluded by the Contract

(c) The term Purchase Order shall mean the communication signed on behalf of the Purchaser by an

officer duly authorised intimating the acceptance on behalf of the Purchaser on the terms and

conditions mentioned or referred to in the said communication accepting the Tender or offer of the

Contractor for supply of stores of plant machinery or equipment of part thereof

(d) The term Stores shall mean what the Contractor agrees to supplyunder the Contract as specified in

the Purchase Order

2 PRICES

Tenders offering firm prices will be preferred Where a price variation clause is insisted upon by a

tenderer quotations with a reasonable ceiling should be submitted Such offers should invariably be

supported by the base price taken into account at the time of tendering and also the formula for any

such variations

3 TERMS OF PAYMENT

31 Being a Department of the Government of India the normal terms of payment are by Sight Draft

However other terms of payment like establishment of Letter of Credit may be considered by the

Purchaser on such terms and conditions as may be agreed upon

32 The Sight Draft Letter of Credit will be operative on presentation of the under mentioned

documents

a) Original Bill of Lading Airway Bill

Tender No SCLPS52019E0156401 16

b) Commercially certified invoices describing the stores delivered quantity unit rate and their total

value in triplicate The invoice should indicate the discounts if any and Agency Commission separately

c) Packing List showing individual dimensions and weight of packages

d) Country of Origin Certificate in duplicate

e) Test Certificate

f) Declaration by the Seller that the contents in each case are not less than those entered in the invoices

and the quality of the Stores are guaranteed as per the specifications asked for by the Purchaser

g) Warrantee and guarantee Certificates vide Clause 20 herein below

4 IMPORTANT LICENCE

Reference to Import License No and date and Contract number and date shall be prominently indicated

in all the documents

5 DEMURRAGE

Supplier shall bear demurrage charges if any incurred by the purchaser due to delayed presentation of

shipping documents as prescribed in the bankers within a reasonable time (say within 10 to 12 days)

from the date of bill of lading for sea consignments and within 3 to 4 days from the date of Air Way Bill

for air consignments

6 ADDRESS OF INDIAN AGENTS

7 GUARANTEED TIME DELIVERY

The time for and the date of delivery stipulated in the Purchase Order shall be deemed to be the

essence of the Contract Delivery must be completed within the date specified therein

8 INSPECTION AND ACCEPTANCE TEST

81 The Purchaser representatives shall also be entitled at all reasonabletimes during manufacture to

inspect examine and test on the Contractors premises the material and workmanship of all stores to be

supplied under this Contract and if part of the said stores is being manufactured on other premises the

Contractor shall obtain for the purchasers representative permission to inspect examine and test as if

the equipment were being manufactured on the Contractors premises Such inspection examination

and testing shall not release the Contractor from the obligations under this Contract

82 For tests on the premises of the Contractor or of any of his subContractors the Contractor shall

provide free of cost assistance labourmaterial electricity fuel and instruments as may be required or

as may be reasonably needed by the purchasers representative to carry out the tests efficiently

Tender No SCLPS52019E0156401 17

83 When the stores have passed the specified test the purchasers representative shall furnish a

certificate to the effect in writing to the Contractor The Contractor shall provide copies of the tests

certificates to the purchaser as may be required

9 MODE OF DESPATCH

Generally stores should be despatched through Indian Flagged Vessel Air India or through any other

Agency nominated by the purchaser A copy of the invoice and packing list should invariably be kept

inside each of the packages

10 PORT OF ENTRY

New Delhi Mumbai

11 CONSIGNEE

Purchase and Stores Officer Stores

12 SHIPPING MARKS

The mark on the shipping documents such as invoice bill of lading and on the packages should be as

follow

PURCHASE ORDER NO

DATED

GOVERNMENT OF INDIA

DEPARTMENT OF SPACE

(name of the CentreUnit)

Destination

Port of Entry

13 INSURANCE OF THE STORES

The necessity or otherwise of insurance will be as indicated in the Purchase Order

14 CONTRACTORS DEFAULT LIABILITY

141 The purchaser may upon written notice of default to the Contractorterminate the Contract in

whole or in part in circumstances detailedhereunder

Tender No SCLPS52019E0156401 18

a) If in the judgement of the Purchaser the Contractor fails to makedelivery of Stores within the time

specified in the Contract agreement or within the period for which extension has been granted by the

Purchaser to the Contractor

b) If in the judgment of the Purchaser the Contractor fails to comply with any of the other provisions of

this Contract

15 In the event the Purchaser terminates the Contract in whole or in part as provided in Clause 14 the

Purchaser reserves the right to Purchase upon such terms and in such a manner as he may deem

appropriate stores similar to that terminated and the Contractor shall be liable to the Purchaser for any

additional costs for such similar stores andor for liquidated damages for delay as defined in Clause 19

until such reasonable time as may be required for the final supply of stores

151If this Contract is terminated as provided in Clause 14 the Purchaser in addition to any other rights

provided in this Article may require the Contractor to transfer title and deliver to the Purchaser under

any of the following clauses in the manner and as directed by the Purchaser

a) Any completed stores

b)Such partially completed stores drawing information and Contract rights (hereinafter called

manufacturing material) as the Contractor has specifically produced or acquired for the performance of

the Contract as terminated The Purchaser shall pay to the Contractor the Contract price for completed

stores delivered to and accepted by the purchaser and for manufacturing material delivered and

accepted

152 In the event the Purchaser does not terminate the Contract as provided in Clause 14 the

Contractor shall continue the performance of the Contract in which case he shall be liable to the

purchaser for liquidated damages for delay as set out in Clause for DELAY IN COMPLETION

LIQUIDATED DAMAGES until the stores are accepted

16 REPLACEMENT

If the stores or any portion thereof is damaged or lost during transit thePurchaser shall give notice to

the Contractor setting forth particulars of such stores damaged or lost during transit The replacement

of such stores shall be effected by the Contractor within a reasonable time to avoid unnecessary delay in

the intended usage of the Stores In case the purchaser agrees the price towards replacement items

shall be paid by the purchaser on the basis of original price quoted in the tender or as reasonably

worked out from the tender

17 REJECTION

In the event that any of the stores supplied by the Contractor is found defective in material or

workmanship or otherwise not in conformity with the requirements of the Contract specifications the

purchaser shall either reject the stores or request the Contractor in writing to rectify the same The

Tender No SCLPS52019E0156401 19

Contractor on receipt of such notification shall either rectify or replace the defective stores free of cost

to the purchaser If the Contractor fails to do so the purchaser may at his option either

a) replace or rectify such defective stores and recover the extra cost so involved from the Contractor or

b) terminate the Contract for default as provided under clause 14 above or

c) acquire the defective stores at a reduced price considered equitable under the circumstances The

provision of this article shall not prejudice the Purchasers rights under clause 19

18 EXTENSION OF TIME

If the completion of supply of stores is delayed due to reason of force majeure such as acts of god acts

of public enemy acts of Government fires floods epidemics quarantine restriction strikes freight

embargoes etc the Contractor shall give notice within 15 days to the purchaser in writing of his claim

for an extension of time The purchaser on receipt of such notice after verification if necessary may

agree to extend the Contract delivery date as may be reasonable but without prejudice to other terms

and conditions of the Contract

19 DELAY IN COMPLETION LIQUIDATED DAMAGES

If the Contractor fails to deliver the stores within the time specified in theContract or any extension

thereof the purchaser shall recover from theContractor as liquidated damages a sum of onehalf of one

percent (05percent) of the Contract price of the undelivered stores for each calendar week of delay

The total liquidated damages shall not exceed ten percent (10 percent) of the Contract price of the unit

or units so delayed Stores will be deemed to have been delivered only when all their component parts

are also delivered If certain components are not delivered in time the stores will be considered as

delayed until such time as the missing parts are delivered

20 GUARANTEE and REPLACEMENT

a) The Contractor shall guarantee that the stores supplied shall comply fully with the specifications laid

down for material workmanship and performance

b) For a period of twelve months after the acceptance of the stores if any defects are discovered

therein or any defects therein are found to have developed under proper use arising from faulty

materials design or workmanship the Contractor shall remedy such defects at his own cost provided he

is called upon to do so within a period of 14 months from the date of acceptance thereof by the

Purchaser who shall state in writing in what respect the stores or any parts thereof are faulty

c) If in the opinion of the purchaser it becomes necessary to replace or renew any defective stores such

replacements or renewals shall be made by the Contractor free of all costs to the purchaser provided

the notice informing the Contractor of the defect is given by the purchaser in this regard within the said

period of 14 months from the date of acceptance thereof

Tender No SCLPS52019E0156401 20

d) Should the Contractor fail to rectify the defects the purchaser shall have the right to reject or repair

or replace at the cost of the Contractor the whole or any portion of the defective stores

e) The decision of the Purchaser notwithstanding any prior approval or acceptance or inspection

thereof on behalf of the purchaser as to whether or not the stores supplied by the Contractor are

defective or any defects has developed within the said period of 12 months or as to whether the nature

of the defects requires renewal or replacement shall be final conclusive and binding on the Contractor

f) To fulfill guarantee conditions outlined in Clause 20 (a) to (e) above the Contractor shall at the option

of the purchaser furnish a Bank Guarantee (as prescribed by the purchaser Bank Guarantee format

enclosed) from a Bank approved by the purchaser for an amount equivalent to 10Percent of the value of

the Contract along with first shipment documents On the performance and completion of the Contract

in all respects the Bank Guarantee will be returned to the Contractor without any interest

g) All the replacement stores shall also be guaranteed for a period of 12 months from the date of arrival

of stores at purchasers site

h) Even while the 12 months guarantee applies to all stores in case where a greater period is called for

by our specifications then such a specification shall apply and in such cases the period of 14 months

referred to in Clause 20 (b) and (c) shall be asked for guarantee period plus two months

21 REQUIREMENT OF ADDITIONAL NUMBERS OF THE STORESSPARE PARTS ORDERED

The Contractor shall also undertake the supply of additional number of items covered by the order as

considered necessary by the purchaser at a later date the actual price to be paid shall be mutually

agreed to after negotiations

22 PACKING

a) The Contractor wherever applicable shall pack and crate all stores for sea air shipment as applicable

in a manner suitable for export to a tropical humid climate in accordance with internationally accepted

export practices and in such a manner so as to protect it from damage and deterioration in transit by

road rail or sea for space qualified stores The Contractors shallbe held responsible for all damages due

to improper packing

b) The Contractor shall ensure that each box unit of shipment is legible and properly marked for

correct identification The failure to comply with this requirement shall make the Contractor liable for

additional expenses involved

c) The Contractor shall notify the purchaser of the date of shipment from the port of embarkation as

well as the expected date of arrival of such shipment at the designated port of arrival

d) The Contractor shall give complete shipment information concerning the weight size content of each

packages etc

Tender No SCLPS52019E0156401 21

e) Transshipment of equipment shall not be permitted except with the written permission of the

purchaser

f) Apart from the despatch documents negotiated through Bank the following documents shall also be

airmailed to the purchaser within 7 days from the date of shipment by sea and within 3 days in case of

air consignments

a) Commercial Bill of Lading Air Way Bill Post parcel Receipt (Two nonnegotiable copies)

b) Invoice (3 copies)

c) Packing List (3 copies)

d) Test Certificate (3 copies)

e) Certificate of Origin

The Contractor shall also ensure that one copy of the packing list is enclosed in each case

23 ARBITRATION

In the event of any disputes differences or claims arising out of or relating to the interpretation and

application of the Contract such disputes or differences or claims shall be settled amicably by mutual

consultations of the good Offices of the respective Parties and recognizing their mutual interests

attempt to reach a solution satisfactory to both the parties If such a resolution is not possible within 30

days from the date of receipt of written notice of the existence of such disputes then the unresolved

disputes or differences or claims shall be referred to the Sole Arbitrator appointed by the Parties by

mutual consent in accordance with the rules and procedures of Arbitration and Conciliation Act 1996 as

amended from time to time The arbitration shall be conducted in New Delhi in the Arbitration and

Conciliation Centre New Delhi (Domestic and International) as per its rules and regulations The

expenses for the Arbitration shall be shared equally or as may be determined by the Arbitrator The

considered and written decision of the Arbitrator shall be final and binding between the Parties The

applicable language for Arbitration shall be English only

Work under the Contract shall be continued by the CONTRACTOR during the pendency of arbitration

proceedings without prejudice to a final adjustment in accordance with the decision of the Arbitrator

unless otherwise directed in writing by the Purchaser or unless the matter is such that the works cannot

be possibly continued until the decision (whether final or interim) of the Arbitrator is obtained

24 LANGUAGE AND MEASURES

All documents pertaining to the Contract including specification schedule notice correspondence

operating and maintenance instructions drawings or any other writings shall be written in English

language The metric system of measurement shall be used exclusively in the Contract

25 INDEMNITY

Tender No SCLPS52019E0156401 22

The Contractor shall warrant and be deemed to have warranted that all Stores supplied against this

Contract are free and clean of infringement of any patent copyright or trade mark and shall at all times

indemnify the purchaser against all claims which may be made in respect of stores for infringement of

any right protected by Patent Registration of design or Trade Mark and shall take all risk of accident or

damage which may cause a failure of the supply from whatever cause arising and the entire

responsibility for the sufficiency of all the means used by him for the fulfillment of the Contract

26 COUNTER TERMS AND CONDITIONS OF SUPPLIERS

Where counter terms and conditionsprinted or cyclostyled conditions have been offered by the

supplier the same shall not be deemed to have been accepted by the purchaser unless specific written

acceptance thereof is obtained

27 SECURITY INTEREST

On each item to be delivered under this Contract including an item of work in progress in respect of

which payments have been made in accordance with the terms of the Contract purchaser shall have a

security interest in such items which shall be deemed to be released only at the time when the

applicable deliverable item is finally accepted and delivered to the purchaser in accordance with the

terms of the Contract Such security interest of the purchaser shall constitute a prior charge as against

any other charge or interest created in respect of such items by any entity

28 BANK CHARGES

While the purchaser shall bear the bank charge payable to his Bankers (State Bank of India) the

Contractor shall bear the Bank charges payable to his Bankers including the cheques towards advising

amendment commissions

29 TRAINING

The Contractor shall if required by the purchaser provide facilities for the practical training of

Purchasers engineering technical personnel from India and for their active association on the

manufacturing processes throughout the manufacturing period of the Contract stores number of such

personnel to be mutually agreed upon

30 APPLICABLE LAW

The Contract shall be interpreted construed and governed by the laws of India

Tender No SCLPS52019E0156401 23

BidTemplates

GENERAL CONDITIONS

Item Specifications

Sl No Specifications Complianc

e (Yes No)

Offered Specifications Remarks

1 Intent of the ProjectaThe scope of Project includes Supply

Installation Testing and Commissioning of electrical

distribution system including illumination MCC Panels fire

detection system Local Area Network (LAN) Paging etc for

the Chemical Store Building at Semi‐Conductor Laboratory

(SCL) Sector‐ 72 SAS Nagar Mohali (Punjab) bScope

includes receiving unloading storage insurance in‐plant

transportation and all equipment amp accessories covered under

this specificationcTechnical SpecificationBrief overview of

Equipment amp services under this specification is described

hereiGeneral SpecificationiiSupply amp Installation of

Electrical MCCPCC Panels MCB DB exhaust fan light fixtures

etciiiSupply amp Installation of wire cables conduits Modules

SwitchSockets termination earthing etcivSupply amp

Installation of Fire detection system and its

accessoriesvSupply amp Installation of NetworksLAN

systemviSupply and installation of material for Earthing and

lightning protection system viiAny other electrical

requirement for execution of the work dDrawing amp notes All

drawing amp notes as listed in the annexure form a part of this

specification

Tender No SCLPS52019E0156401 24

2 General Information for Site Condition The Contractor may

visit the site of work at SCL to acquaint themselves of the

actual site conditions

3 Code amp Standards All electrical equipment and accessories to

be furnished installed and commissioned under scope of

these specifications shall be designed manufactured tested

and installed in accordance with relevant Indian Standard

Specifications (ISS) Indian electricity rules and any other

applicable regulations

4 Period of CompletionThe time allowed for supply installation

testing and commissioning of the entire work shall be six (6)

months to be reckoned from the 7th day of issue of Purchase

order by SCL

5 Drawing Data and ManualsFollowing drawings documents

shall be submitted by the selected contractor for approval of

SCL for execution of the workaFoundation drawing of all

floor mounted Electrical panelsbGeneral Layout (GA)

drawing with dimension of all electrical equipment and Single

line drawings (SLDs) of electrical PanelcMake type and

catalogue of Switchgears of Electrical MCC Panels Power DBs

Power Cables and related accessories along with technical

leaflets data sheets etc to be provided by the contractor

The contractor shall offer recommended makes mentioned in

this document dEquipment data sheets furnishing

guaranteed performance figure for each type of

equipmenteTest certificates test results for each type of

equipmentfCheck lists and tests to be conducted during

erection testing amp commissioning of the individual

equipmentOn successful completion of the entire work the

Contractor shall provide lsquoAs Builtrsquo drawings for all the Systems

executed under the Contract Three (03) sets of hard copies

and one (01) set in soft copy (CDDVD) in Auto‐CAD and PDF

Tender No SCLPS52019E0156401 25

format shall be provided to SCL for its record and reference

Contractor shall also provide instruction Operation

manual(s) and maintenance manuals for the all equipment

system installed under the project

6 Eligibility Criteria Only those bidders meeting the below

mentioned eligibility criteria are eligible to participate in the

tendera Should have satisfactorily executed at‐least two (2)

similar works of value not less than Rs 50 Lakh each

involving inter alia power distribution works consisting of

MCCsPCCs of rating not less than 400 A 415 V 35 kA ( fault

level) MCBDBs lighting systems cabling during the last 5

years To ascertain eligibility for the work the participating

bidders shall enclose copy (ies) of the detailed Purchase

Order(s) and their completion certificate(s) evidencing

satisfactory completion of similar works issued by the

respective clientsorganisations Completion certificate for

works issued by private parties shall be supported by TDSb

Should not have incurred any loss in more than two years

during the last five (5) financial years ending 31st March 2019

c The Contractor should possess valid license of Class lsquoArsquo

Category Electrical Contractor issued by the State Licensing

Authorityd The contractor shall carry out the work in co‐

ordination with the civil works undertaken by other contractor

engaged by SCL

7 DeviationaContractor to clearly mention deviation(s) if any

from the specification in the unpriced techno‐commercial bid

bUnless such deviations are recorded in the deviation sheets

and submitted with the bid it will be assumed that the offer is

made in conformity with the tendered specification in all

respectscThe deviations shall be evaluated by SCL and

acceptance of the same shall be at the sole discretion of SCL

Tender No SCLPS52019E0156401 26

8 Quantity variationThe quantities indicated against each item

in the Bill of Quantities (BOQ) are indicative and are for the

purpose of bidding only Variation in quantities upto + 25

shall be carried out by the contractor on the agreedPurchase

Order (PO) rates and terms amp conditions as in the Purchase

Order (PO) In case of contract items which exceed the said

limit of +25 the contractor may claim revision of rates

supported by proof analysis and if the rate claimed in excess

of the rate specified in the bill of quantities SCLrsquos engineerndashin‐

charge of the work shall after giving consideration to the

analysis of rates submitted by the contractor determine the

rates on the basis of market rates and the contractor shall be

paid in accordance with the rates so determined The

Contractorrsquos profit amp OH shall be factored in the rate

analysis15

9 Extra ItemsIn case of extra items (that are completely new

and are in addition to the items contained in the contract) the

contractor may claim rates supported by proper analysis and

SCLrsquos engineer‐in‐charge of the work shall after giving

consideration to the analysis of the rates submitted by the

contractor determine the rates on the basis of market rates

and the contractor shall be paid in accordance with the rates

so determined The Contractorrsquos profit amp OH shall be factored

in the rate analysis15

10 Construction Power SupplyElectricity if available in the

premises may be provided to the contractor by Department

(SCL) only at a single point free of cost subject to the following

conditions ‐a)The Contractor has to make his own

arrangement to tap Electricity from a 3 phasesingle phase

supply from the location decided by the SCLrsquos Engineer‐in‐

charge (E‐I‐C)

Tender No SCLPS52019E0156401 27

11 Storage space site office Contractor will be provided a

lockable room within SCL premises for storage space subject

to availability Contractor will make at his own cost

temporary site office close to work site as per the location

decided by the E‐I‐C

12 Materialsystem submittalsMaterialssystems etc procured

by the selected Contractor for incorporation in the work will

be only of MakesManufacturers specified in the tender

document Submittals of the same shall be submitted by the

contractor for SCL review and approval

13 Other RequirementsbullErection testing amp commissioning of

items as per BOQbullSpecial tools amp tackles Party shall arrange

the ladderscaffoldingstair for working at height for cable

laying Fire detection system installation of light fixture

bullWork shall be executed as per the ISRO contractor safety

Manual Contractor to ensure that the manpower is equipped

with PPE for working at the site bullAll relevant drawing data

catalogues with instruction and trouble shoot manuals type

test certificates for the above accessoriesbullMaterials and

accessories which are necessary or used for satisfactory and

trouble free operation and maintenance of the above

equipmentrsquosmaterial shall also be furnished bullContractor

shall deploy skilled amp unskilled Labor qualified technical

Supervisor(s) erection tools amp tackles testing tools amp

equipment supplies consumables and hardware and

transport for timely and efficient execution of the

workbullContractor shall guarantee LED fixtures

(flameproofnon‐flameproof) for a period of 5 years from the

date of acceptance The contractorrsquos guarantee shall be

supported with a guarantee from the manufacturer(s) in this

regard

Tender No SCLPS52019E0156401 28

TECHNICAL SPECIFICATION‐1

Item Specifications ‐I

Sl No Specifications Compliance

(Yes No)

Offered Specifications Remarks

1 Internal Wiringa The electrical wiring installations and other

accessories shall comply with latest IS code 732 (part‐II) 1983

and National Electric Code‐1985b The word concealed means

it involves cutting of floor wall and making good after laying

the conduitMetal raceway as per the enclosed drawings by

the contractor as requiredc The contractor shall provide all

necessary components fixing materials accessories and

interconnections as per standard practice It is to be noted

that ceiling rose forms a part of the specifications hence not

indicated separately and shall be provided by the contractor

as requiredd Scope includes termination of wire ferruling

dressing cable tie etc as requirede The work shall be

executed as per the ISRO electrical specification available on

ISRO site wwwisrogovin in Schedule I to be read along with

the tender specification

2 LED LuminariesThe scope includes supply installation

testing commissioning of flame proofnon‐flameproof LED

lighting fixture at the ceiling level (about 55 meter height) in

the chemical store building outer periphery of the store

building electrical room AHU room at the first floor as per

drawings and discretion of E‐I‐C Architectural plan of the

building is attached Supply of required accessories such as

mounting brackets nuts bolts screws washers glands and

any other material required for installation of LED fixture as

per specifications mentioned in BOQ shall be part of the

specification Junction box as required for loop‐in and loop‐

Tender No SCLPS52019E0156401 29

out of the cable for flame proof light fixture will be in the

scope of the contractor LED light fittings will be suitable for

operation on 230V single phase AC supply The fitting shall

be supplied with all fixing material such as brackets nuts

bolts etc as required for installation of fittings Special

Conditions aLuminaire make (Brand) from among the

recommended make mentioned in the tender document shall

be clearly mentioned in Technical Bid along with complete

technical detailsbThe LED light fitting and its driver unit etc

shall have warranty for a period of 5 years from the date of

installation and commissioningcThe flame proof fixture shall

be provided along with the Petroleum and Explosives Safety

Organization (PESO) certification

3 Detailed Specification for LED Fixture a Flame Proof LED

Fixtures Supply and installation of flameexplosion proof high

efficiency 1 Phase 230 V 60W LED light fitting as per IS 2206

with luminous efficiency 100Lmwatt or better CRI gt 08 amp

THDlt10 IP‐66 as per ISIEC 605292001 made of Die cast

aluminium alloy Heat resistant amp tough clear dome glass

having enclosure as per Ex‐d GAS Gr IIA IIB IIC AS PER ISIEC

60079‐12007 amp ISIEC 60079‐02004 Area of classification

ZONE‐1 2 21 amp 22 and temperature class T‐6 or better as per

ISIEC 60079 complete with loop‐in loop‐out provision

Mounting bracket for mounting on the ceiling Double

compression cable gland shall be provided and install by the

contractor along with the light fitting Recommended Make of

fixture Baliga Stahl Sudhir SwitchgearRecommended make

of LED NICHIA CREE PHILIPS LUMILED OSRAMb General

LED fixtures Supply amp fixing of wallceiling mounted batten

type 20W LED tube light (Four feet) luminaire with efficient

driver (efficiency shall be more than 90) amp with minimum

lumens output of 2000 lumens per lamp comprising of nano

diffuser technology complete with efficient amp constant

Tender No SCLPS52019E0156401 30

current output driver suitable for operation on 230V single

phase 50Hz AC supply efficient heat sink effective thermal

management and with colour temperature shall be gt 6000K

The LED with suitable control gear and power factor gt09 LM

79 certification for luminaireLM80 certificate for LED shall be

submitted and with other standard accessories prewired

including necessary interconnections complete in all respects

and as directed by EIC (Similar to Philips Astra or equivalent)

Recommended make of fixture Philips GE Trilux

LTRecommended make of LED NICHIA CREE PHILIPS

LUMILED OSRAM

4 c Street Light Fixture Supply and installation of 72W75W

LED Street Light fixture with High‐brightness White LEDs

sources with high transmittance flat toughed glass cover and

peanut LENS on each LEDs System luminous efficacy 100

LmsWatt 5600K colour temperature amp 70 CRI value for

ensuring good quality light output Life of at‐least 50000

hours at 70 lumen maintenance ampLED driver efficiency gt

85 Power factor greater than 095 THDlt10 amp min 3KV

surge protection with operating voltage range from 120‐270V

for ensuring lifelong high performance of luminaire the

fixture shall be made of LM‐6 Pressure die‐cast aluminium

with engraved company name amp have IK05 amp IP66 Class

protection with NABL Accredited LM‐79 amp LM‐80 Report

Mounting pole mounted upto a height of 8 meter and pole

bracket diameter of 48‐60 mm (adjustable) Recommended

make of fixture Trilux Philips GE LTRecommended make of

LED NICHIA CREE PHILIPS LUMILED OSRAM

5 Street Light Pole Providing and installation of hot dipped

galvanized swaged tubular 9‐meter‐long with planting depth

15 metersiexclbrvbar street light poles The effective length of each

section shall be‐ bottom 5 meters middle 2 meters and top 2

meters The outside dia and thickness of pole shall be

Tender No SCLPS52019E0156401 31

minimum 11430x440mm 889x4085mm 761x325mm

respectively as required The pole shall be provided with

necessary bracket (inclination 105115 degree length 15

meter dia 45 mm ) for mounting upto 72 W LED street light

fixture Each pole shall have a weather proof

loopingterminal box clamped at 550 mm above ground level

along with a suitable earth terminal The looping box shall be

provided with a suitable Power terminal arrangement to loop

4C x10sqmm size cable and MCB5A fuse cut‐out A base

plate 300 x300x10mm shall be welded to the bottom of the

pole Both underground cable and GI earth wire shall be

terminated at the terminal looping box in the looping zone

Further wiring to the light fixture shall be done with three

core flexible copper wire (2core for power supply and third

core for earthing)GI tubular pole shall be installed in cement

concrete 136 (1 cement 3 coarse sand 6 graded stone

aggregate 40 mm nominal size) foundation including

excavation and refilling etc Party to cast 2 run of 32 mm MS

conduit for cables upto a height of 550mm from ground level

for loop in loop out of cable The civil work for street light pole

foundation forms a part of installation of the work and will be

done by the party as required for commissioning of lighting

poleFor earthing of street light poles coilspiral earthing

using 8 SWG GI wire shall be used The GI wire shall be buried

to a minimum depth of 15 m with excavation refilling of

earth and connecting GI wire to pole using GI bolt and nut

complete as per requirementMake of Pole Reputed make

with ISI mark Note Party shall submit Drawing of the street

light pole for SCL approval before start of manufacturing

6 Cables wire conduit earthing Switchboards

SwitchesSockets etca Cables The scope includes the Supply

and installation of XLPE insulated overall FRLS PVC outer

sheathed AlCu armored cable on wallsurfacesoilexisting

Tender No SCLPS52019E0156401 32

cable tray as required for MCC Panel and MCB DBs as per the

detailed specification and quantity in this document All

necessary hardware for installation of cable like cable tie

clamps tags etc is in the scope of Contractor Contractor to

ensure that cable laid on the cable tray is properly clamped

with GI clamps and cable is properly secured on cable tray b

Wire The scope includes the Supply and installation of FRLS

Copper wire of different size quantity amp Specification for

power distribution and lighting and power etc as per the

requirement c Conduit The scope includes the Supply and

installation of ISI makes MS Conduits of different size as per

Specification for power and lighting distribution switch

sockets etc as per the requirement Flexible conduit shall be

of GId Cable tray The scope includes the supply and

installation of GIMS cable trays as per specificationse

Earthing The scope includes the supply and providing

earthing for Panels DBs cable trays light fixtures and poles

flameproof accessories fire panel speakers exhaust fans etc

matching the specifications given in this tender documentf

Lightning protection The scope includes the supply and

providing earthing for lightning protection of the building as

per the IS 2309 specification and quantities as per the BOQ

The scope includes horizontal and vertical runs earth pits test

point earthing of building periphery for contour etcg Rack

earthing The scope includes the supply and providing

earthing for racks as per specificationsh Switchboards and

SwitchSockets The scope includes the Supply and installation

of different size of flameproofnon‐flameproof Switchboards

and switchsocket for Lighting Power Distribution as per

specificationi MSGI Conduits flexible GI conduit earthing

materials doublesingle compression brass cable glands

cable lugs (Al amp Cu as required) cable ties cablewire

identification tags required for the installation and

maintenance of trouble free operation of the downstream

Tender No SCLPS52019E0156401 33

system and accessories are covered under this specificationj

MS junction box conduit along with all related accessories as

per specification

TECHNICAL SPECIFICATION‐2

Item Specifications ‐II

Sl No Specifications Compliance

(Yes No)

Offered Specifications Remarks

1 Electrical Panel SpecificationGeneralaPanel shall be

fabricated as per IEC 61439 part 1 amp 2 bPanel shall be indoor

metal clad air insulated floor mounted extendable to side

single front construction front wired front

connectedcMinimum thickness of sheet metal used shall be

2 mm and panel shall confirm to IP54 protectiondThe

working height of the Panel shall be limited as per standard

engineering practicese The design should be fully

compartmentalized with metal partitions between

compartments All doors shall be gasketed Each vertical

section shall have removable back coverfAll switches push

buttons lamps indicating instruments shall be flush

mountedgA full height vertical cable chamber with cable

supports shall be provided in each section to facilitate unit

wiring Cable chamber shall be sized to accommodate all cable

and shall have removable covers A horizontal wire way

extending the entire length shall be provided at the top of

panel for inter panel wiringhPanel shall be with minimum

75mm high base MS channel frameiThe panel shall undergo

seven tank or better process as per relevant IS

standardsjLifting hook shall be provided at each section for

easy transportationkDifferent compartment of the panel

shall be provided with dust proof type air filter louvers

explosion vents or similar safety arrangements in the panels

Tender No SCLPS52019E0156401 34

to let out gases under pressure generated during event of any

fault inside the panellPanel shall have pocket for the Panel

drawing in the incomer section

2 Busbar and Bus TapsaThe main bus and connections shall be

of high connectivity AluminiumAluminium alloy sized for

specified current ratings with maximum temperature limited

to 85amp778 C ie 35amp778 C rise and ambient 50amp778

bSeparate vertical bus bars shall be provided for each vertical

panelcAdequate contact pressure shall be ensured at bus

connections by means of two bolt connections with plain and

spring washers and lock nutsdBus bar and connections shall

be fully insulated for working voltages with adequate

phaseground clearances Insulating sleeves heat shrink type

for bus bar and shrouds removable type joints shall be

provided Bus insulators shall be flame retardanteBus bar

shall be color coded for easy identificationfBusbar should be

connected in such a way that it can be dismantledassembled

while separating different section of the panelgShrouds of

transparent sheet on the exposed bus in cable alleys for

adequate safety measurehBus bar Conductor shall be

confirming to IS‐5082iMinimum clearance (PH‐PH PH‐N and

PH‐E) between Bus bars shall be maintained as per latest

ISjBus Bar supporting Material shall be of

SMCDMCkMaterial of Aluminium Bus bar shall be of E91

gradelBus bar shall be protected from the transparent

insulated material for stand safety point

3 3Control ModuleaFixed type control module shall house the

control components for a circuitbThe equipment layout shall

provide sufficient working space in between the components

and subject to SCL approval cEach control module shall be

equipped with ACDC potential free Relays (230V AC24V DC)

Contactors etc for seamless interface of the operation of

Drives from FCMS (PLC)dVendor to provide the potential free

Tender No SCLPS52019E0156401 35

contact to facilitate local operation from MCC and remote

operation from FCMSPLC Vendor shall provide with each

drive module automanual selector switch and each drive

module shall be wired up to the terminal block for localauto

selection ON OFF trip feedback to SCLrsquos control station and

ONOFF command room FCMSPLC as welleMCC panel and

LPBS shall have selector switches for MCCLocal and

LocalRemote selection respectively Control (OnOff) of the

Drivesheaters will be as per following selection If selector

switch (SS) at MCC is selected to MCC ONOFF operation can

be done from MCC only irrespective of position of SS at LPBSIf

selector switches both at MCC amp LPBS are selected to LOCAL

ONOFF operation can be done from LPBS onlyIf SS at MCC is

selected to LOCAL and SS at LPBS is selected to REMOTE

ONOFF operation can be done from FCMS only

4 VFDVFD shall be of Allen Bradley PF400 series having

redundant Control Net communication option as well to

communicate with the existing Facilities Control amp Monitoring

System (FCMs) Control Net Bridge Coaxial Straight T‐Tap

1786‐TPS must also be supplied along with VFDs Line

reactorchoke of suitable rating shall be connected before the

VFD

5 Thyristor based Heater ControlaDYDAC Make Thyristor

power controller Type 3003 or equivalent rating 85kW

Control input 4‐20mA Thyristor input supply 415VAC (3‐Ouml)

Thyristor output supply 415VAC (3‐Ouml) which shall be provided

by the vendor in a separate compartment of the MCC 4‐20mA

Control signal from the heater PID will modulate the thyristor

controller output to maintain the fresh air temperature at set

value Heater ON and OFF set points shall be adjustable in the

SCADA in FCMSbThyristor controller run command run

feedback 4‐20mA modulating signal shall be wired up to the

terminal block in the cable alley in the MCC Thyristor

Tender No SCLPS52019E0156401 36

Panelcompartment shall be complete with inter module

control and power wiring 220V AC supply shall be drawn from

one of the phase and neutral of the incoming 415VAC and

connect to the Thyristor supply terminals through MCB

Circuit breaker lsquoswitch ONrsquo and Thyristor control unit lsquoRUN

commandrsquo will get activated from FCMS if air temperature is

below ON set point Circuit breaker lsquoswitch OFFrsquo and Thyristor

control unit lsquoRUN command withdraws will get activated

from FCMS when temperature becomes above OFF set point

6 Fire Suppression system amp Fire Protection systemPanel shall

be equipped with required materials such as fire suppression

cylinders filled with fire suppression agents Fire detection

tubes Heat sensor tubes end of line adaptor with gauge

electrical Relays differential pressure valves etc to provide

the fire suppression and fire protection system in cable alley

and bus bar chambers of the electrical panel

7 MCCBaThe MCCBs should be extra current limiting type with

trip time of less than 10 m sec under short circuit conditions

The current limiting action should be achieved with repulsion

principle The MCCBs should preferably have an anti‐reclosing

featurebThe MCCBs should be 3 or 4 poles as per SLDcThe

MCCBs should have a Service short circuit breaking capacity

(Ics) of not less than 35 kA rms at 415 Volts 50Hz AC for

incomer The service breaking capacity should be equal to

ultimate breaking capacities (Icu) (ie Ics= Icu=100)dThe

release should be thermal magnetic having adjustable

overload and short circuiteSwitches shall be triple pole air

break AC23 motor duty for motor starter feedersfCubicle

doors of incoming and outgoing shall be mechanically

interlocked with switchgear to prevent unintentional openings

of the door while the unit is in energized condition However

defeat interlock provision is also to be providedgAll incoming

and outgoing feeders shall be provided with bolted disconnect

Tender No SCLPS52019E0156401 37

link for isolation of neutral if necessary Selector switches

shall be of rotary typehThe MCCB shall be provided with

rotary drive kit spreader terminals and ONOFFTrip (MCCB)

position of switch handle to be clearly markediDuct Heater

MCCB shall be motorized to control (ONoff) from FCMSjFor

incomers it should be EDO microprocessor based

communicable MCCB (35 kA or above) with numerical

releases for OL SC amp EFR (With mechanical and Electrical

interlocking for operation of only one ACB at any point of

time)

8 MPCBaThe MPCBs should be of 3 pole air break type AC3

Duty continuous rating as specifiedbMPCBs should have at

least 1NO+1NC contactcThese should have trip indication

test trip functiondThe release should be thermal magnetic

having adjustable overload trip settingeThe service breaking

capacity should be equal to ultimate breaking capacities (Icu)

(ie Ics= Icu=100)fThe MPCBs should be suitable for din rail

type mounting

9 Capacitor Bank Supply and installation of Capacitor Bank ‐

Box Type Dry construction Conforming to IS 13340‐41IEC

60831 440V 50Hz Rated Current (In) as per Load Heavy

Duty Dielectric MPP Low loss type with overall loss lt

05WkVAR Delta Connection with Discharge Device

10 ContactoraThe contactor shall be 3 pole air break type AC3

Duty continuous rating for motor starter feeders with non‐

bouncing silver silver alloy contactsbContactor shall be of

electromagnetic type rated for uninterrupted duty as per

relevant standards and also suitable for capacitor duty

cContactor shall be provided with adequate auxiliary contacts

rated for 10Amps 240VAC for interfacing with control

schemedContactor coil rating shall be minimum pick up of

85 of rated voltage and minimum drop out of 75 rated

Tender No SCLPS52019E0156401 38

voltage

11 Control and IndicationsaPush buttons will be heavy duty oil

tight and push to actuate type with integral plate marked

with its functionbEach push button shall be provided with

2NO+2NC contacts rated for 10Amps 240VACcLamps shall

be LED type rated for 240V AC Lens and lamps shall be

replaceable from the front dThe control supply shall be

through a 415V230V transformer and the vendor shall

provide 1 no 415V230V transformer for the same Vendor

shall also provide Power module for 24V DC Supply for the

operation of heaters control module

12 MetersaAll indicating instruments shall be digital

Switchboard type with accuracy class +‐ 2 full scalebMFM

of suitable rating shall be used in the incomer

feedercSelector switches shall be furnished at outgoing

feeders as per SLD for ammeterdAmmeter shall be of analog

type flush mounted industrial pattern of size 96x96 mm with

accuracy class 10 eMultifunction meter shall be of digital

type flush mounted industrial pattern of size 96x96 mm with

accuracy class 10 as per IEC 6205253 suitable for

measurement of Current Voltage Power Frequency Power

factor Energy and ready port to communicate with FCMS

through RS 485 The Meter should have Modbus

communication port as well

13 CT (Current transformer)CT will be cast resin type rated 15VA

or more burden with Maximum accuracy limit of class 1

14 Secondary wiringaPanel shall be fully wired at the factory to

ensure proper functioning of control and protectionbFuse

and links shall be provided to permit individual circuit

protection from bus wires without disturbing other circuits All

spare contacts of relays push buttons and other devices shall

Tender No SCLPS52019E0156401 39

be wired up to terminal blockscWiring shall be done with

flexible 25sqmm copper 1100V grade PVC insulated

switchboard wires Each wire shall be identified at both ends

with permanent markers bearing wire numbers as per wiring

diagramdWire termination shall be done with crimping type

connector with insulating sleeve

15 Powercontrol Terminal BlocksaTerminal block shall be 660V

grade box clamp type with marking strips similar to ELMEX 10

mm2 or equal for ControlbTerminal for CT secondary leads

shall have provision for shortingcNot more than two wires

shall be connected to any terminaldSpare terminals equal in

number to 20 active terminals shall be providedeTerminal

blocks shall be suitably located in cable alleysfFor Power

cable Bus Bar type cable connector (Melamine material) shall

be providedgFor Control cable heavy duty screw type cable

connector (Melamine material) shall be provided

16 Cable terminationaPanel shall be designed for cable entry

from topbEach cable shall be clearly marked at both ends

with an indestructible marker preferably a cable tag made of

Aluminium tacked with indicating cable number amp both end

feeder tags with switchboard tags Cable tags at ends of cable

shall be provided inside the gland plate as well as outside the

gland platecAll provisions and accessories shall be furnished

for termination of cables including removable gland plates

cable supports and terminal blocksdGland plate shall be

minimum 3 mm thick

17 Ground BusA GI ground bus rated to carry the maximum fault

current shall extend full length of Panel The ground bus shall

be provided with 2 bolts with GI bolt and nuts at each end to

receive 50x6mm GI flat

18 NameplateaThe nameplate of approved design shall be

Tender No SCLPS52019E0156401 40

provided for each compartment and also at the top of each

panel Nameplate shall be minimum 20x70mm and 3mm

thickbDrawing Pouch shall be provided at the incomer cable

allay

19 PaintingPanel shall be painted with light grey epoxy painted

(Siemens Gray RAL 7032) and caution notice plate shall be

fixed at the back of each vertical panel

20 Make of Switchgears aMCCBSiemensSchneiderbPush

button SiemensSchneider TekniccSelector

SwitchSiemensSchneider Teknic

dFuseSchneiderSiemenseTimerSiemensSchneiderfContro

l TransformerAEIMPIndcoilgTerminal

BlockElmexConnectwellFTChMeters Conzerv LampT

AEiCTs amp PTsKappaAutomatic

Electric(AE)NippenjContactorsSchneiderSiemenskIndicatio

ns SiemensSchneider

TekniclRelaysSchneiderSiemensPLAmMCBSchneiderSiem

ensnCooling Fan

RexnordSunonoVFDsAllen bradlypThyristor moduleDYDAC

qRCBOSiemensSchneiderrMCB

DBSiemensABBLegrandsLine reactorchokeAllen

BradleytCapacitor BankNeptune Schneider Siemens

21 Local Push Button Station (LPBS)The Scope includes supply

and installation of LPBS for Chiller Pumps AHUs Heaters as

per the BOQ and detailed specification given below aLPBS

shall be indoor metal clad air insulated wallAngle frame

mounted as required single front construction front wired

front connected hinged lockable door LPBS for Chiller Pumps

system shall be suitable for outdoor installationbMinimum

thickness of sheet metal used shall be 2 mm and panel shall

conform to IP54 protection for indoor installation and IP65 for

outdoor type LPBScAll switches push buttons with indicating

Tender No SCLPS52019E0156401 41

LED lamps indicating instruments shall be flush

mounteddThe LPBS shall be used for remote operation of

drives Equipment and HeaterseTo facilitate the localremote

operation LPBS shall have LocalRemote selector switch and

provided with Start push button lockable Stop push button

ammeter of suitable range Terminal Block and lockable

Emergency off Switch etc fLPBS shall be equipped with AC

(230V)DC (24V) Relays Contactors etc for seamless interface

of the operation of Drives from FCMS (PLC)gLPBS should be

suitable for wall mounting and provided with necessary

mounting arrangementhWiring shall be done with flexible

25sqmm copper 650V grade PVC insulated switchboard

wires Each wire shall be identified at both ends with

permanent markers bearing wire numbers as per wiring

diagramiWire termination shall be done with crimping type

connector with insulating sleevejGland plate shall be

minimum 3 mm thickkThe nameplate of approved design

shall be provided for each compartment and also at the top of

each panel Nameplate shall be minimum 20x70mm and 3mm

thicklLPBS shall be painted with light grey epoxy painted

(Siemens Gray RAL 7032)

22 Make of Electrical panel As per DOS Approved Panel

manufacturer list (attached)

TECHNICAL SPECIFICATION‐3

Item Specifications ‐III

Sl No Specifications Compliance

(Yes No)

Offered Specifications Remarks

Tender No SCLPS52019E0156401 42

1 Fire Detection System Scope for fire detection system

includes supply installation testing commissioning of Fire

panel Addressable Fire detection devices Manual Call Points

Addressable loop sounders Switch Monitoring unit (SMU) UV

IR sensor for detection of methanol flame Cable MS junction

boxes for loop in loop out of cable as per specifications and

integrating the same with existing repeater panel as per the

requirement The detailed specifications for the different

component of fire deduction system are as follows

2 A Multi‐sensor Detectors The smoke detectors shall be multi‐

sensor (heat and smoke) detector with isolator suitable for

detecting a wide range of smoke from slow smoldering and

fast flaming fire The detector shall have following features

bullSolid state addressing arrangement in combination with a

hand held programmer to configure the sensor

addressbullElectronics free mounting basebullTwin alarm LEDs for

360 Degree viewing and shall have blinking LED facilitybullThe

sensor shall have s removable chamber for ease of cleaning or

replacementbullAutomatic compensation for smoke sensor

contaminationbullShall have a built in test facility which allows

the fire alarm control panel to adjust the alarm threshold

levels to compensate for contamination and shall have a

maintenance alarm display when threshold can no longer be

adjustedbullOperating temperature ‐ 10 DegC to 50 DegC and

operating RH at 40 DegC‐95 RH

3 B Manual call stations Manual Call Stations should have in

built monitor module and pressbreak and resettable

capability constructed of high impact LEXAN sheet with clearly

visible operating instructions on the cover and the word FIRE

shall appear on front and suitable for surface mountingflush

mounting complete as required

Tender No SCLPS52019E0156401 43

4 C UV IR SensorThe UV‐IR flame detector shall operate on 24

VDC 0‐24mA current output suitable for detection of

Methanol flame with automatic built in test for reliable

operations and suitable for installation in Hazardous area zone

1and 2 with Class I Division 12 Gas group A B C The detector

shall not be susceptible to environmental conditions to

generate false alarms The entire system shall be rated for IP

66 or better and supplied with suitable mounting bracket The

system shall comply to the detailed specifications as listed

belowbullDetection Technology UV ‐ IR Electro‐optical

detectionbullDetection range 75 meterbullField of View greater

than equal to 90deg Both Horizontal and verticalbullResponse

Time less than equal to 5 secondsbullBuilt in Test Automatic

bullOperating Temperature Range 0 to + 75degCbullOperating

Humidity Range Continuous 95 non‐condensingbullAnalog

Output signal 4‐20mAbullAlarms amp Fault Normal 4 mA Fault

02 mA Alarm 20 mA + 10 verifiedbullOperating voltage 24

VDC ( 18‐32VDC)bullPower consumption Vendor to specify for

Standby and Alarm conditionbullSensor Calibration

Verification Sensor calibration as per OEM for certified

performancebullSensor Life 2 Years (minimum)bullSensor

Calibration vendor to carry out sensor calibration at site and

submit calibration certificate valid for one yearbullRFI EMI

SusceptibilitybullRequired EN 616326‐3 and EN 6100006‐3 or

equivalent IP protectionbullIP protection IP 66 or betterbullFault

Diagnostic Sensor Fault (end of life) other informationbullSelf‐

Check Test Automatic during start‐upbullHousing SS 316

Epoxy Painted Aluminium die castbullStart‐up Time Vendor to

specifybullApprovalcertification PESO and ATEX ‐ Ex d IIC C

Class 1 Div 12 Group A B C DNote Vendor shall arrange

the 230V AC to 24V DC Power supply module along with half

an hour Battery Back up in MS powder coated Enclosure

Input Power supply (230V AC) for Power Supply module shall

Tender No SCLPS52019E0156401 44

be provided by SCL

5 D SMU Unit for UV IR sensor Supply installation testing and

commissioning of Switch Monitoring Unit (SMU) to configure

the UV IR sensors with fire detection system as requiredE

SoundersAddressable Sounders shall be loop powered with

all fixing materials complete as required The sound level shall

be 100dB (A)

6 F Fire Alarm Control Panel (FACP) bullFACP shall be of 2

loopsbullFACP shall be suitable for 230V 50 Hz AC supply and

detectors shall be powered using FACP based detection

circuits Devices shall receive power and communication from

the same pair of conductorsbullFACP shall provide for resetting

detectors fault isolation and sensor loop operationbullFACP

shall be suitable for mixing different fire devices and beam

smoke detectors within the same loop to optimize field

wiringbullFACP shall have alarm indication of individual sensors

detector trouble alarm indication for dust accumulation The

panel shall check detector once in every 24 hours for

contamination for this purposebullThe FACP shall regularly

supervise all the sensors and devices on the loop and initiate

fire or trouble alarm whenever requiredbullFACP shall have 2

wire circuits to connect minimum of 126 addressable devices

per loopbullFACP shall be with repeater interface and suitable

24V battery with built in software and 2 x 40 character

alphanumeric LCD display and necessary front panel control

keys FACP shall display the date time and description for

Analog sensors to indicate alarms and trouble

situationsbullFACP switches shall allow authorized personnel to

accomplish the following ‐bullInitiate a general alarm

conditionbullSilence the local audiblebullSilence the alarm

signalsbullReset all zonespointsbullFACP shall have walk test

facilitybullShall have facility for programming from the key

board or utilizing PC set up software via laptopdesk top

Tender No SCLPS52019E0156401 45

computerbullShall have memory data for panel configuration

and operation reside in non‐volatile memory (EPROM)bullFACP

shall have facility for speech processor (to record pre‐

recorded message of 20 S) and also have Auto Dialer facility

(can dial up to 8 different lines)bullAll addressable units shall be

connected to the FACP through the loop cards and shall be

addressed though individualized numbers The FACP shall be

able to obtain analog value for all detectors in the circuit

through a pulsed digitized current data The FACP shall be

able to analyze all analog inputs from all addressable units

and though its own software and ambient level screening the

FACP shall be able to identify fire possible fire or fault

conditions The unit supervision shall be dynamic and

continuousbullThe FACP shall itself have all loop cards in it No

isolated mother board or transponder shall be

consideredbullShortopen circuit units shall also be reported at

the FACP in such cases the system through the use of fault

isolators shall be able to isolate that segment between the

two fault isolators The missing DetectorsDevices shall also

be reported to the FACP with identification of the

locationbullThe FACP shall have the facility to set smoke sensor

sensitivity remotely to either high sensitivity manually or on a

pre‐programmed sequence (Ie DayNight) period When an

alarm condition is sensed at the FACP from a smoke or heat

detector a delay timealarm verification period shall be

started If the sensor is still in alarm after the delay time

expired an alarm condition is reported The delay time shall

be adjustable from 0 to 990 secondsbullThe FACP shall have

either an in‐built or external printer coupled to the FACP

which shall log all events with time The printout shall clearly

indicate the event‐FirePre‐AlarmFault etc with the unit

address and timebullThe FACP shall also be able to discriminate

between false alarms and fire conditions as well as priority

selection of alarm in case alarm activities in two or more

Tender No SCLPS52019E0156401 46

remotely located units simultaneously In such cases the

Manual Call stations shall have the highest prioritybullThe FACP

shall also be able to actuate switches automatically in case of

Fire condition of AHUs and power supply or other system such

as piped pressurized gas supplybullThe system shall be fail safe

and adequate safe guards should be under taken that in the

event of a failure of a part of the system it shall not handicap

the complete system The loop cards shall be of Modular

constructionbullThe FACP shall have its own battery backup of a

minimum of 48 hours in normal run and then half an hour in

alarm condition The backup time calculation shall be done as

per TAC standards The Battery shall be 2 x 12V (24V) DC and

of sealed maintenance free type housed inside the FACPbullIt

shall be able to withstand temperature variations from 0

Degree Centigrade to 55 Degree Centigrade Further Relative

Humidity (non‐condensing type) up to 93 shall not hamper

its performance The voltage rating shall be from 17V DC to

31V DC though the voltage may be change depending upon

the working voltages of a proprietary FACPbullThe FACP shall be

totally enclosed dust and vermin proof type made of

minimum 16‐gauge dust inhibited sheet with even baked

finish The FACP shall be of completely solid state designbullThe

logic circuitry shall be based on high noise immunity solid‐

state hardware employing modular construction Logic cards

shall be of epoxy fiber glass constructionbullThe FACP shall have

EN 54ULFM approvalbullThe panel shall have an extra loop

card to serve as standby in case of burnout or malfunctioning

of any operating loop cardsbullThe FACP shall be capable of

being networked (future expansion) with other similar FACPs

located at different locations of SCL premises through a single

RS 485 busbullThe FACP shall have provision for interfacing with

the Public Address System

7 G Repeater panelScope comprises of supply and installation

Tender No SCLPS52019E0156401 47

of Repeater Panel which display fire fault message

simultaneously with the FACP bullIt shall be capable of

interfacing with the FACP on a single RS 485 Bus bullThe panel

shall be capable of operating on 24V DC supplybullThe

independent 24V DC supply source to be installed in MS

cubicle Box duly powder coated paint along with repeater

panelbullThe panel shall have 2 x 40‐character backlit display

which shall display date time and description of alarm

trouble events are that displayed in the panel shall be

powered from the FACPbullIt shall have control keys for sound

silence mute and to reset the FACP from the repeater

stationsbullThe repeater panel shall have the following LEDs

indicationsbullSupply bullFault bullMute bullSilent bullDisabled

bullFire

8 H Fire CableSupply and installation of 2Cx15mm2 Copper

extruded PVC inner sheath armored and overall FRLS PVC

outer sheathed 11 KV grade as per IS 7098 (Part I bearing ISI

certification) on existing cable traywallsoft soilhard soil as

required

9 I Fire Cable terminationSupplying and making end

termination with brass compression gland and copper lugs for

2Cx15mm2 Copper cable in MS Box of Size 4X4 installed

above the false ceilingwallsurface as required

10 J Junction Box for Fire devicesSupply installation testing and

commissioning of MS painted box Size 4X4 with ELMEX type

terminal block for loop in loop out of 2c x15 sq mm copper

armored cable and connection to the fire detector device on

wallsurfacerecess including wall cutting and providing

necessary hardware for mounting fixing including all

material for fixing as required

Tender No SCLPS52019E0156401 48

TECHNICAL SPECIFICATION‐4

Item Specifications ‐IV

Sl No Specifications Compliance

(Yes No)

Offered Specifications Remarks

1 A NetworksLAN The detailed specification for the network

rack switch cable cords IOs face plates etc and the

required accessories shall be as below CAT 6A or better cable

shall be laid in the PVC Conduit The detailed specifications

for the different component of networksLAN are as follows

2 bull Rack Supply installation testing and commissioning of UL

listed modular type 12U network rack with front glass door

and rear perforated door floor mounted Size 550x550 with

1 No of 5 port Octagonal PDU 515Amp with MCB and Fan

Tray with minimum 2 Fans The rack should have provision of

2 nos of cable manager duct type 1U and 2 vertical manager‐

concealed type Rack should be three sides openable with

front glass door and rear perforated door and provision of

cable entry from top and bottom both with proper earthing

kit as requiredRecommended Make Rittal Netrack

Schneider Valrack

3 bull Network Switch Supply amp installation of Network Switch in

Network Rack with the following specification as belowSwitch

shall haveamp61607Port Density Minimum 8 101001000

BaseT Ports amp 4‐1G SFP Ports ready for use with SFP module

Ports shall support PoE on all ports with PoE budget of

180Wamp61607Architecture Stand‐alone rack

mountableamp61607Bandwidth minimum 56Gbps of

switching bandwidth to support above listed ports in non‐

blocking configurationamp61607StackableScable support for

Tender No SCLPS52019E0156401 49

stacking multiple switchesamp61607Stacking backplane

bandwidth Access switch shall have additional port(s) for

providing minimum 40 Gbps stacking bandwidthamp61607L2

Features 8021x authentication spanning tree

etcamp61607Networkjflowsflow or equivalent provision for

Networkjflowsflow or equivalent supportamp61607Network

Management support Network Management through

command line interface (CLI) SNMP v1 v2c v3

httpsamp61607IPv6 Readiness IPv6 Readiness from day

1amp61607RegulatorySafety confirming to UL60950 amp

EN60950amp61607EALNIAP certified Model No shall be EAL

or NIAPNDPP certifiedRecommended Make Cisco Juniper

HP Brocade dell

4 bull CAT 6A Cable Supply and installationlaying of category 6A

or better 4 pair shielded cable UFTP or FUTP in PVC

Conduit sheath type low smoke zero halogen (LSZH) with

transmission properties amp electrical properties tested

minimum up to 500MHz amp verified by ETL amp comply with

ANSITIAEIA‐568‐C2 amp ISOIEC 11801 Recommended make

Commscope Schneider Molex Siemon

5 bull Patch Panel Supply installation testing and commissioning

of CAT6A PatchJack Panel of 24 Port fully loaded in Network

rack with port identification number with self‐adhesive clear

label holder Each portjack on the panel should be

individually removable on field from the panel and have

integrated rear cable management metallic shelf and have a

separate provision of grounding Recommended make

Commscope Schneider Molex Siemon

6 bull Patch Cords (1 meter) Supply installation testing and

commissioning of Patch Cords Cat 6A shielded 1 meter in

Network rack with 4 pair shielded copper wire factory pre

terminated with shielded RJ45 plugs Aluminumpolyester

Tender No SCLPS52019E0156401 50

shield screen material with low smoke Zero halogen sheath

comply to TIA‐568‐C2 Cat 6A in IOs of Network

RackRecommended make Commscope Schneider Molex

Siemon

7 bull Patch Cords (3 meter) Supply installation testing and

commissioning of Patch Cords Cat 6A shielded 3 meter in

Network rack with 4 pair shielded copper wire factory pre

terminated with shielded RJ45 plugs Aluminumpolyester

shield screen material with low smoke Zero halogen sheath

comply to TIA‐568‐C2 Cat 6A at field side Recommended

make Commscope Schneider Molex Siemon

8 bull Information outlet Supply and installation of Shielded Cat

6A information outlet UFTP or FUTP compliance to category

6A or better TIA568C2‐500MHz at field sideRecommended

make Commscope Schneider Molex Siemon

9 bull Face Plate (Dual) Supply and installation of single gang

square face plate (Dual) and SMB Box with a provision to

support variety of jacks‐ UTP STP etc at the field

sideRecommended make Commscope Schneider Molex

SiemonbullFace plate (single) Supply and installation of square

face plate ( single) with a provision to support variety of jacks‐

UTP STP etc at the field sideRecommended make

Commscope Schneider Molex Siemon

10 bull SMB Box Supply and installation of SMB Box for face plate

(DualSingle) as required Recommended make Commscope

Schneider Molex Siemon

11 bull Other Accessories amp61607Supply and Installation of

25mm electrical grade ISI mark PVC Conduit in

wallfloorslabsurface including wallfloor cutting and

making good the same as required Recommended make

Reputed ISI Markamp61607Supply and installation of OFC SM

Tender No SCLPS52019E0156401 51

OS2 Cable in existing 32mm HDPE pipe as

requiredamp61607Supply and Laying of 32mm HDPE pipe

direct in ground including excavation sand cushioning

protective covering and refilling the trench including standard

cable route marker etc as requiredamp61607Supply and

installation of SC simplex single‐mode LSZH pigtail 1m as

requiredamp61607Supply and installation of adaptor plate

with 3 SC duplex SM adaptors as requiredamp61607Splicing of

OFC as per Core as requiredamp61607Supply and installation

of accessories for making the Chamber Pit‐ 1Mtr Depth with

Lid for housing OFC as requiredamp61607Trenching of

HardSoft Soil as required

12 B Paging The scope includes supply installation testing and

commissioning of Supply and installation of IP 65 or better

explosion proofWP loud speaker anticorrosive powder

coated red (RAL‐3000) suitable for Zone I amp II Class II C

Hardware SS304 as per IS2148 and equivalent to model FLSR

25 of Baliga with necessary support gland as required and

installing the same on wallsurface with GI supports as

required and connecting the same with wire The Scope also

includes supply and installation of 2Cx15mm2 FRLS armored

and PVC sheath twisted pair wire their termination tagging

glanding earthing etc as required for speakers and other

accessories requires for smooth commissioning of the paging

system

Vendor Specificied Terms

Description Vendor Terms

Tender No SCLPS52019E0156401 52

1Delivery Term

Prices shall be quoted on F O R destination basis ie S C L S A S Nagar Mohali

Punjab exclusive of GST and taxes as may be applicable

2 GST

Purchaser is entitled to concessional GST of 5 as per Ministry of Finance

Department of Revenue Notification No 472017 Integrated Tax (Rate) both

dated 14th November 2017 respectively and would accordingly issue Exemption

Certificate in favour of the contractor quoting in Indian Rupees The bidder

should take note of the same while quoting the prices in Indian Rupees GST on

installation services shall be applicable 18

3 DELIVERY SCHEDULEPERIOD OF COMPLETION

The time allowed for supply installation testing and commissioning of the entire

works shall be 06 (Six) months to be reckoned form the 7th day of issue of

purchase order

4 IMPORTANT

This being a two part Tender Technical and Commercial parts separate the

bidder should not attach any document(s) containing pricing information with

technical part The Contractor will provide Un priced commercial offer in

envelope 1 (Technical Part) as an attachment

The tenders containing price information in Technical Part will be treated as

unsolicited offers and rejected Contractor to confirm that Price bid is not

attached in Envelope 1 ie Technical Part

Priced Commercial offer if any should be attached in Envelope 2 (Price Bid)

under Supporting Documents from Vendor (Commercial) as an attachment

5 The prices shall remain firm until completion of entire project including

extended period if any No cost escalation shall be applicable for the work

Tender No SCLPS52019E0156401 53

6 SECURITY DEPOSIT

a) On acceptance of the tender the Contractor shall submit security deposit for

ten percent (10 percent) of the value of the Contract within 15 days from the

date of purchase order If the Contractor fails toprovide the security within the

period specified such failure shall constitute a breach of the Contract and the

Purchaser shall be entitled to make other arrangements for the re purchase of

the stores contracted at the cost and risk of the Contractor

b) Security Deposit shall be submitted through Demand Draft Bankers Cheque

fixed deposit receipt or Bank Guarantee from any of the Scheduled Banks

executed on nonjudicial stamp paper of appropriate value and shall be valid for

a period of sixty (60) days beyond the date for completion of the Purchase

OrderContract

c) In case the contractor fails to furnish the security deposit within the specified

date or extended due date the Purchase OrderContract shall be cancelled and

in addition appropriate penal action may also be considered

d) After the Purchase OrderContract is successfully executed in all respects the

Bank Guarantee towards Security Deposit may be discharged and retained

amount shall be refunded to vendors

e) In the event of non execution of the Purchase orderContract or breach of any

terms and conditions of the Purchase Order the Security Deposit shall be

forfeited

7 Warranty

The Contractor shall provide for the tendered job comprehensive warranty for

parts as well as labour for a period of 12 months from the date of successful

installation commissioning and testing of the system at Purchasers site at no

extra charges against any manufacturing defectfaulty workmanship In case any

defect arises during warranty period the Contractor should replacerectify the

same at its own cost at siteworks

The LED light fittings and its driver unit etc shall have warranty for a period of 5

Tender No SCLPS52019E0156401 54

years from the date of installation and commissioning

8 Warranty Replacements

All replacement parts if any shall be supplied by the Contractor free of cost on F

O R Purchaser site at S A S Nagar Punjab basis

9 TERMS OF PAYMENT

The payment shall be remitted as under

90 of the value of the materials supplied shall be paid within 30 days of the

receipt of the materials at purchaser site and the balance 10 amount along

with 100 installation charges shall be payable on successful installation

commissioning and acceptance of the entire project at Purchasers site against a

Performance Bank Guarantee

10 PERFORMANCE BANK GUARANTEE (PBG)

The Contractor shall furnish a Bank Guarantee (as per format given by purchaser)

from any nationalized scheduled bank for an amount equivalent to 10 of the

value of the Contract and shall be valid for a period of 60 days beyond the expiry

date of warranty period On the performance and completion of the Contract in

all respects the Bank Guarantee will be returned to the Contractor without any

interest

11 VALIDITY

The tender must be valid for a minimum period of 120 days from the date of

opening of Technical bid and 90 days after opening of Price bid

The tender where the validity period is shorter than the period specified in the

tender enquiry shall be excluded from the procurement process

12 Quantity Variation

The quantities indicated against each items in the Bill of Quantities (BOQ) are

indicative and are for the purpose of bidding only Variation in quantities up to

Tender No SCLPS52019E0156401 55

+25 percent shall be carried out by the contractor on the agreedPurchase order

(PO) rates and terms amp conditions as in the purchase order (PO)

13 GUARANTEED TIME DELIVERY

The time for and the date of delivery stipulated in the Purchase Order shall be

deemed to be the essence of the Contract Delivery must be completed within

the date specified therein

14 Extra Items

In case of extra items (that are completely new and are in addition to the items

contained in the contract) the contractor may claim rates supported by proper

analysis and purchaser engineer in charge of the work shall after giving

consideration to the analysis of the rates submitted by the contractor determine

the rates on the basis of market rates and the contractor shall be paid in

accordance with the rates so determined The contractor(s) profit amp OH shall be

factored in the rate analysis 15

15 CONSIGNEE

Sr Purchase and Stores Officer (Stores)

Semi Conductor Laboratory

Sector 72 SAS Nagar (Mohali) Punjab

India 160 071

16 INSTALLATION AND COMMISSIONING

Installation commissioning and demonstration of performance of the tendered

stores as per Purchaser tendered specifications shall be carried out by the

Contractor at Purchaser site at S A S Nagar Punjab India

The Contractor shall provide in advance guidelines for preparation of the

installation site and list of items to be supplied by Purchaser during installation

Tender No SCLPS52019E0156401 56

On receipt of intimation from the Purchaser the Contractor shall depute its

engineer(s) to Purchaser site within two weeks to carry out installation and

commissioning and will demonstrate the functionality of the tendered

equipment to Purchaser specifications as per mutually agreed acceptance

procedure The Contractor shall be responsible for any lossdamages sustained

due to delay on the part of the Contractor to send its engineer for installation

and commissioning

Failure to commission the tendered equipment successfully shall entitle

Purchaser to full refund of the payment made and the interest thereon Decision

regarding successful installation and commissioning shall rest solely with the

Purchaser

17 REJECTION

In the event that any of the stores supplied by the Contractor is found defective

in material or workmanship or otherwise not in conformity with the

requirements of the Contract specifications the purchaser shall either reject the

stores or request the Contractor in writing to rectify the same The Contractor

on receipt of such notification shall either rectify or replace the defective stores

free of cost to the purchaser If the Contractor fails to do so the purchaser may

at his option either

a) replace or rectify such defective stores and recover the extra cost so involved

from the Contractor or

b) terminate the Contract for default as provided in this tender document

18 EXTENSION OF TIME

If the completion of supply of stores is delayed due to reason of force majeure

such as acts of god acts of public enemy acts of Government fires floods

epidemics quarantine restriction strikes freight embargoes etc the

Contractor shall give notice within 15 days to the purchaser in writing of his

claim for an extension of time The purchaser on receipt of such notice after

verification if necessary may agree to extend the Contract delivery date as may

Tender No SCLPS52019E0156401 57

be reasonable but without prejudice to other terms and conditions of the

Contract

19 DELAY IN COMPLETIONLIQUIDATED DAMAGES

If the Contractor fails to deliver the stores within the time specified in the

Contract or any extension thereof the purchaser shall recover from the

Contractor as liquidated damages a sum of one half of one percent (05 percent)

of the Contract price of the undelivered stores for each calendar week of delay

The total liquidated damages shall not exceed ten percent (10 percent) of the

Contract price of the unit or units so delayed Stores will be deemed to have

been delivered only when all their component parts are also delivered If certain

components are not delivered in time the stores will be considered as delayed

until such time as the missing parts are delivered Delivery of stores shall be

complete on Installation commissioning Testing and Acceptance

20 INSPECTION AND ACCEPTANCE TEST

The Purchasers representatives shall also be entitled at all reasonable times

during manufacture to inspect examine and test on the Contractors premises

the material and workmanship of all stores to be supplied under this Contract

and if part of the said stores is being manufactured on other premises the

Contractor shall obtain for the purchasers representative permission to inspect

examine and test as if the equipment were being manufactured on the

Contractors premises

Such inspection examination and testing shall not release the Contractor from

the obligations under this Contract

For tests on the premises of the Contractor or of any of his sub Contractors the

Contractor shall provide free of cost assistance labour material electricity fuel

and instruments as may be required or as may be reasonably needed by the

purchasers representative to carry out the tests efficiently

When the stores have passed the specified test the purchaser representative

shall furnish a certificate to the effect in writing to the Contractor The

Tender No SCLPS52019E0156401 58

Contractor shall provide copies of the tests certificates to the purchaser as may

be required

21 Labour Law Contractor shall abide by all labour laws rules and regulations

which are prevailing and as enforced from time to time and SCL shall not be

responsible for any accident or mishap during the course of the contract to any

of engineer labour employee by the Contractor The contractor shall also ensure

that the statutory obligations with regards to the employment of labour under

law are complied properly and timely

22 ARBITRATION

In the event of any disputes differences or claims arising out of or relating to

the interpretation and application of the Contract such disputes or differences

or claims shall be settled amicably by mutual consultations of the good Offices

of the respective Parties and recognizing their mutual interests attempt to reach

a solution satisfactory to both the parties If such a resolution is not possible

within 30 days from the date of receipt of written notice of the existence of such

disputes then the unresolved disputes or differences or claims shall be

referred to the Sole Arbitrator appointed by the Parties by mutual consent in

accordance with the rules and procedures of Arbitration and Conciliation Act

1996 as amended from time to time The arbitration shall be conducted in New

Delhi in the Arbitration and Conciliation Centre New Delhi (Domestic and

International) as per its rules and regulations The expenses for the Arbitration

shall be shared equally or as may be determined by the Arbitrator The

considered and written decision of the Arbitrator shall be final and binding

between the Parties The applicable language for Arbitration shall be English

only Work under the Contract shall be continued by the CONTRACTOR during

the pendency of arbitration proceedings without prejudice to a final adjustment

in accordance with the decision of the Arbitrator unless otherwise directed in

writing by the DEPARTMENT or unless the matter is such that the works cannot

be possibly continued until the decision (whether final or interim) of the

Arbitrator is obtained

23 APPLICABLE LAWS The contract shall be interpreted construed and

Tender No SCLPS52019E0156401 59

governed by laws of IndiaThe contract shall be subject to exclusive Jurisdiction

of the Court of SAS Nagar (Mohali) Punjab India irrespective of anything

mentioned in any correspondences or otherwise

24 Any Other Term

Tender No SCLPS52019E0156401 60

Supporting Documents from Vendor

Attachment ‐ I

Attachment ‐ II

Price Bid Form

Item Description Slab Range Qty UOM Currency Unit Price Total Price

Supply of MCC Panels cables

cable trays lightings etc for

electrical distribution system

including fire detection

system LAN Paging etc for

the Chemical Store building as

per detailed specifications

technical write‐updrawings

attached

‐ 1 Lot ‐ ‐ ‐

Installation Testing and

Commissioning of MCC

Panels cables cable trays

lightings etc for electrical

distribution system including

fire detection system LAN

Paging etc for the Chemical

Store building as per detailed

specifications technical write‐

updrawings attached

‐ 1 Lot ‐ ‐ ‐

Tender No SCLPS52019E0156401 61

Break‐up of other taxes and other costs should be specified in respective narration columns

Sum of these Break‐up values should be specified in respective value columns

Supporting Documents from Vendor (Commercial)

Document attachment with price bid

Attachment ‐ I

Attachment ‐ II

  • pdf_document_tndr_notc_electrical_distribution_system_051119
  • pdf_document_tndr_doc_electrical_distribution_system_051119
Page 11: -72, -160071 चंडीगढ़ के समीप पंजाब भारत...स म -क डक टर ल ब र टर /Semi-Conductor Laboratory अ त रक ष वभ

Tender No SCLPS52019E0156401 10

being exclusively of the Contractor and the Purchaser shall pay only for such stores as are actually

received in good condition in accordance with the Contract

6 DESPATCHThe Contractor is responsible for obtaining a clear receipt from the Transport Authorities

specifying the goods dispatched The consignment should be dispatched with clear Railway

ReceiptLorry Receipt If sent in any other mode it shall be at the risk of the Contractor Purchaser will

take no responsibility for short deliveries or wrong supply of goods when the same are booked on said

to contain basis Purchaser shall pay for only such stores as are actually received by them in accordance

with the Contract

7 TEST CERTIFICATEWherever required test certificates should be sent along with the dispatch

documents

8 ACCEPTANCE OF STORES

(a) The stores shall be tendered by the Contractor for inspection at such places as may be specified by

the purchaser at the Contractors own risk expense and cost

(b) It is expressly agreed that the acceptance of the stores Contracted for is subject to final approval

by the purchaser whose decision shall be final

(c) If in the opinion of the purchaser all or any of the stores do not meet the performance or quality

requirements specified in the Purchase Order they may be either rejected or accepted at a price to be

fixed by the purchaser and his decision as to rejection and the prices to be fixed shall be final and

binding on the Contractor

(d) If the whole or any part of the stores supplied are rejected in accordance with Clause No 8 (c)

above the purchaser shall be at liberty with or without notice to the Contractor to purchase in the

open market at the expense of the Contractor stores meeting the necessary performance and quality

Contracted for in place of those rejected provided that either the purchase or the agreement to

purchase from another supplier is made within six months from the date of rejection of the stores as

aforesaid

9 REJECTED STORESRejected stores will remain at destination at the Contractors risk and responsibility

If instructions for their disposal are not received from the Contractor within a period of 14 days from the

date of receipt of the advice of rejection the purchaser or his representative has at his discretion the

right to scrap or sell or consign the rejected stores to Contractors address at the Contractors entire risk

and expense freight being payable by the Contractor at actuals

10 DELIVERY

(a) The time for and the date of delivery of the stores stipulated in the Purchase Order shall be deemed

to be the essence of the Contract and delivery must be completed on or before the specified dates

Tender No SCLPS52019E0156401 11

(b) Should the Contractor fail to deliver the stores or any consignment thereof within the period

prescribed for such delivery the purchaser shall be entitled at his option either

(i) to recover from the Contractor as agreed liquidated damages and not by way of penalty a sum of

05 per week of the price of any stores which the Contractor has failed to deliver as aforesaid or during

which the delivery of such store may be in arrears subject to a minimum of 10 or

(ii) to purchase from elsewhere without notice to the Contractor on the account and at the risk of the

Contractor the stores not delivered or others of a similar description (where others exactly complying

with the particulars are not in the opinion of the purchaser readily procurable such opinion being

final) without cancelling the Contract in respect of the consignment (s) not yet due for delivery or

(iii) to cancel the Contract or a portion thereof and if so desired to purchase or authorise the purchase of

stores not so delivered or others of a similar description (where others exactly if complying with the

particulars are not in the opinion of the purchaser readily procurable such opinion final) at the risk and

cost of the Contractor In the event of action being taken under sub clause (ii) (iii) of clause 10 (b) above

the Contractor shall be liable for any loss which the purchaser may sustain on that account provided

that the re purchase or if there is an agreement to repurchase then such agreement is made within six

months from the date of such failure But the Contractor shall not be entitled to any gain on such re

purchase made against default The manner and method of such re purchase shall be at the discretion of

the purchaser whose decision shall be final It shall not be necessary for the purchaser to serve a notice

of such re purchase on the defaulting Contractor This right shall be without prejudice to the right of the

purchaser to recover damages for breach of Contract by the Contractor

11EXTENSION OF TIMEAs soon as it is apparent that the Contract dates cannot be adhered to an

application shall be sent by the Contractor to the purchaser If failure on the part of the Contractor to

deliver the stores in proper time shall have arisen from any cause which the purchaser may admit as

reasonable ground for an extension of the time (and his decision shall be final) he may allow such

additional time as he considers it to be justified by circumstances of the case without prejudice to the

purchasers right to recover liquidated damages under clause 10 thereof

12 ERECTION OF PLANT MACHINERYWherever erection of a plant or machinery is the responsibility of

the Contractor as per the terms of the Contract and in case the Contractor fails to carry out the erection

as and when called upon to do so within the period specified by the purchaser the purchaser shall have

the right to get the erection done through any source of his choice In such an event the Contractor

shall be liable to bear any additional expenditure that the purchaser is liable to incur towards erection

The Contractor shall however not be entitled to any gain due to such an action by the purchaser

13 PAYMENT Contractors bill will be passed for payment only after the stores have been received

inspected and accepted by the Purchaser

14 MODE OF PAYMENT Normally payment will be made for the accepted stores within 30 days from

the date of receipt of the materials

Tender No SCLPS52019E0156401 12

15 RECOVERY OF SUM DUE Whenever any claim for the payment of whether liquidated or not money

arising out of or under this Contract against the Contractor the purchaser shall be entitled to recover

such sum by appropriating in part or whole the security deposited by the Contractor if a security is

taken against the Contract In the event of the security being insufficient or if no security has been taken

from the Contractor then the balance or the total sum recoverable as the case may be shall be

deducted from any sum then due or which at any time thereafter may become due to the Contractor

under this or any other Contract with the purchaser Should this sum be not sufficient to cover the full

amount recoverable the Contractor shall pay to the purchaser on demand the remaining balance due

Similarly if the purchaser has or makes any claim whether liquidated or not against the Contractor

under any other Contract with the purchaser the payment of all moneys payable under the Contract to

the Contractor including the security deposit shall be withheld till such claims of the purchaser are

finally adjudicated upon and paid by the Contractor

16 INDEMNITY The Contractor shall warrant and be deemed to have warranted that all stores supplied

against this Contract are free and clean of infringement of any Patent Copyright or Trademark and shall

at all times indemnify the purchaser against all claims which may be made in respect of the stores for

infringement of any right protected by Patent Registration of design or Trade mark and shall take all risk

of accidents or damage which may cause a failure of the supply from whatever cause arising and the

entire responsibility for sufficiency of all means used by him for the fulfilment of the contact

17 ARBITRATION In the event of any disputes differences or claims arising out of or relating to the

interpretation and application of the Contract such disputes or differences or claims shall be settled

amicably by mutual consultations of the good Offices of the respective Parties and recognizing their

mutual interests attempt to reach a solution satisfactory to both the parties If such a resolution is not

possible within 30 days from the date of receipt of written notice of the existence of such disputes

then the unresolved disputes or differences or claims shall be referred to the Sole Arbitrator

appointed by the Parties by mutual consent in accordance with the rules and procedures of Arbitration

and Conciliation Act 1996 as amended from time to time The arbitration shall be conducted in New

Delhi in the Arbitration and Conciliation Centre New Delhi (Domestic and International) as per its rules

and regulations The expenses for the Arbitration shall be shared equally or as may be determined by

the Arbitrator The considered and written decision of the Arbitrator shall be final and binding between

the Parties The applicable language for Arbitration shall be English only

Work under the Contract shall be continued by the CONTRACTOR during the pendency of arbitration

proceedings without prejudice to a final adjustment in accordance with the decision of the Arbitrator

unless otherwise directed in writing by the Purchaser or unless the matter is such that the works cannot

be possibly continued until the decision (whether final or interim) of the Arbitrator is obtained

18 COUNTER TERMS AND CONDITION OF SUPPLIERS Where counter terms and conditions printed or

cyclostyled conditions have been offered by the supplier the same shall not be deemed to have been

accepted by the Purchaser unless specific written acceptance thereof is obtained

Tender No SCLPS52019E0156401 13

19 SECURITY FOR PURCHASE OF MATERIALS Successful tenderer will have to furnish in the form of a

bank guarantee or any other form as called for by the purchaser towards adequate security for the

materials and properties provided by the Purchaser for the due execution of the Contract

20 In eprocurement system submission of bid is a two step process After submission of their bids

bidders have to wait for bid sealing by Purchaser Subsequently bidders have to complete open

authorization in the eprocurement system to enable the Purchaser to open the bid If open

authorization is not completed by the bidder then Purchaser will not be able to open the bid and the

bid becomes invalid

In case bidder encounters any technical snag pertaining to eprocurement system while acting on the

tender computer screen shot of the error message with date time stamp on the web browser along

with the query shall be e mailed by the bidder to the help desk for resolution of the problem at least 2

working days before the due date and time of bid submission The contact detail of the help desk is

available on the home page of the eprocurement website

Purchaser will make all efforts to resolve technical queries reported by the bidders but will not be bound

to do so if the problems are reported beyond the time mentioned above Purchaser will not be

responsible for non submission of bids for such cases

The time taken to ascertain evaluate and suggest a solution for the problem reported by bidder may

vary from case to case Hence bidders are advised to submit the bid well in advance before closing date

and time to avoid last minute issues

DOS PM‐ 22

Instruction to Tenderer

1 Bid Open Authorization shall be submitted online only complying specified schedule and complete in

all respects with technical specifications including pamphlets and catalogues

2 A Proforma Invoice may also be given which should contain the following information

a) The FOBFCA value the C and F value for import by Sea freight Air freight up to and for air parcel

post up to should be separately indicated

b) Agency Commission The amount of commission included in the price and payable to the Indian Agent

of the Contractor shall be paid directly to the Indian Agent by the Purchaser in equivalent Indian Rupees

on the basis of an Invoice from him applying TT buying rate of exchange ruling on the date of

placement of the Purchase Order and which shall not be subject to any further exchange variations This

payment will be released to the Indian Agent immediately after Customs clearance of the goods in India

Tender No SCLPS52019E0156401 14

c) The Contractor shall invoice only for the net amount payable to deducting the amount of Agency

Commission included in the invoice which will be paid to the Indian Agent directly by the Purchaser

However the Contractors invoice should separately reflect the amount of commission payable to his

Indian Agent

d) The earliest delivery period and country of origin of the Stores

e) Bankers name address telephonefax Nos and eMail ID of the Contractor

f) The approximate net and gross weight and dimensions of packages cases

g) Recommended spares for satisfactory operation for a minimum period of one year

h) Details of any technical service if required for erection assembly commissioning and demonstration

3 The FOBFCA and C and F prices quoted should be inclusive of all taxes levies duties arising in the

tenderers country

4 The offer should be valid for a minimum period of 90 days (single part tender) and 120 days (Two part

tender) from the due date of opening of the tender

5 Samples if called for should be sent free of all charges

6 Late and delayed tenders will not be considered Quotations by cable must be followed by detailed

offers

7 Offers made by Indian Agents on behalf of their Principals should besupported by the proforma

invoice of their Principals

8 The details of Import Licence will be furnished in the Purchase Order

9 The authority of person signing the tender if called for shall be produced

10 Instructions Operation Manual containing all assembly details including wiring diagrams should be

sent wherever necessary in duplicate All documents correspondence should be in English language

only

11 The Purchaser reserves the right to accept or reject the lowest or any offer in whole or part without

assigning any reason

12 It is expressly agreed that the acceptance of the Stores Contracted for is subject to final approval in

writing by the Purchaser

13 a) Part shipment is not allowed unless specifically agreed to by us

b) As far as possible stores should be despatched by Indian Flag Vessels Air India through any Agency

nominated by us

Tender No SCLPS52019E0156401 15

14 Inspection Test Certificate should be provided for the goods after testing it thoroughly at the

Contractors works If any Inspection by Lloyds or any other testing agency is considered necessary it

shall be arranged by Contractors

15 Where erection or assembly or commissioning is a part of the Contract it should be done

immediately on notification The Contractor shall beresponsible for any lossdamage sustained due to

delay in fulfilling this responsibility

16 For items having shelf life those with maximum shelf life should be supplied if order is placed

TERMS AND CONDITIONS

1 DEFINITIONS

(a) The term Purchaser shall mean the President of India or his successors or assignees

(b) The term Contractor shall mean the person firm or company with whom or with which the order for

the supply of stores is placed and shall be deemed to include the Contractors Successors

representatives heirs executors and administrators unless excluded by the Contract

(c) The term Purchase Order shall mean the communication signed on behalf of the Purchaser by an

officer duly authorised intimating the acceptance on behalf of the Purchaser on the terms and

conditions mentioned or referred to in the said communication accepting the Tender or offer of the

Contractor for supply of stores of plant machinery or equipment of part thereof

(d) The term Stores shall mean what the Contractor agrees to supplyunder the Contract as specified in

the Purchase Order

2 PRICES

Tenders offering firm prices will be preferred Where a price variation clause is insisted upon by a

tenderer quotations with a reasonable ceiling should be submitted Such offers should invariably be

supported by the base price taken into account at the time of tendering and also the formula for any

such variations

3 TERMS OF PAYMENT

31 Being a Department of the Government of India the normal terms of payment are by Sight Draft

However other terms of payment like establishment of Letter of Credit may be considered by the

Purchaser on such terms and conditions as may be agreed upon

32 The Sight Draft Letter of Credit will be operative on presentation of the under mentioned

documents

a) Original Bill of Lading Airway Bill

Tender No SCLPS52019E0156401 16

b) Commercially certified invoices describing the stores delivered quantity unit rate and their total

value in triplicate The invoice should indicate the discounts if any and Agency Commission separately

c) Packing List showing individual dimensions and weight of packages

d) Country of Origin Certificate in duplicate

e) Test Certificate

f) Declaration by the Seller that the contents in each case are not less than those entered in the invoices

and the quality of the Stores are guaranteed as per the specifications asked for by the Purchaser

g) Warrantee and guarantee Certificates vide Clause 20 herein below

4 IMPORTANT LICENCE

Reference to Import License No and date and Contract number and date shall be prominently indicated

in all the documents

5 DEMURRAGE

Supplier shall bear demurrage charges if any incurred by the purchaser due to delayed presentation of

shipping documents as prescribed in the bankers within a reasonable time (say within 10 to 12 days)

from the date of bill of lading for sea consignments and within 3 to 4 days from the date of Air Way Bill

for air consignments

6 ADDRESS OF INDIAN AGENTS

7 GUARANTEED TIME DELIVERY

The time for and the date of delivery stipulated in the Purchase Order shall be deemed to be the

essence of the Contract Delivery must be completed within the date specified therein

8 INSPECTION AND ACCEPTANCE TEST

81 The Purchaser representatives shall also be entitled at all reasonabletimes during manufacture to

inspect examine and test on the Contractors premises the material and workmanship of all stores to be

supplied under this Contract and if part of the said stores is being manufactured on other premises the

Contractor shall obtain for the purchasers representative permission to inspect examine and test as if

the equipment were being manufactured on the Contractors premises Such inspection examination

and testing shall not release the Contractor from the obligations under this Contract

82 For tests on the premises of the Contractor or of any of his subContractors the Contractor shall

provide free of cost assistance labourmaterial electricity fuel and instruments as may be required or

as may be reasonably needed by the purchasers representative to carry out the tests efficiently

Tender No SCLPS52019E0156401 17

83 When the stores have passed the specified test the purchasers representative shall furnish a

certificate to the effect in writing to the Contractor The Contractor shall provide copies of the tests

certificates to the purchaser as may be required

9 MODE OF DESPATCH

Generally stores should be despatched through Indian Flagged Vessel Air India or through any other

Agency nominated by the purchaser A copy of the invoice and packing list should invariably be kept

inside each of the packages

10 PORT OF ENTRY

New Delhi Mumbai

11 CONSIGNEE

Purchase and Stores Officer Stores

12 SHIPPING MARKS

The mark on the shipping documents such as invoice bill of lading and on the packages should be as

follow

PURCHASE ORDER NO

DATED

GOVERNMENT OF INDIA

DEPARTMENT OF SPACE

(name of the CentreUnit)

Destination

Port of Entry

13 INSURANCE OF THE STORES

The necessity or otherwise of insurance will be as indicated in the Purchase Order

14 CONTRACTORS DEFAULT LIABILITY

141 The purchaser may upon written notice of default to the Contractorterminate the Contract in

whole or in part in circumstances detailedhereunder

Tender No SCLPS52019E0156401 18

a) If in the judgement of the Purchaser the Contractor fails to makedelivery of Stores within the time

specified in the Contract agreement or within the period for which extension has been granted by the

Purchaser to the Contractor

b) If in the judgment of the Purchaser the Contractor fails to comply with any of the other provisions of

this Contract

15 In the event the Purchaser terminates the Contract in whole or in part as provided in Clause 14 the

Purchaser reserves the right to Purchase upon such terms and in such a manner as he may deem

appropriate stores similar to that terminated and the Contractor shall be liable to the Purchaser for any

additional costs for such similar stores andor for liquidated damages for delay as defined in Clause 19

until such reasonable time as may be required for the final supply of stores

151If this Contract is terminated as provided in Clause 14 the Purchaser in addition to any other rights

provided in this Article may require the Contractor to transfer title and deliver to the Purchaser under

any of the following clauses in the manner and as directed by the Purchaser

a) Any completed stores

b)Such partially completed stores drawing information and Contract rights (hereinafter called

manufacturing material) as the Contractor has specifically produced or acquired for the performance of

the Contract as terminated The Purchaser shall pay to the Contractor the Contract price for completed

stores delivered to and accepted by the purchaser and for manufacturing material delivered and

accepted

152 In the event the Purchaser does not terminate the Contract as provided in Clause 14 the

Contractor shall continue the performance of the Contract in which case he shall be liable to the

purchaser for liquidated damages for delay as set out in Clause for DELAY IN COMPLETION

LIQUIDATED DAMAGES until the stores are accepted

16 REPLACEMENT

If the stores or any portion thereof is damaged or lost during transit thePurchaser shall give notice to

the Contractor setting forth particulars of such stores damaged or lost during transit The replacement

of such stores shall be effected by the Contractor within a reasonable time to avoid unnecessary delay in

the intended usage of the Stores In case the purchaser agrees the price towards replacement items

shall be paid by the purchaser on the basis of original price quoted in the tender or as reasonably

worked out from the tender

17 REJECTION

In the event that any of the stores supplied by the Contractor is found defective in material or

workmanship or otherwise not in conformity with the requirements of the Contract specifications the

purchaser shall either reject the stores or request the Contractor in writing to rectify the same The

Tender No SCLPS52019E0156401 19

Contractor on receipt of such notification shall either rectify or replace the defective stores free of cost

to the purchaser If the Contractor fails to do so the purchaser may at his option either

a) replace or rectify such defective stores and recover the extra cost so involved from the Contractor or

b) terminate the Contract for default as provided under clause 14 above or

c) acquire the defective stores at a reduced price considered equitable under the circumstances The

provision of this article shall not prejudice the Purchasers rights under clause 19

18 EXTENSION OF TIME

If the completion of supply of stores is delayed due to reason of force majeure such as acts of god acts

of public enemy acts of Government fires floods epidemics quarantine restriction strikes freight

embargoes etc the Contractor shall give notice within 15 days to the purchaser in writing of his claim

for an extension of time The purchaser on receipt of such notice after verification if necessary may

agree to extend the Contract delivery date as may be reasonable but without prejudice to other terms

and conditions of the Contract

19 DELAY IN COMPLETION LIQUIDATED DAMAGES

If the Contractor fails to deliver the stores within the time specified in theContract or any extension

thereof the purchaser shall recover from theContractor as liquidated damages a sum of onehalf of one

percent (05percent) of the Contract price of the undelivered stores for each calendar week of delay

The total liquidated damages shall not exceed ten percent (10 percent) of the Contract price of the unit

or units so delayed Stores will be deemed to have been delivered only when all their component parts

are also delivered If certain components are not delivered in time the stores will be considered as

delayed until such time as the missing parts are delivered

20 GUARANTEE and REPLACEMENT

a) The Contractor shall guarantee that the stores supplied shall comply fully with the specifications laid

down for material workmanship and performance

b) For a period of twelve months after the acceptance of the stores if any defects are discovered

therein or any defects therein are found to have developed under proper use arising from faulty

materials design or workmanship the Contractor shall remedy such defects at his own cost provided he

is called upon to do so within a period of 14 months from the date of acceptance thereof by the

Purchaser who shall state in writing in what respect the stores or any parts thereof are faulty

c) If in the opinion of the purchaser it becomes necessary to replace or renew any defective stores such

replacements or renewals shall be made by the Contractor free of all costs to the purchaser provided

the notice informing the Contractor of the defect is given by the purchaser in this regard within the said

period of 14 months from the date of acceptance thereof

Tender No SCLPS52019E0156401 20

d) Should the Contractor fail to rectify the defects the purchaser shall have the right to reject or repair

or replace at the cost of the Contractor the whole or any portion of the defective stores

e) The decision of the Purchaser notwithstanding any prior approval or acceptance or inspection

thereof on behalf of the purchaser as to whether or not the stores supplied by the Contractor are

defective or any defects has developed within the said period of 12 months or as to whether the nature

of the defects requires renewal or replacement shall be final conclusive and binding on the Contractor

f) To fulfill guarantee conditions outlined in Clause 20 (a) to (e) above the Contractor shall at the option

of the purchaser furnish a Bank Guarantee (as prescribed by the purchaser Bank Guarantee format

enclosed) from a Bank approved by the purchaser for an amount equivalent to 10Percent of the value of

the Contract along with first shipment documents On the performance and completion of the Contract

in all respects the Bank Guarantee will be returned to the Contractor without any interest

g) All the replacement stores shall also be guaranteed for a period of 12 months from the date of arrival

of stores at purchasers site

h) Even while the 12 months guarantee applies to all stores in case where a greater period is called for

by our specifications then such a specification shall apply and in such cases the period of 14 months

referred to in Clause 20 (b) and (c) shall be asked for guarantee period plus two months

21 REQUIREMENT OF ADDITIONAL NUMBERS OF THE STORESSPARE PARTS ORDERED

The Contractor shall also undertake the supply of additional number of items covered by the order as

considered necessary by the purchaser at a later date the actual price to be paid shall be mutually

agreed to after negotiations

22 PACKING

a) The Contractor wherever applicable shall pack and crate all stores for sea air shipment as applicable

in a manner suitable for export to a tropical humid climate in accordance with internationally accepted

export practices and in such a manner so as to protect it from damage and deterioration in transit by

road rail or sea for space qualified stores The Contractors shallbe held responsible for all damages due

to improper packing

b) The Contractor shall ensure that each box unit of shipment is legible and properly marked for

correct identification The failure to comply with this requirement shall make the Contractor liable for

additional expenses involved

c) The Contractor shall notify the purchaser of the date of shipment from the port of embarkation as

well as the expected date of arrival of such shipment at the designated port of arrival

d) The Contractor shall give complete shipment information concerning the weight size content of each

packages etc

Tender No SCLPS52019E0156401 21

e) Transshipment of equipment shall not be permitted except with the written permission of the

purchaser

f) Apart from the despatch documents negotiated through Bank the following documents shall also be

airmailed to the purchaser within 7 days from the date of shipment by sea and within 3 days in case of

air consignments

a) Commercial Bill of Lading Air Way Bill Post parcel Receipt (Two nonnegotiable copies)

b) Invoice (3 copies)

c) Packing List (3 copies)

d) Test Certificate (3 copies)

e) Certificate of Origin

The Contractor shall also ensure that one copy of the packing list is enclosed in each case

23 ARBITRATION

In the event of any disputes differences or claims arising out of or relating to the interpretation and

application of the Contract such disputes or differences or claims shall be settled amicably by mutual

consultations of the good Offices of the respective Parties and recognizing their mutual interests

attempt to reach a solution satisfactory to both the parties If such a resolution is not possible within 30

days from the date of receipt of written notice of the existence of such disputes then the unresolved

disputes or differences or claims shall be referred to the Sole Arbitrator appointed by the Parties by

mutual consent in accordance with the rules and procedures of Arbitration and Conciliation Act 1996 as

amended from time to time The arbitration shall be conducted in New Delhi in the Arbitration and

Conciliation Centre New Delhi (Domestic and International) as per its rules and regulations The

expenses for the Arbitration shall be shared equally or as may be determined by the Arbitrator The

considered and written decision of the Arbitrator shall be final and binding between the Parties The

applicable language for Arbitration shall be English only

Work under the Contract shall be continued by the CONTRACTOR during the pendency of arbitration

proceedings without prejudice to a final adjustment in accordance with the decision of the Arbitrator

unless otherwise directed in writing by the Purchaser or unless the matter is such that the works cannot

be possibly continued until the decision (whether final or interim) of the Arbitrator is obtained

24 LANGUAGE AND MEASURES

All documents pertaining to the Contract including specification schedule notice correspondence

operating and maintenance instructions drawings or any other writings shall be written in English

language The metric system of measurement shall be used exclusively in the Contract

25 INDEMNITY

Tender No SCLPS52019E0156401 22

The Contractor shall warrant and be deemed to have warranted that all Stores supplied against this

Contract are free and clean of infringement of any patent copyright or trade mark and shall at all times

indemnify the purchaser against all claims which may be made in respect of stores for infringement of

any right protected by Patent Registration of design or Trade Mark and shall take all risk of accident or

damage which may cause a failure of the supply from whatever cause arising and the entire

responsibility for the sufficiency of all the means used by him for the fulfillment of the Contract

26 COUNTER TERMS AND CONDITIONS OF SUPPLIERS

Where counter terms and conditionsprinted or cyclostyled conditions have been offered by the

supplier the same shall not be deemed to have been accepted by the purchaser unless specific written

acceptance thereof is obtained

27 SECURITY INTEREST

On each item to be delivered under this Contract including an item of work in progress in respect of

which payments have been made in accordance with the terms of the Contract purchaser shall have a

security interest in such items which shall be deemed to be released only at the time when the

applicable deliverable item is finally accepted and delivered to the purchaser in accordance with the

terms of the Contract Such security interest of the purchaser shall constitute a prior charge as against

any other charge or interest created in respect of such items by any entity

28 BANK CHARGES

While the purchaser shall bear the bank charge payable to his Bankers (State Bank of India) the

Contractor shall bear the Bank charges payable to his Bankers including the cheques towards advising

amendment commissions

29 TRAINING

The Contractor shall if required by the purchaser provide facilities for the practical training of

Purchasers engineering technical personnel from India and for their active association on the

manufacturing processes throughout the manufacturing period of the Contract stores number of such

personnel to be mutually agreed upon

30 APPLICABLE LAW

The Contract shall be interpreted construed and governed by the laws of India

Tender No SCLPS52019E0156401 23

BidTemplates

GENERAL CONDITIONS

Item Specifications

Sl No Specifications Complianc

e (Yes No)

Offered Specifications Remarks

1 Intent of the ProjectaThe scope of Project includes Supply

Installation Testing and Commissioning of electrical

distribution system including illumination MCC Panels fire

detection system Local Area Network (LAN) Paging etc for

the Chemical Store Building at Semi‐Conductor Laboratory

(SCL) Sector‐ 72 SAS Nagar Mohali (Punjab) bScope

includes receiving unloading storage insurance in‐plant

transportation and all equipment amp accessories covered under

this specificationcTechnical SpecificationBrief overview of

Equipment amp services under this specification is described

hereiGeneral SpecificationiiSupply amp Installation of

Electrical MCCPCC Panels MCB DB exhaust fan light fixtures

etciiiSupply amp Installation of wire cables conduits Modules

SwitchSockets termination earthing etcivSupply amp

Installation of Fire detection system and its

accessoriesvSupply amp Installation of NetworksLAN

systemviSupply and installation of material for Earthing and

lightning protection system viiAny other electrical

requirement for execution of the work dDrawing amp notes All

drawing amp notes as listed in the annexure form a part of this

specification

Tender No SCLPS52019E0156401 24

2 General Information for Site Condition The Contractor may

visit the site of work at SCL to acquaint themselves of the

actual site conditions

3 Code amp Standards All electrical equipment and accessories to

be furnished installed and commissioned under scope of

these specifications shall be designed manufactured tested

and installed in accordance with relevant Indian Standard

Specifications (ISS) Indian electricity rules and any other

applicable regulations

4 Period of CompletionThe time allowed for supply installation

testing and commissioning of the entire work shall be six (6)

months to be reckoned from the 7th day of issue of Purchase

order by SCL

5 Drawing Data and ManualsFollowing drawings documents

shall be submitted by the selected contractor for approval of

SCL for execution of the workaFoundation drawing of all

floor mounted Electrical panelsbGeneral Layout (GA)

drawing with dimension of all electrical equipment and Single

line drawings (SLDs) of electrical PanelcMake type and

catalogue of Switchgears of Electrical MCC Panels Power DBs

Power Cables and related accessories along with technical

leaflets data sheets etc to be provided by the contractor

The contractor shall offer recommended makes mentioned in

this document dEquipment data sheets furnishing

guaranteed performance figure for each type of

equipmenteTest certificates test results for each type of

equipmentfCheck lists and tests to be conducted during

erection testing amp commissioning of the individual

equipmentOn successful completion of the entire work the

Contractor shall provide lsquoAs Builtrsquo drawings for all the Systems

executed under the Contract Three (03) sets of hard copies

and one (01) set in soft copy (CDDVD) in Auto‐CAD and PDF

Tender No SCLPS52019E0156401 25

format shall be provided to SCL for its record and reference

Contractor shall also provide instruction Operation

manual(s) and maintenance manuals for the all equipment

system installed under the project

6 Eligibility Criteria Only those bidders meeting the below

mentioned eligibility criteria are eligible to participate in the

tendera Should have satisfactorily executed at‐least two (2)

similar works of value not less than Rs 50 Lakh each

involving inter alia power distribution works consisting of

MCCsPCCs of rating not less than 400 A 415 V 35 kA ( fault

level) MCBDBs lighting systems cabling during the last 5

years To ascertain eligibility for the work the participating

bidders shall enclose copy (ies) of the detailed Purchase

Order(s) and their completion certificate(s) evidencing

satisfactory completion of similar works issued by the

respective clientsorganisations Completion certificate for

works issued by private parties shall be supported by TDSb

Should not have incurred any loss in more than two years

during the last five (5) financial years ending 31st March 2019

c The Contractor should possess valid license of Class lsquoArsquo

Category Electrical Contractor issued by the State Licensing

Authorityd The contractor shall carry out the work in co‐

ordination with the civil works undertaken by other contractor

engaged by SCL

7 DeviationaContractor to clearly mention deviation(s) if any

from the specification in the unpriced techno‐commercial bid

bUnless such deviations are recorded in the deviation sheets

and submitted with the bid it will be assumed that the offer is

made in conformity with the tendered specification in all

respectscThe deviations shall be evaluated by SCL and

acceptance of the same shall be at the sole discretion of SCL

Tender No SCLPS52019E0156401 26

8 Quantity variationThe quantities indicated against each item

in the Bill of Quantities (BOQ) are indicative and are for the

purpose of bidding only Variation in quantities upto + 25

shall be carried out by the contractor on the agreedPurchase

Order (PO) rates and terms amp conditions as in the Purchase

Order (PO) In case of contract items which exceed the said

limit of +25 the contractor may claim revision of rates

supported by proof analysis and if the rate claimed in excess

of the rate specified in the bill of quantities SCLrsquos engineerndashin‐

charge of the work shall after giving consideration to the

analysis of rates submitted by the contractor determine the

rates on the basis of market rates and the contractor shall be

paid in accordance with the rates so determined The

Contractorrsquos profit amp OH shall be factored in the rate

analysis15

9 Extra ItemsIn case of extra items (that are completely new

and are in addition to the items contained in the contract) the

contractor may claim rates supported by proper analysis and

SCLrsquos engineer‐in‐charge of the work shall after giving

consideration to the analysis of the rates submitted by the

contractor determine the rates on the basis of market rates

and the contractor shall be paid in accordance with the rates

so determined The Contractorrsquos profit amp OH shall be factored

in the rate analysis15

10 Construction Power SupplyElectricity if available in the

premises may be provided to the contractor by Department

(SCL) only at a single point free of cost subject to the following

conditions ‐a)The Contractor has to make his own

arrangement to tap Electricity from a 3 phasesingle phase

supply from the location decided by the SCLrsquos Engineer‐in‐

charge (E‐I‐C)

Tender No SCLPS52019E0156401 27

11 Storage space site office Contractor will be provided a

lockable room within SCL premises for storage space subject

to availability Contractor will make at his own cost

temporary site office close to work site as per the location

decided by the E‐I‐C

12 Materialsystem submittalsMaterialssystems etc procured

by the selected Contractor for incorporation in the work will

be only of MakesManufacturers specified in the tender

document Submittals of the same shall be submitted by the

contractor for SCL review and approval

13 Other RequirementsbullErection testing amp commissioning of

items as per BOQbullSpecial tools amp tackles Party shall arrange

the ladderscaffoldingstair for working at height for cable

laying Fire detection system installation of light fixture

bullWork shall be executed as per the ISRO contractor safety

Manual Contractor to ensure that the manpower is equipped

with PPE for working at the site bullAll relevant drawing data

catalogues with instruction and trouble shoot manuals type

test certificates for the above accessoriesbullMaterials and

accessories which are necessary or used for satisfactory and

trouble free operation and maintenance of the above

equipmentrsquosmaterial shall also be furnished bullContractor

shall deploy skilled amp unskilled Labor qualified technical

Supervisor(s) erection tools amp tackles testing tools amp

equipment supplies consumables and hardware and

transport for timely and efficient execution of the

workbullContractor shall guarantee LED fixtures

(flameproofnon‐flameproof) for a period of 5 years from the

date of acceptance The contractorrsquos guarantee shall be

supported with a guarantee from the manufacturer(s) in this

regard

Tender No SCLPS52019E0156401 28

TECHNICAL SPECIFICATION‐1

Item Specifications ‐I

Sl No Specifications Compliance

(Yes No)

Offered Specifications Remarks

1 Internal Wiringa The electrical wiring installations and other

accessories shall comply with latest IS code 732 (part‐II) 1983

and National Electric Code‐1985b The word concealed means

it involves cutting of floor wall and making good after laying

the conduitMetal raceway as per the enclosed drawings by

the contractor as requiredc The contractor shall provide all

necessary components fixing materials accessories and

interconnections as per standard practice It is to be noted

that ceiling rose forms a part of the specifications hence not

indicated separately and shall be provided by the contractor

as requiredd Scope includes termination of wire ferruling

dressing cable tie etc as requirede The work shall be

executed as per the ISRO electrical specification available on

ISRO site wwwisrogovin in Schedule I to be read along with

the tender specification

2 LED LuminariesThe scope includes supply installation

testing commissioning of flame proofnon‐flameproof LED

lighting fixture at the ceiling level (about 55 meter height) in

the chemical store building outer periphery of the store

building electrical room AHU room at the first floor as per

drawings and discretion of E‐I‐C Architectural plan of the

building is attached Supply of required accessories such as

mounting brackets nuts bolts screws washers glands and

any other material required for installation of LED fixture as

per specifications mentioned in BOQ shall be part of the

specification Junction box as required for loop‐in and loop‐

Tender No SCLPS52019E0156401 29

out of the cable for flame proof light fixture will be in the

scope of the contractor LED light fittings will be suitable for

operation on 230V single phase AC supply The fitting shall

be supplied with all fixing material such as brackets nuts

bolts etc as required for installation of fittings Special

Conditions aLuminaire make (Brand) from among the

recommended make mentioned in the tender document shall

be clearly mentioned in Technical Bid along with complete

technical detailsbThe LED light fitting and its driver unit etc

shall have warranty for a period of 5 years from the date of

installation and commissioningcThe flame proof fixture shall

be provided along with the Petroleum and Explosives Safety

Organization (PESO) certification

3 Detailed Specification for LED Fixture a Flame Proof LED

Fixtures Supply and installation of flameexplosion proof high

efficiency 1 Phase 230 V 60W LED light fitting as per IS 2206

with luminous efficiency 100Lmwatt or better CRI gt 08 amp

THDlt10 IP‐66 as per ISIEC 605292001 made of Die cast

aluminium alloy Heat resistant amp tough clear dome glass

having enclosure as per Ex‐d GAS Gr IIA IIB IIC AS PER ISIEC

60079‐12007 amp ISIEC 60079‐02004 Area of classification

ZONE‐1 2 21 amp 22 and temperature class T‐6 or better as per

ISIEC 60079 complete with loop‐in loop‐out provision

Mounting bracket for mounting on the ceiling Double

compression cable gland shall be provided and install by the

contractor along with the light fitting Recommended Make of

fixture Baliga Stahl Sudhir SwitchgearRecommended make

of LED NICHIA CREE PHILIPS LUMILED OSRAMb General

LED fixtures Supply amp fixing of wallceiling mounted batten

type 20W LED tube light (Four feet) luminaire with efficient

driver (efficiency shall be more than 90) amp with minimum

lumens output of 2000 lumens per lamp comprising of nano

diffuser technology complete with efficient amp constant

Tender No SCLPS52019E0156401 30

current output driver suitable for operation on 230V single

phase 50Hz AC supply efficient heat sink effective thermal

management and with colour temperature shall be gt 6000K

The LED with suitable control gear and power factor gt09 LM

79 certification for luminaireLM80 certificate for LED shall be

submitted and with other standard accessories prewired

including necessary interconnections complete in all respects

and as directed by EIC (Similar to Philips Astra or equivalent)

Recommended make of fixture Philips GE Trilux

LTRecommended make of LED NICHIA CREE PHILIPS

LUMILED OSRAM

4 c Street Light Fixture Supply and installation of 72W75W

LED Street Light fixture with High‐brightness White LEDs

sources with high transmittance flat toughed glass cover and

peanut LENS on each LEDs System luminous efficacy 100

LmsWatt 5600K colour temperature amp 70 CRI value for

ensuring good quality light output Life of at‐least 50000

hours at 70 lumen maintenance ampLED driver efficiency gt

85 Power factor greater than 095 THDlt10 amp min 3KV

surge protection with operating voltage range from 120‐270V

for ensuring lifelong high performance of luminaire the

fixture shall be made of LM‐6 Pressure die‐cast aluminium

with engraved company name amp have IK05 amp IP66 Class

protection with NABL Accredited LM‐79 amp LM‐80 Report

Mounting pole mounted upto a height of 8 meter and pole

bracket diameter of 48‐60 mm (adjustable) Recommended

make of fixture Trilux Philips GE LTRecommended make of

LED NICHIA CREE PHILIPS LUMILED OSRAM

5 Street Light Pole Providing and installation of hot dipped

galvanized swaged tubular 9‐meter‐long with planting depth

15 metersiexclbrvbar street light poles The effective length of each

section shall be‐ bottom 5 meters middle 2 meters and top 2

meters The outside dia and thickness of pole shall be

Tender No SCLPS52019E0156401 31

minimum 11430x440mm 889x4085mm 761x325mm

respectively as required The pole shall be provided with

necessary bracket (inclination 105115 degree length 15

meter dia 45 mm ) for mounting upto 72 W LED street light

fixture Each pole shall have a weather proof

loopingterminal box clamped at 550 mm above ground level

along with a suitable earth terminal The looping box shall be

provided with a suitable Power terminal arrangement to loop

4C x10sqmm size cable and MCB5A fuse cut‐out A base

plate 300 x300x10mm shall be welded to the bottom of the

pole Both underground cable and GI earth wire shall be

terminated at the terminal looping box in the looping zone

Further wiring to the light fixture shall be done with three

core flexible copper wire (2core for power supply and third

core for earthing)GI tubular pole shall be installed in cement

concrete 136 (1 cement 3 coarse sand 6 graded stone

aggregate 40 mm nominal size) foundation including

excavation and refilling etc Party to cast 2 run of 32 mm MS

conduit for cables upto a height of 550mm from ground level

for loop in loop out of cable The civil work for street light pole

foundation forms a part of installation of the work and will be

done by the party as required for commissioning of lighting

poleFor earthing of street light poles coilspiral earthing

using 8 SWG GI wire shall be used The GI wire shall be buried

to a minimum depth of 15 m with excavation refilling of

earth and connecting GI wire to pole using GI bolt and nut

complete as per requirementMake of Pole Reputed make

with ISI mark Note Party shall submit Drawing of the street

light pole for SCL approval before start of manufacturing

6 Cables wire conduit earthing Switchboards

SwitchesSockets etca Cables The scope includes the Supply

and installation of XLPE insulated overall FRLS PVC outer

sheathed AlCu armored cable on wallsurfacesoilexisting

Tender No SCLPS52019E0156401 32

cable tray as required for MCC Panel and MCB DBs as per the

detailed specification and quantity in this document All

necessary hardware for installation of cable like cable tie

clamps tags etc is in the scope of Contractor Contractor to

ensure that cable laid on the cable tray is properly clamped

with GI clamps and cable is properly secured on cable tray b

Wire The scope includes the Supply and installation of FRLS

Copper wire of different size quantity amp Specification for

power distribution and lighting and power etc as per the

requirement c Conduit The scope includes the Supply and

installation of ISI makes MS Conduits of different size as per

Specification for power and lighting distribution switch

sockets etc as per the requirement Flexible conduit shall be

of GId Cable tray The scope includes the supply and

installation of GIMS cable trays as per specificationse

Earthing The scope includes the supply and providing

earthing for Panels DBs cable trays light fixtures and poles

flameproof accessories fire panel speakers exhaust fans etc

matching the specifications given in this tender documentf

Lightning protection The scope includes the supply and

providing earthing for lightning protection of the building as

per the IS 2309 specification and quantities as per the BOQ

The scope includes horizontal and vertical runs earth pits test

point earthing of building periphery for contour etcg Rack

earthing The scope includes the supply and providing

earthing for racks as per specificationsh Switchboards and

SwitchSockets The scope includes the Supply and installation

of different size of flameproofnon‐flameproof Switchboards

and switchsocket for Lighting Power Distribution as per

specificationi MSGI Conduits flexible GI conduit earthing

materials doublesingle compression brass cable glands

cable lugs (Al amp Cu as required) cable ties cablewire

identification tags required for the installation and

maintenance of trouble free operation of the downstream

Tender No SCLPS52019E0156401 33

system and accessories are covered under this specificationj

MS junction box conduit along with all related accessories as

per specification

TECHNICAL SPECIFICATION‐2

Item Specifications ‐II

Sl No Specifications Compliance

(Yes No)

Offered Specifications Remarks

1 Electrical Panel SpecificationGeneralaPanel shall be

fabricated as per IEC 61439 part 1 amp 2 bPanel shall be indoor

metal clad air insulated floor mounted extendable to side

single front construction front wired front

connectedcMinimum thickness of sheet metal used shall be

2 mm and panel shall confirm to IP54 protectiondThe

working height of the Panel shall be limited as per standard

engineering practicese The design should be fully

compartmentalized with metal partitions between

compartments All doors shall be gasketed Each vertical

section shall have removable back coverfAll switches push

buttons lamps indicating instruments shall be flush

mountedgA full height vertical cable chamber with cable

supports shall be provided in each section to facilitate unit

wiring Cable chamber shall be sized to accommodate all cable

and shall have removable covers A horizontal wire way

extending the entire length shall be provided at the top of

panel for inter panel wiringhPanel shall be with minimum

75mm high base MS channel frameiThe panel shall undergo

seven tank or better process as per relevant IS

standardsjLifting hook shall be provided at each section for

easy transportationkDifferent compartment of the panel

shall be provided with dust proof type air filter louvers

explosion vents or similar safety arrangements in the panels

Tender No SCLPS52019E0156401 34

to let out gases under pressure generated during event of any

fault inside the panellPanel shall have pocket for the Panel

drawing in the incomer section

2 Busbar and Bus TapsaThe main bus and connections shall be

of high connectivity AluminiumAluminium alloy sized for

specified current ratings with maximum temperature limited

to 85amp778 C ie 35amp778 C rise and ambient 50amp778

bSeparate vertical bus bars shall be provided for each vertical

panelcAdequate contact pressure shall be ensured at bus

connections by means of two bolt connections with plain and

spring washers and lock nutsdBus bar and connections shall

be fully insulated for working voltages with adequate

phaseground clearances Insulating sleeves heat shrink type

for bus bar and shrouds removable type joints shall be

provided Bus insulators shall be flame retardanteBus bar

shall be color coded for easy identificationfBusbar should be

connected in such a way that it can be dismantledassembled

while separating different section of the panelgShrouds of

transparent sheet on the exposed bus in cable alleys for

adequate safety measurehBus bar Conductor shall be

confirming to IS‐5082iMinimum clearance (PH‐PH PH‐N and

PH‐E) between Bus bars shall be maintained as per latest

ISjBus Bar supporting Material shall be of

SMCDMCkMaterial of Aluminium Bus bar shall be of E91

gradelBus bar shall be protected from the transparent

insulated material for stand safety point

3 3Control ModuleaFixed type control module shall house the

control components for a circuitbThe equipment layout shall

provide sufficient working space in between the components

and subject to SCL approval cEach control module shall be

equipped with ACDC potential free Relays (230V AC24V DC)

Contactors etc for seamless interface of the operation of

Drives from FCMS (PLC)dVendor to provide the potential free

Tender No SCLPS52019E0156401 35

contact to facilitate local operation from MCC and remote

operation from FCMSPLC Vendor shall provide with each

drive module automanual selector switch and each drive

module shall be wired up to the terminal block for localauto

selection ON OFF trip feedback to SCLrsquos control station and

ONOFF command room FCMSPLC as welleMCC panel and

LPBS shall have selector switches for MCCLocal and

LocalRemote selection respectively Control (OnOff) of the

Drivesheaters will be as per following selection If selector

switch (SS) at MCC is selected to MCC ONOFF operation can

be done from MCC only irrespective of position of SS at LPBSIf

selector switches both at MCC amp LPBS are selected to LOCAL

ONOFF operation can be done from LPBS onlyIf SS at MCC is

selected to LOCAL and SS at LPBS is selected to REMOTE

ONOFF operation can be done from FCMS only

4 VFDVFD shall be of Allen Bradley PF400 series having

redundant Control Net communication option as well to

communicate with the existing Facilities Control amp Monitoring

System (FCMs) Control Net Bridge Coaxial Straight T‐Tap

1786‐TPS must also be supplied along with VFDs Line

reactorchoke of suitable rating shall be connected before the

VFD

5 Thyristor based Heater ControlaDYDAC Make Thyristor

power controller Type 3003 or equivalent rating 85kW

Control input 4‐20mA Thyristor input supply 415VAC (3‐Ouml)

Thyristor output supply 415VAC (3‐Ouml) which shall be provided

by the vendor in a separate compartment of the MCC 4‐20mA

Control signal from the heater PID will modulate the thyristor

controller output to maintain the fresh air temperature at set

value Heater ON and OFF set points shall be adjustable in the

SCADA in FCMSbThyristor controller run command run

feedback 4‐20mA modulating signal shall be wired up to the

terminal block in the cable alley in the MCC Thyristor

Tender No SCLPS52019E0156401 36

Panelcompartment shall be complete with inter module

control and power wiring 220V AC supply shall be drawn from

one of the phase and neutral of the incoming 415VAC and

connect to the Thyristor supply terminals through MCB

Circuit breaker lsquoswitch ONrsquo and Thyristor control unit lsquoRUN

commandrsquo will get activated from FCMS if air temperature is

below ON set point Circuit breaker lsquoswitch OFFrsquo and Thyristor

control unit lsquoRUN command withdraws will get activated

from FCMS when temperature becomes above OFF set point

6 Fire Suppression system amp Fire Protection systemPanel shall

be equipped with required materials such as fire suppression

cylinders filled with fire suppression agents Fire detection

tubes Heat sensor tubes end of line adaptor with gauge

electrical Relays differential pressure valves etc to provide

the fire suppression and fire protection system in cable alley

and bus bar chambers of the electrical panel

7 MCCBaThe MCCBs should be extra current limiting type with

trip time of less than 10 m sec under short circuit conditions

The current limiting action should be achieved with repulsion

principle The MCCBs should preferably have an anti‐reclosing

featurebThe MCCBs should be 3 or 4 poles as per SLDcThe

MCCBs should have a Service short circuit breaking capacity

(Ics) of not less than 35 kA rms at 415 Volts 50Hz AC for

incomer The service breaking capacity should be equal to

ultimate breaking capacities (Icu) (ie Ics= Icu=100)dThe

release should be thermal magnetic having adjustable

overload and short circuiteSwitches shall be triple pole air

break AC23 motor duty for motor starter feedersfCubicle

doors of incoming and outgoing shall be mechanically

interlocked with switchgear to prevent unintentional openings

of the door while the unit is in energized condition However

defeat interlock provision is also to be providedgAll incoming

and outgoing feeders shall be provided with bolted disconnect

Tender No SCLPS52019E0156401 37

link for isolation of neutral if necessary Selector switches

shall be of rotary typehThe MCCB shall be provided with

rotary drive kit spreader terminals and ONOFFTrip (MCCB)

position of switch handle to be clearly markediDuct Heater

MCCB shall be motorized to control (ONoff) from FCMSjFor

incomers it should be EDO microprocessor based

communicable MCCB (35 kA or above) with numerical

releases for OL SC amp EFR (With mechanical and Electrical

interlocking for operation of only one ACB at any point of

time)

8 MPCBaThe MPCBs should be of 3 pole air break type AC3

Duty continuous rating as specifiedbMPCBs should have at

least 1NO+1NC contactcThese should have trip indication

test trip functiondThe release should be thermal magnetic

having adjustable overload trip settingeThe service breaking

capacity should be equal to ultimate breaking capacities (Icu)

(ie Ics= Icu=100)fThe MPCBs should be suitable for din rail

type mounting

9 Capacitor Bank Supply and installation of Capacitor Bank ‐

Box Type Dry construction Conforming to IS 13340‐41IEC

60831 440V 50Hz Rated Current (In) as per Load Heavy

Duty Dielectric MPP Low loss type with overall loss lt

05WkVAR Delta Connection with Discharge Device

10 ContactoraThe contactor shall be 3 pole air break type AC3

Duty continuous rating for motor starter feeders with non‐

bouncing silver silver alloy contactsbContactor shall be of

electromagnetic type rated for uninterrupted duty as per

relevant standards and also suitable for capacitor duty

cContactor shall be provided with adequate auxiliary contacts

rated for 10Amps 240VAC for interfacing with control

schemedContactor coil rating shall be minimum pick up of

85 of rated voltage and minimum drop out of 75 rated

Tender No SCLPS52019E0156401 38

voltage

11 Control and IndicationsaPush buttons will be heavy duty oil

tight and push to actuate type with integral plate marked

with its functionbEach push button shall be provided with

2NO+2NC contacts rated for 10Amps 240VACcLamps shall

be LED type rated for 240V AC Lens and lamps shall be

replaceable from the front dThe control supply shall be

through a 415V230V transformer and the vendor shall

provide 1 no 415V230V transformer for the same Vendor

shall also provide Power module for 24V DC Supply for the

operation of heaters control module

12 MetersaAll indicating instruments shall be digital

Switchboard type with accuracy class +‐ 2 full scalebMFM

of suitable rating shall be used in the incomer

feedercSelector switches shall be furnished at outgoing

feeders as per SLD for ammeterdAmmeter shall be of analog

type flush mounted industrial pattern of size 96x96 mm with

accuracy class 10 eMultifunction meter shall be of digital

type flush mounted industrial pattern of size 96x96 mm with

accuracy class 10 as per IEC 6205253 suitable for

measurement of Current Voltage Power Frequency Power

factor Energy and ready port to communicate with FCMS

through RS 485 The Meter should have Modbus

communication port as well

13 CT (Current transformer)CT will be cast resin type rated 15VA

or more burden with Maximum accuracy limit of class 1

14 Secondary wiringaPanel shall be fully wired at the factory to

ensure proper functioning of control and protectionbFuse

and links shall be provided to permit individual circuit

protection from bus wires without disturbing other circuits All

spare contacts of relays push buttons and other devices shall

Tender No SCLPS52019E0156401 39

be wired up to terminal blockscWiring shall be done with

flexible 25sqmm copper 1100V grade PVC insulated

switchboard wires Each wire shall be identified at both ends

with permanent markers bearing wire numbers as per wiring

diagramdWire termination shall be done with crimping type

connector with insulating sleeve

15 Powercontrol Terminal BlocksaTerminal block shall be 660V

grade box clamp type with marking strips similar to ELMEX 10

mm2 or equal for ControlbTerminal for CT secondary leads

shall have provision for shortingcNot more than two wires

shall be connected to any terminaldSpare terminals equal in

number to 20 active terminals shall be providedeTerminal

blocks shall be suitably located in cable alleysfFor Power

cable Bus Bar type cable connector (Melamine material) shall

be providedgFor Control cable heavy duty screw type cable

connector (Melamine material) shall be provided

16 Cable terminationaPanel shall be designed for cable entry

from topbEach cable shall be clearly marked at both ends

with an indestructible marker preferably a cable tag made of

Aluminium tacked with indicating cable number amp both end

feeder tags with switchboard tags Cable tags at ends of cable

shall be provided inside the gland plate as well as outside the

gland platecAll provisions and accessories shall be furnished

for termination of cables including removable gland plates

cable supports and terminal blocksdGland plate shall be

minimum 3 mm thick

17 Ground BusA GI ground bus rated to carry the maximum fault

current shall extend full length of Panel The ground bus shall

be provided with 2 bolts with GI bolt and nuts at each end to

receive 50x6mm GI flat

18 NameplateaThe nameplate of approved design shall be

Tender No SCLPS52019E0156401 40

provided for each compartment and also at the top of each

panel Nameplate shall be minimum 20x70mm and 3mm

thickbDrawing Pouch shall be provided at the incomer cable

allay

19 PaintingPanel shall be painted with light grey epoxy painted

(Siemens Gray RAL 7032) and caution notice plate shall be

fixed at the back of each vertical panel

20 Make of Switchgears aMCCBSiemensSchneiderbPush

button SiemensSchneider TekniccSelector

SwitchSiemensSchneider Teknic

dFuseSchneiderSiemenseTimerSiemensSchneiderfContro

l TransformerAEIMPIndcoilgTerminal

BlockElmexConnectwellFTChMeters Conzerv LampT

AEiCTs amp PTsKappaAutomatic

Electric(AE)NippenjContactorsSchneiderSiemenskIndicatio

ns SiemensSchneider

TekniclRelaysSchneiderSiemensPLAmMCBSchneiderSiem

ensnCooling Fan

RexnordSunonoVFDsAllen bradlypThyristor moduleDYDAC

qRCBOSiemensSchneiderrMCB

DBSiemensABBLegrandsLine reactorchokeAllen

BradleytCapacitor BankNeptune Schneider Siemens

21 Local Push Button Station (LPBS)The Scope includes supply

and installation of LPBS for Chiller Pumps AHUs Heaters as

per the BOQ and detailed specification given below aLPBS

shall be indoor metal clad air insulated wallAngle frame

mounted as required single front construction front wired

front connected hinged lockable door LPBS for Chiller Pumps

system shall be suitable for outdoor installationbMinimum

thickness of sheet metal used shall be 2 mm and panel shall

conform to IP54 protection for indoor installation and IP65 for

outdoor type LPBScAll switches push buttons with indicating

Tender No SCLPS52019E0156401 41

LED lamps indicating instruments shall be flush

mounteddThe LPBS shall be used for remote operation of

drives Equipment and HeaterseTo facilitate the localremote

operation LPBS shall have LocalRemote selector switch and

provided with Start push button lockable Stop push button

ammeter of suitable range Terminal Block and lockable

Emergency off Switch etc fLPBS shall be equipped with AC

(230V)DC (24V) Relays Contactors etc for seamless interface

of the operation of Drives from FCMS (PLC)gLPBS should be

suitable for wall mounting and provided with necessary

mounting arrangementhWiring shall be done with flexible

25sqmm copper 650V grade PVC insulated switchboard

wires Each wire shall be identified at both ends with

permanent markers bearing wire numbers as per wiring

diagramiWire termination shall be done with crimping type

connector with insulating sleevejGland plate shall be

minimum 3 mm thickkThe nameplate of approved design

shall be provided for each compartment and also at the top of

each panel Nameplate shall be minimum 20x70mm and 3mm

thicklLPBS shall be painted with light grey epoxy painted

(Siemens Gray RAL 7032)

22 Make of Electrical panel As per DOS Approved Panel

manufacturer list (attached)

TECHNICAL SPECIFICATION‐3

Item Specifications ‐III

Sl No Specifications Compliance

(Yes No)

Offered Specifications Remarks

Tender No SCLPS52019E0156401 42

1 Fire Detection System Scope for fire detection system

includes supply installation testing commissioning of Fire

panel Addressable Fire detection devices Manual Call Points

Addressable loop sounders Switch Monitoring unit (SMU) UV

IR sensor for detection of methanol flame Cable MS junction

boxes for loop in loop out of cable as per specifications and

integrating the same with existing repeater panel as per the

requirement The detailed specifications for the different

component of fire deduction system are as follows

2 A Multi‐sensor Detectors The smoke detectors shall be multi‐

sensor (heat and smoke) detector with isolator suitable for

detecting a wide range of smoke from slow smoldering and

fast flaming fire The detector shall have following features

bullSolid state addressing arrangement in combination with a

hand held programmer to configure the sensor

addressbullElectronics free mounting basebullTwin alarm LEDs for

360 Degree viewing and shall have blinking LED facilitybullThe

sensor shall have s removable chamber for ease of cleaning or

replacementbullAutomatic compensation for smoke sensor

contaminationbullShall have a built in test facility which allows

the fire alarm control panel to adjust the alarm threshold

levels to compensate for contamination and shall have a

maintenance alarm display when threshold can no longer be

adjustedbullOperating temperature ‐ 10 DegC to 50 DegC and

operating RH at 40 DegC‐95 RH

3 B Manual call stations Manual Call Stations should have in

built monitor module and pressbreak and resettable

capability constructed of high impact LEXAN sheet with clearly

visible operating instructions on the cover and the word FIRE

shall appear on front and suitable for surface mountingflush

mounting complete as required

Tender No SCLPS52019E0156401 43

4 C UV IR SensorThe UV‐IR flame detector shall operate on 24

VDC 0‐24mA current output suitable for detection of

Methanol flame with automatic built in test for reliable

operations and suitable for installation in Hazardous area zone

1and 2 with Class I Division 12 Gas group A B C The detector

shall not be susceptible to environmental conditions to

generate false alarms The entire system shall be rated for IP

66 or better and supplied with suitable mounting bracket The

system shall comply to the detailed specifications as listed

belowbullDetection Technology UV ‐ IR Electro‐optical

detectionbullDetection range 75 meterbullField of View greater

than equal to 90deg Both Horizontal and verticalbullResponse

Time less than equal to 5 secondsbullBuilt in Test Automatic

bullOperating Temperature Range 0 to + 75degCbullOperating

Humidity Range Continuous 95 non‐condensingbullAnalog

Output signal 4‐20mAbullAlarms amp Fault Normal 4 mA Fault

02 mA Alarm 20 mA + 10 verifiedbullOperating voltage 24

VDC ( 18‐32VDC)bullPower consumption Vendor to specify for

Standby and Alarm conditionbullSensor Calibration

Verification Sensor calibration as per OEM for certified

performancebullSensor Life 2 Years (minimum)bullSensor

Calibration vendor to carry out sensor calibration at site and

submit calibration certificate valid for one yearbullRFI EMI

SusceptibilitybullRequired EN 616326‐3 and EN 6100006‐3 or

equivalent IP protectionbullIP protection IP 66 or betterbullFault

Diagnostic Sensor Fault (end of life) other informationbullSelf‐

Check Test Automatic during start‐upbullHousing SS 316

Epoxy Painted Aluminium die castbullStart‐up Time Vendor to

specifybullApprovalcertification PESO and ATEX ‐ Ex d IIC C

Class 1 Div 12 Group A B C DNote Vendor shall arrange

the 230V AC to 24V DC Power supply module along with half

an hour Battery Back up in MS powder coated Enclosure

Input Power supply (230V AC) for Power Supply module shall

Tender No SCLPS52019E0156401 44

be provided by SCL

5 D SMU Unit for UV IR sensor Supply installation testing and

commissioning of Switch Monitoring Unit (SMU) to configure

the UV IR sensors with fire detection system as requiredE

SoundersAddressable Sounders shall be loop powered with

all fixing materials complete as required The sound level shall

be 100dB (A)

6 F Fire Alarm Control Panel (FACP) bullFACP shall be of 2

loopsbullFACP shall be suitable for 230V 50 Hz AC supply and

detectors shall be powered using FACP based detection

circuits Devices shall receive power and communication from

the same pair of conductorsbullFACP shall provide for resetting

detectors fault isolation and sensor loop operationbullFACP

shall be suitable for mixing different fire devices and beam

smoke detectors within the same loop to optimize field

wiringbullFACP shall have alarm indication of individual sensors

detector trouble alarm indication for dust accumulation The

panel shall check detector once in every 24 hours for

contamination for this purposebullThe FACP shall regularly

supervise all the sensors and devices on the loop and initiate

fire or trouble alarm whenever requiredbullFACP shall have 2

wire circuits to connect minimum of 126 addressable devices

per loopbullFACP shall be with repeater interface and suitable

24V battery with built in software and 2 x 40 character

alphanumeric LCD display and necessary front panel control

keys FACP shall display the date time and description for

Analog sensors to indicate alarms and trouble

situationsbullFACP switches shall allow authorized personnel to

accomplish the following ‐bullInitiate a general alarm

conditionbullSilence the local audiblebullSilence the alarm

signalsbullReset all zonespointsbullFACP shall have walk test

facilitybullShall have facility for programming from the key

board or utilizing PC set up software via laptopdesk top

Tender No SCLPS52019E0156401 45

computerbullShall have memory data for panel configuration

and operation reside in non‐volatile memory (EPROM)bullFACP

shall have facility for speech processor (to record pre‐

recorded message of 20 S) and also have Auto Dialer facility

(can dial up to 8 different lines)bullAll addressable units shall be

connected to the FACP through the loop cards and shall be

addressed though individualized numbers The FACP shall be

able to obtain analog value for all detectors in the circuit

through a pulsed digitized current data The FACP shall be

able to analyze all analog inputs from all addressable units

and though its own software and ambient level screening the

FACP shall be able to identify fire possible fire or fault

conditions The unit supervision shall be dynamic and

continuousbullThe FACP shall itself have all loop cards in it No

isolated mother board or transponder shall be

consideredbullShortopen circuit units shall also be reported at

the FACP in such cases the system through the use of fault

isolators shall be able to isolate that segment between the

two fault isolators The missing DetectorsDevices shall also

be reported to the FACP with identification of the

locationbullThe FACP shall have the facility to set smoke sensor

sensitivity remotely to either high sensitivity manually or on a

pre‐programmed sequence (Ie DayNight) period When an

alarm condition is sensed at the FACP from a smoke or heat

detector a delay timealarm verification period shall be

started If the sensor is still in alarm after the delay time

expired an alarm condition is reported The delay time shall

be adjustable from 0 to 990 secondsbullThe FACP shall have

either an in‐built or external printer coupled to the FACP

which shall log all events with time The printout shall clearly

indicate the event‐FirePre‐AlarmFault etc with the unit

address and timebullThe FACP shall also be able to discriminate

between false alarms and fire conditions as well as priority

selection of alarm in case alarm activities in two or more

Tender No SCLPS52019E0156401 46

remotely located units simultaneously In such cases the

Manual Call stations shall have the highest prioritybullThe FACP

shall also be able to actuate switches automatically in case of

Fire condition of AHUs and power supply or other system such

as piped pressurized gas supplybullThe system shall be fail safe

and adequate safe guards should be under taken that in the

event of a failure of a part of the system it shall not handicap

the complete system The loop cards shall be of Modular

constructionbullThe FACP shall have its own battery backup of a

minimum of 48 hours in normal run and then half an hour in

alarm condition The backup time calculation shall be done as

per TAC standards The Battery shall be 2 x 12V (24V) DC and

of sealed maintenance free type housed inside the FACPbullIt

shall be able to withstand temperature variations from 0

Degree Centigrade to 55 Degree Centigrade Further Relative

Humidity (non‐condensing type) up to 93 shall not hamper

its performance The voltage rating shall be from 17V DC to

31V DC though the voltage may be change depending upon

the working voltages of a proprietary FACPbullThe FACP shall be

totally enclosed dust and vermin proof type made of

minimum 16‐gauge dust inhibited sheet with even baked

finish The FACP shall be of completely solid state designbullThe

logic circuitry shall be based on high noise immunity solid‐

state hardware employing modular construction Logic cards

shall be of epoxy fiber glass constructionbullThe FACP shall have

EN 54ULFM approvalbullThe panel shall have an extra loop

card to serve as standby in case of burnout or malfunctioning

of any operating loop cardsbullThe FACP shall be capable of

being networked (future expansion) with other similar FACPs

located at different locations of SCL premises through a single

RS 485 busbullThe FACP shall have provision for interfacing with

the Public Address System

7 G Repeater panelScope comprises of supply and installation

Tender No SCLPS52019E0156401 47

of Repeater Panel which display fire fault message

simultaneously with the FACP bullIt shall be capable of

interfacing with the FACP on a single RS 485 Bus bullThe panel

shall be capable of operating on 24V DC supplybullThe

independent 24V DC supply source to be installed in MS

cubicle Box duly powder coated paint along with repeater

panelbullThe panel shall have 2 x 40‐character backlit display

which shall display date time and description of alarm

trouble events are that displayed in the panel shall be

powered from the FACPbullIt shall have control keys for sound

silence mute and to reset the FACP from the repeater

stationsbullThe repeater panel shall have the following LEDs

indicationsbullSupply bullFault bullMute bullSilent bullDisabled

bullFire

8 H Fire CableSupply and installation of 2Cx15mm2 Copper

extruded PVC inner sheath armored and overall FRLS PVC

outer sheathed 11 KV grade as per IS 7098 (Part I bearing ISI

certification) on existing cable traywallsoft soilhard soil as

required

9 I Fire Cable terminationSupplying and making end

termination with brass compression gland and copper lugs for

2Cx15mm2 Copper cable in MS Box of Size 4X4 installed

above the false ceilingwallsurface as required

10 J Junction Box for Fire devicesSupply installation testing and

commissioning of MS painted box Size 4X4 with ELMEX type

terminal block for loop in loop out of 2c x15 sq mm copper

armored cable and connection to the fire detector device on

wallsurfacerecess including wall cutting and providing

necessary hardware for mounting fixing including all

material for fixing as required

Tender No SCLPS52019E0156401 48

TECHNICAL SPECIFICATION‐4

Item Specifications ‐IV

Sl No Specifications Compliance

(Yes No)

Offered Specifications Remarks

1 A NetworksLAN The detailed specification for the network

rack switch cable cords IOs face plates etc and the

required accessories shall be as below CAT 6A or better cable

shall be laid in the PVC Conduit The detailed specifications

for the different component of networksLAN are as follows

2 bull Rack Supply installation testing and commissioning of UL

listed modular type 12U network rack with front glass door

and rear perforated door floor mounted Size 550x550 with

1 No of 5 port Octagonal PDU 515Amp with MCB and Fan

Tray with minimum 2 Fans The rack should have provision of

2 nos of cable manager duct type 1U and 2 vertical manager‐

concealed type Rack should be three sides openable with

front glass door and rear perforated door and provision of

cable entry from top and bottom both with proper earthing

kit as requiredRecommended Make Rittal Netrack

Schneider Valrack

3 bull Network Switch Supply amp installation of Network Switch in

Network Rack with the following specification as belowSwitch

shall haveamp61607Port Density Minimum 8 101001000

BaseT Ports amp 4‐1G SFP Ports ready for use with SFP module

Ports shall support PoE on all ports with PoE budget of

180Wamp61607Architecture Stand‐alone rack

mountableamp61607Bandwidth minimum 56Gbps of

switching bandwidth to support above listed ports in non‐

blocking configurationamp61607StackableScable support for

Tender No SCLPS52019E0156401 49

stacking multiple switchesamp61607Stacking backplane

bandwidth Access switch shall have additional port(s) for

providing minimum 40 Gbps stacking bandwidthamp61607L2

Features 8021x authentication spanning tree

etcamp61607Networkjflowsflow or equivalent provision for

Networkjflowsflow or equivalent supportamp61607Network

Management support Network Management through

command line interface (CLI) SNMP v1 v2c v3

httpsamp61607IPv6 Readiness IPv6 Readiness from day

1amp61607RegulatorySafety confirming to UL60950 amp

EN60950amp61607EALNIAP certified Model No shall be EAL

or NIAPNDPP certifiedRecommended Make Cisco Juniper

HP Brocade dell

4 bull CAT 6A Cable Supply and installationlaying of category 6A

or better 4 pair shielded cable UFTP or FUTP in PVC

Conduit sheath type low smoke zero halogen (LSZH) with

transmission properties amp electrical properties tested

minimum up to 500MHz amp verified by ETL amp comply with

ANSITIAEIA‐568‐C2 amp ISOIEC 11801 Recommended make

Commscope Schneider Molex Siemon

5 bull Patch Panel Supply installation testing and commissioning

of CAT6A PatchJack Panel of 24 Port fully loaded in Network

rack with port identification number with self‐adhesive clear

label holder Each portjack on the panel should be

individually removable on field from the panel and have

integrated rear cable management metallic shelf and have a

separate provision of grounding Recommended make

Commscope Schneider Molex Siemon

6 bull Patch Cords (1 meter) Supply installation testing and

commissioning of Patch Cords Cat 6A shielded 1 meter in

Network rack with 4 pair shielded copper wire factory pre

terminated with shielded RJ45 plugs Aluminumpolyester

Tender No SCLPS52019E0156401 50

shield screen material with low smoke Zero halogen sheath

comply to TIA‐568‐C2 Cat 6A in IOs of Network

RackRecommended make Commscope Schneider Molex

Siemon

7 bull Patch Cords (3 meter) Supply installation testing and

commissioning of Patch Cords Cat 6A shielded 3 meter in

Network rack with 4 pair shielded copper wire factory pre

terminated with shielded RJ45 plugs Aluminumpolyester

shield screen material with low smoke Zero halogen sheath

comply to TIA‐568‐C2 Cat 6A at field side Recommended

make Commscope Schneider Molex Siemon

8 bull Information outlet Supply and installation of Shielded Cat

6A information outlet UFTP or FUTP compliance to category

6A or better TIA568C2‐500MHz at field sideRecommended

make Commscope Schneider Molex Siemon

9 bull Face Plate (Dual) Supply and installation of single gang

square face plate (Dual) and SMB Box with a provision to

support variety of jacks‐ UTP STP etc at the field

sideRecommended make Commscope Schneider Molex

SiemonbullFace plate (single) Supply and installation of square

face plate ( single) with a provision to support variety of jacks‐

UTP STP etc at the field sideRecommended make

Commscope Schneider Molex Siemon

10 bull SMB Box Supply and installation of SMB Box for face plate

(DualSingle) as required Recommended make Commscope

Schneider Molex Siemon

11 bull Other Accessories amp61607Supply and Installation of

25mm electrical grade ISI mark PVC Conduit in

wallfloorslabsurface including wallfloor cutting and

making good the same as required Recommended make

Reputed ISI Markamp61607Supply and installation of OFC SM

Tender No SCLPS52019E0156401 51

OS2 Cable in existing 32mm HDPE pipe as

requiredamp61607Supply and Laying of 32mm HDPE pipe

direct in ground including excavation sand cushioning

protective covering and refilling the trench including standard

cable route marker etc as requiredamp61607Supply and

installation of SC simplex single‐mode LSZH pigtail 1m as

requiredamp61607Supply and installation of adaptor plate

with 3 SC duplex SM adaptors as requiredamp61607Splicing of

OFC as per Core as requiredamp61607Supply and installation

of accessories for making the Chamber Pit‐ 1Mtr Depth with

Lid for housing OFC as requiredamp61607Trenching of

HardSoft Soil as required

12 B Paging The scope includes supply installation testing and

commissioning of Supply and installation of IP 65 or better

explosion proofWP loud speaker anticorrosive powder

coated red (RAL‐3000) suitable for Zone I amp II Class II C

Hardware SS304 as per IS2148 and equivalent to model FLSR

25 of Baliga with necessary support gland as required and

installing the same on wallsurface with GI supports as

required and connecting the same with wire The Scope also

includes supply and installation of 2Cx15mm2 FRLS armored

and PVC sheath twisted pair wire their termination tagging

glanding earthing etc as required for speakers and other

accessories requires for smooth commissioning of the paging

system

Vendor Specificied Terms

Description Vendor Terms

Tender No SCLPS52019E0156401 52

1Delivery Term

Prices shall be quoted on F O R destination basis ie S C L S A S Nagar Mohali

Punjab exclusive of GST and taxes as may be applicable

2 GST

Purchaser is entitled to concessional GST of 5 as per Ministry of Finance

Department of Revenue Notification No 472017 Integrated Tax (Rate) both

dated 14th November 2017 respectively and would accordingly issue Exemption

Certificate in favour of the contractor quoting in Indian Rupees The bidder

should take note of the same while quoting the prices in Indian Rupees GST on

installation services shall be applicable 18

3 DELIVERY SCHEDULEPERIOD OF COMPLETION

The time allowed for supply installation testing and commissioning of the entire

works shall be 06 (Six) months to be reckoned form the 7th day of issue of

purchase order

4 IMPORTANT

This being a two part Tender Technical and Commercial parts separate the

bidder should not attach any document(s) containing pricing information with

technical part The Contractor will provide Un priced commercial offer in

envelope 1 (Technical Part) as an attachment

The tenders containing price information in Technical Part will be treated as

unsolicited offers and rejected Contractor to confirm that Price bid is not

attached in Envelope 1 ie Technical Part

Priced Commercial offer if any should be attached in Envelope 2 (Price Bid)

under Supporting Documents from Vendor (Commercial) as an attachment

5 The prices shall remain firm until completion of entire project including

extended period if any No cost escalation shall be applicable for the work

Tender No SCLPS52019E0156401 53

6 SECURITY DEPOSIT

a) On acceptance of the tender the Contractor shall submit security deposit for

ten percent (10 percent) of the value of the Contract within 15 days from the

date of purchase order If the Contractor fails toprovide the security within the

period specified such failure shall constitute a breach of the Contract and the

Purchaser shall be entitled to make other arrangements for the re purchase of

the stores contracted at the cost and risk of the Contractor

b) Security Deposit shall be submitted through Demand Draft Bankers Cheque

fixed deposit receipt or Bank Guarantee from any of the Scheduled Banks

executed on nonjudicial stamp paper of appropriate value and shall be valid for

a period of sixty (60) days beyond the date for completion of the Purchase

OrderContract

c) In case the contractor fails to furnish the security deposit within the specified

date or extended due date the Purchase OrderContract shall be cancelled and

in addition appropriate penal action may also be considered

d) After the Purchase OrderContract is successfully executed in all respects the

Bank Guarantee towards Security Deposit may be discharged and retained

amount shall be refunded to vendors

e) In the event of non execution of the Purchase orderContract or breach of any

terms and conditions of the Purchase Order the Security Deposit shall be

forfeited

7 Warranty

The Contractor shall provide for the tendered job comprehensive warranty for

parts as well as labour for a period of 12 months from the date of successful

installation commissioning and testing of the system at Purchasers site at no

extra charges against any manufacturing defectfaulty workmanship In case any

defect arises during warranty period the Contractor should replacerectify the

same at its own cost at siteworks

The LED light fittings and its driver unit etc shall have warranty for a period of 5

Tender No SCLPS52019E0156401 54

years from the date of installation and commissioning

8 Warranty Replacements

All replacement parts if any shall be supplied by the Contractor free of cost on F

O R Purchaser site at S A S Nagar Punjab basis

9 TERMS OF PAYMENT

The payment shall be remitted as under

90 of the value of the materials supplied shall be paid within 30 days of the

receipt of the materials at purchaser site and the balance 10 amount along

with 100 installation charges shall be payable on successful installation

commissioning and acceptance of the entire project at Purchasers site against a

Performance Bank Guarantee

10 PERFORMANCE BANK GUARANTEE (PBG)

The Contractor shall furnish a Bank Guarantee (as per format given by purchaser)

from any nationalized scheduled bank for an amount equivalent to 10 of the

value of the Contract and shall be valid for a period of 60 days beyond the expiry

date of warranty period On the performance and completion of the Contract in

all respects the Bank Guarantee will be returned to the Contractor without any

interest

11 VALIDITY

The tender must be valid for a minimum period of 120 days from the date of

opening of Technical bid and 90 days after opening of Price bid

The tender where the validity period is shorter than the period specified in the

tender enquiry shall be excluded from the procurement process

12 Quantity Variation

The quantities indicated against each items in the Bill of Quantities (BOQ) are

indicative and are for the purpose of bidding only Variation in quantities up to

Tender No SCLPS52019E0156401 55

+25 percent shall be carried out by the contractor on the agreedPurchase order

(PO) rates and terms amp conditions as in the purchase order (PO)

13 GUARANTEED TIME DELIVERY

The time for and the date of delivery stipulated in the Purchase Order shall be

deemed to be the essence of the Contract Delivery must be completed within

the date specified therein

14 Extra Items

In case of extra items (that are completely new and are in addition to the items

contained in the contract) the contractor may claim rates supported by proper

analysis and purchaser engineer in charge of the work shall after giving

consideration to the analysis of the rates submitted by the contractor determine

the rates on the basis of market rates and the contractor shall be paid in

accordance with the rates so determined The contractor(s) profit amp OH shall be

factored in the rate analysis 15

15 CONSIGNEE

Sr Purchase and Stores Officer (Stores)

Semi Conductor Laboratory

Sector 72 SAS Nagar (Mohali) Punjab

India 160 071

16 INSTALLATION AND COMMISSIONING

Installation commissioning and demonstration of performance of the tendered

stores as per Purchaser tendered specifications shall be carried out by the

Contractor at Purchaser site at S A S Nagar Punjab India

The Contractor shall provide in advance guidelines for preparation of the

installation site and list of items to be supplied by Purchaser during installation

Tender No SCLPS52019E0156401 56

On receipt of intimation from the Purchaser the Contractor shall depute its

engineer(s) to Purchaser site within two weeks to carry out installation and

commissioning and will demonstrate the functionality of the tendered

equipment to Purchaser specifications as per mutually agreed acceptance

procedure The Contractor shall be responsible for any lossdamages sustained

due to delay on the part of the Contractor to send its engineer for installation

and commissioning

Failure to commission the tendered equipment successfully shall entitle

Purchaser to full refund of the payment made and the interest thereon Decision

regarding successful installation and commissioning shall rest solely with the

Purchaser

17 REJECTION

In the event that any of the stores supplied by the Contractor is found defective

in material or workmanship or otherwise not in conformity with the

requirements of the Contract specifications the purchaser shall either reject the

stores or request the Contractor in writing to rectify the same The Contractor

on receipt of such notification shall either rectify or replace the defective stores

free of cost to the purchaser If the Contractor fails to do so the purchaser may

at his option either

a) replace or rectify such defective stores and recover the extra cost so involved

from the Contractor or

b) terminate the Contract for default as provided in this tender document

18 EXTENSION OF TIME

If the completion of supply of stores is delayed due to reason of force majeure

such as acts of god acts of public enemy acts of Government fires floods

epidemics quarantine restriction strikes freight embargoes etc the

Contractor shall give notice within 15 days to the purchaser in writing of his

claim for an extension of time The purchaser on receipt of such notice after

verification if necessary may agree to extend the Contract delivery date as may

Tender No SCLPS52019E0156401 57

be reasonable but without prejudice to other terms and conditions of the

Contract

19 DELAY IN COMPLETIONLIQUIDATED DAMAGES

If the Contractor fails to deliver the stores within the time specified in the

Contract or any extension thereof the purchaser shall recover from the

Contractor as liquidated damages a sum of one half of one percent (05 percent)

of the Contract price of the undelivered stores for each calendar week of delay

The total liquidated damages shall not exceed ten percent (10 percent) of the

Contract price of the unit or units so delayed Stores will be deemed to have

been delivered only when all their component parts are also delivered If certain

components are not delivered in time the stores will be considered as delayed

until such time as the missing parts are delivered Delivery of stores shall be

complete on Installation commissioning Testing and Acceptance

20 INSPECTION AND ACCEPTANCE TEST

The Purchasers representatives shall also be entitled at all reasonable times

during manufacture to inspect examine and test on the Contractors premises

the material and workmanship of all stores to be supplied under this Contract

and if part of the said stores is being manufactured on other premises the

Contractor shall obtain for the purchasers representative permission to inspect

examine and test as if the equipment were being manufactured on the

Contractors premises

Such inspection examination and testing shall not release the Contractor from

the obligations under this Contract

For tests on the premises of the Contractor or of any of his sub Contractors the

Contractor shall provide free of cost assistance labour material electricity fuel

and instruments as may be required or as may be reasonably needed by the

purchasers representative to carry out the tests efficiently

When the stores have passed the specified test the purchaser representative

shall furnish a certificate to the effect in writing to the Contractor The

Tender No SCLPS52019E0156401 58

Contractor shall provide copies of the tests certificates to the purchaser as may

be required

21 Labour Law Contractor shall abide by all labour laws rules and regulations

which are prevailing and as enforced from time to time and SCL shall not be

responsible for any accident or mishap during the course of the contract to any

of engineer labour employee by the Contractor The contractor shall also ensure

that the statutory obligations with regards to the employment of labour under

law are complied properly and timely

22 ARBITRATION

In the event of any disputes differences or claims arising out of or relating to

the interpretation and application of the Contract such disputes or differences

or claims shall be settled amicably by mutual consultations of the good Offices

of the respective Parties and recognizing their mutual interests attempt to reach

a solution satisfactory to both the parties If such a resolution is not possible

within 30 days from the date of receipt of written notice of the existence of such

disputes then the unresolved disputes or differences or claims shall be

referred to the Sole Arbitrator appointed by the Parties by mutual consent in

accordance with the rules and procedures of Arbitration and Conciliation Act

1996 as amended from time to time The arbitration shall be conducted in New

Delhi in the Arbitration and Conciliation Centre New Delhi (Domestic and

International) as per its rules and regulations The expenses for the Arbitration

shall be shared equally or as may be determined by the Arbitrator The

considered and written decision of the Arbitrator shall be final and binding

between the Parties The applicable language for Arbitration shall be English

only Work under the Contract shall be continued by the CONTRACTOR during

the pendency of arbitration proceedings without prejudice to a final adjustment

in accordance with the decision of the Arbitrator unless otherwise directed in

writing by the DEPARTMENT or unless the matter is such that the works cannot

be possibly continued until the decision (whether final or interim) of the

Arbitrator is obtained

23 APPLICABLE LAWS The contract shall be interpreted construed and

Tender No SCLPS52019E0156401 59

governed by laws of IndiaThe contract shall be subject to exclusive Jurisdiction

of the Court of SAS Nagar (Mohali) Punjab India irrespective of anything

mentioned in any correspondences or otherwise

24 Any Other Term

Tender No SCLPS52019E0156401 60

Supporting Documents from Vendor

Attachment ‐ I

Attachment ‐ II

Price Bid Form

Item Description Slab Range Qty UOM Currency Unit Price Total Price

Supply of MCC Panels cables

cable trays lightings etc for

electrical distribution system

including fire detection

system LAN Paging etc for

the Chemical Store building as

per detailed specifications

technical write‐updrawings

attached

‐ 1 Lot ‐ ‐ ‐

Installation Testing and

Commissioning of MCC

Panels cables cable trays

lightings etc for electrical

distribution system including

fire detection system LAN

Paging etc for the Chemical

Store building as per detailed

specifications technical write‐

updrawings attached

‐ 1 Lot ‐ ‐ ‐

Tender No SCLPS52019E0156401 61

Break‐up of other taxes and other costs should be specified in respective narration columns

Sum of these Break‐up values should be specified in respective value columns

Supporting Documents from Vendor (Commercial)

Document attachment with price bid

Attachment ‐ I

Attachment ‐ II

  • pdf_document_tndr_notc_electrical_distribution_system_051119
  • pdf_document_tndr_doc_electrical_distribution_system_051119
Page 12: -72, -160071 चंडीगढ़ के समीप पंजाब भारत...स म -क डक टर ल ब र टर /Semi-Conductor Laboratory अ त रक ष वभ

Tender No SCLPS52019E0156401 11

(b) Should the Contractor fail to deliver the stores or any consignment thereof within the period

prescribed for such delivery the purchaser shall be entitled at his option either

(i) to recover from the Contractor as agreed liquidated damages and not by way of penalty a sum of

05 per week of the price of any stores which the Contractor has failed to deliver as aforesaid or during

which the delivery of such store may be in arrears subject to a minimum of 10 or

(ii) to purchase from elsewhere without notice to the Contractor on the account and at the risk of the

Contractor the stores not delivered or others of a similar description (where others exactly complying

with the particulars are not in the opinion of the purchaser readily procurable such opinion being

final) without cancelling the Contract in respect of the consignment (s) not yet due for delivery or

(iii) to cancel the Contract or a portion thereof and if so desired to purchase or authorise the purchase of

stores not so delivered or others of a similar description (where others exactly if complying with the

particulars are not in the opinion of the purchaser readily procurable such opinion final) at the risk and

cost of the Contractor In the event of action being taken under sub clause (ii) (iii) of clause 10 (b) above

the Contractor shall be liable for any loss which the purchaser may sustain on that account provided

that the re purchase or if there is an agreement to repurchase then such agreement is made within six

months from the date of such failure But the Contractor shall not be entitled to any gain on such re

purchase made against default The manner and method of such re purchase shall be at the discretion of

the purchaser whose decision shall be final It shall not be necessary for the purchaser to serve a notice

of such re purchase on the defaulting Contractor This right shall be without prejudice to the right of the

purchaser to recover damages for breach of Contract by the Contractor

11EXTENSION OF TIMEAs soon as it is apparent that the Contract dates cannot be adhered to an

application shall be sent by the Contractor to the purchaser If failure on the part of the Contractor to

deliver the stores in proper time shall have arisen from any cause which the purchaser may admit as

reasonable ground for an extension of the time (and his decision shall be final) he may allow such

additional time as he considers it to be justified by circumstances of the case without prejudice to the

purchasers right to recover liquidated damages under clause 10 thereof

12 ERECTION OF PLANT MACHINERYWherever erection of a plant or machinery is the responsibility of

the Contractor as per the terms of the Contract and in case the Contractor fails to carry out the erection

as and when called upon to do so within the period specified by the purchaser the purchaser shall have

the right to get the erection done through any source of his choice In such an event the Contractor

shall be liable to bear any additional expenditure that the purchaser is liable to incur towards erection

The Contractor shall however not be entitled to any gain due to such an action by the purchaser

13 PAYMENT Contractors bill will be passed for payment only after the stores have been received

inspected and accepted by the Purchaser

14 MODE OF PAYMENT Normally payment will be made for the accepted stores within 30 days from

the date of receipt of the materials

Tender No SCLPS52019E0156401 12

15 RECOVERY OF SUM DUE Whenever any claim for the payment of whether liquidated or not money

arising out of or under this Contract against the Contractor the purchaser shall be entitled to recover

such sum by appropriating in part or whole the security deposited by the Contractor if a security is

taken against the Contract In the event of the security being insufficient or if no security has been taken

from the Contractor then the balance or the total sum recoverable as the case may be shall be

deducted from any sum then due or which at any time thereafter may become due to the Contractor

under this or any other Contract with the purchaser Should this sum be not sufficient to cover the full

amount recoverable the Contractor shall pay to the purchaser on demand the remaining balance due

Similarly if the purchaser has or makes any claim whether liquidated or not against the Contractor

under any other Contract with the purchaser the payment of all moneys payable under the Contract to

the Contractor including the security deposit shall be withheld till such claims of the purchaser are

finally adjudicated upon and paid by the Contractor

16 INDEMNITY The Contractor shall warrant and be deemed to have warranted that all stores supplied

against this Contract are free and clean of infringement of any Patent Copyright or Trademark and shall

at all times indemnify the purchaser against all claims which may be made in respect of the stores for

infringement of any right protected by Patent Registration of design or Trade mark and shall take all risk

of accidents or damage which may cause a failure of the supply from whatever cause arising and the

entire responsibility for sufficiency of all means used by him for the fulfilment of the contact

17 ARBITRATION In the event of any disputes differences or claims arising out of or relating to the

interpretation and application of the Contract such disputes or differences or claims shall be settled

amicably by mutual consultations of the good Offices of the respective Parties and recognizing their

mutual interests attempt to reach a solution satisfactory to both the parties If such a resolution is not

possible within 30 days from the date of receipt of written notice of the existence of such disputes

then the unresolved disputes or differences or claims shall be referred to the Sole Arbitrator

appointed by the Parties by mutual consent in accordance with the rules and procedures of Arbitration

and Conciliation Act 1996 as amended from time to time The arbitration shall be conducted in New

Delhi in the Arbitration and Conciliation Centre New Delhi (Domestic and International) as per its rules

and regulations The expenses for the Arbitration shall be shared equally or as may be determined by

the Arbitrator The considered and written decision of the Arbitrator shall be final and binding between

the Parties The applicable language for Arbitration shall be English only

Work under the Contract shall be continued by the CONTRACTOR during the pendency of arbitration

proceedings without prejudice to a final adjustment in accordance with the decision of the Arbitrator

unless otherwise directed in writing by the Purchaser or unless the matter is such that the works cannot

be possibly continued until the decision (whether final or interim) of the Arbitrator is obtained

18 COUNTER TERMS AND CONDITION OF SUPPLIERS Where counter terms and conditions printed or

cyclostyled conditions have been offered by the supplier the same shall not be deemed to have been

accepted by the Purchaser unless specific written acceptance thereof is obtained

Tender No SCLPS52019E0156401 13

19 SECURITY FOR PURCHASE OF MATERIALS Successful tenderer will have to furnish in the form of a

bank guarantee or any other form as called for by the purchaser towards adequate security for the

materials and properties provided by the Purchaser for the due execution of the Contract

20 In eprocurement system submission of bid is a two step process After submission of their bids

bidders have to wait for bid sealing by Purchaser Subsequently bidders have to complete open

authorization in the eprocurement system to enable the Purchaser to open the bid If open

authorization is not completed by the bidder then Purchaser will not be able to open the bid and the

bid becomes invalid

In case bidder encounters any technical snag pertaining to eprocurement system while acting on the

tender computer screen shot of the error message with date time stamp on the web browser along

with the query shall be e mailed by the bidder to the help desk for resolution of the problem at least 2

working days before the due date and time of bid submission The contact detail of the help desk is

available on the home page of the eprocurement website

Purchaser will make all efforts to resolve technical queries reported by the bidders but will not be bound

to do so if the problems are reported beyond the time mentioned above Purchaser will not be

responsible for non submission of bids for such cases

The time taken to ascertain evaluate and suggest a solution for the problem reported by bidder may

vary from case to case Hence bidders are advised to submit the bid well in advance before closing date

and time to avoid last minute issues

DOS PM‐ 22

Instruction to Tenderer

1 Bid Open Authorization shall be submitted online only complying specified schedule and complete in

all respects with technical specifications including pamphlets and catalogues

2 A Proforma Invoice may also be given which should contain the following information

a) The FOBFCA value the C and F value for import by Sea freight Air freight up to and for air parcel

post up to should be separately indicated

b) Agency Commission The amount of commission included in the price and payable to the Indian Agent

of the Contractor shall be paid directly to the Indian Agent by the Purchaser in equivalent Indian Rupees

on the basis of an Invoice from him applying TT buying rate of exchange ruling on the date of

placement of the Purchase Order and which shall not be subject to any further exchange variations This

payment will be released to the Indian Agent immediately after Customs clearance of the goods in India

Tender No SCLPS52019E0156401 14

c) The Contractor shall invoice only for the net amount payable to deducting the amount of Agency

Commission included in the invoice which will be paid to the Indian Agent directly by the Purchaser

However the Contractors invoice should separately reflect the amount of commission payable to his

Indian Agent

d) The earliest delivery period and country of origin of the Stores

e) Bankers name address telephonefax Nos and eMail ID of the Contractor

f) The approximate net and gross weight and dimensions of packages cases

g) Recommended spares for satisfactory operation for a minimum period of one year

h) Details of any technical service if required for erection assembly commissioning and demonstration

3 The FOBFCA and C and F prices quoted should be inclusive of all taxes levies duties arising in the

tenderers country

4 The offer should be valid for a minimum period of 90 days (single part tender) and 120 days (Two part

tender) from the due date of opening of the tender

5 Samples if called for should be sent free of all charges

6 Late and delayed tenders will not be considered Quotations by cable must be followed by detailed

offers

7 Offers made by Indian Agents on behalf of their Principals should besupported by the proforma

invoice of their Principals

8 The details of Import Licence will be furnished in the Purchase Order

9 The authority of person signing the tender if called for shall be produced

10 Instructions Operation Manual containing all assembly details including wiring diagrams should be

sent wherever necessary in duplicate All documents correspondence should be in English language

only

11 The Purchaser reserves the right to accept or reject the lowest or any offer in whole or part without

assigning any reason

12 It is expressly agreed that the acceptance of the Stores Contracted for is subject to final approval in

writing by the Purchaser

13 a) Part shipment is not allowed unless specifically agreed to by us

b) As far as possible stores should be despatched by Indian Flag Vessels Air India through any Agency

nominated by us

Tender No SCLPS52019E0156401 15

14 Inspection Test Certificate should be provided for the goods after testing it thoroughly at the

Contractors works If any Inspection by Lloyds or any other testing agency is considered necessary it

shall be arranged by Contractors

15 Where erection or assembly or commissioning is a part of the Contract it should be done

immediately on notification The Contractor shall beresponsible for any lossdamage sustained due to

delay in fulfilling this responsibility

16 For items having shelf life those with maximum shelf life should be supplied if order is placed

TERMS AND CONDITIONS

1 DEFINITIONS

(a) The term Purchaser shall mean the President of India or his successors or assignees

(b) The term Contractor shall mean the person firm or company with whom or with which the order for

the supply of stores is placed and shall be deemed to include the Contractors Successors

representatives heirs executors and administrators unless excluded by the Contract

(c) The term Purchase Order shall mean the communication signed on behalf of the Purchaser by an

officer duly authorised intimating the acceptance on behalf of the Purchaser on the terms and

conditions mentioned or referred to in the said communication accepting the Tender or offer of the

Contractor for supply of stores of plant machinery or equipment of part thereof

(d) The term Stores shall mean what the Contractor agrees to supplyunder the Contract as specified in

the Purchase Order

2 PRICES

Tenders offering firm prices will be preferred Where a price variation clause is insisted upon by a

tenderer quotations with a reasonable ceiling should be submitted Such offers should invariably be

supported by the base price taken into account at the time of tendering and also the formula for any

such variations

3 TERMS OF PAYMENT

31 Being a Department of the Government of India the normal terms of payment are by Sight Draft

However other terms of payment like establishment of Letter of Credit may be considered by the

Purchaser on such terms and conditions as may be agreed upon

32 The Sight Draft Letter of Credit will be operative on presentation of the under mentioned

documents

a) Original Bill of Lading Airway Bill

Tender No SCLPS52019E0156401 16

b) Commercially certified invoices describing the stores delivered quantity unit rate and their total

value in triplicate The invoice should indicate the discounts if any and Agency Commission separately

c) Packing List showing individual dimensions and weight of packages

d) Country of Origin Certificate in duplicate

e) Test Certificate

f) Declaration by the Seller that the contents in each case are not less than those entered in the invoices

and the quality of the Stores are guaranteed as per the specifications asked for by the Purchaser

g) Warrantee and guarantee Certificates vide Clause 20 herein below

4 IMPORTANT LICENCE

Reference to Import License No and date and Contract number and date shall be prominently indicated

in all the documents

5 DEMURRAGE

Supplier shall bear demurrage charges if any incurred by the purchaser due to delayed presentation of

shipping documents as prescribed in the bankers within a reasonable time (say within 10 to 12 days)

from the date of bill of lading for sea consignments and within 3 to 4 days from the date of Air Way Bill

for air consignments

6 ADDRESS OF INDIAN AGENTS

7 GUARANTEED TIME DELIVERY

The time for and the date of delivery stipulated in the Purchase Order shall be deemed to be the

essence of the Contract Delivery must be completed within the date specified therein

8 INSPECTION AND ACCEPTANCE TEST

81 The Purchaser representatives shall also be entitled at all reasonabletimes during manufacture to

inspect examine and test on the Contractors premises the material and workmanship of all stores to be

supplied under this Contract and if part of the said stores is being manufactured on other premises the

Contractor shall obtain for the purchasers representative permission to inspect examine and test as if

the equipment were being manufactured on the Contractors premises Such inspection examination

and testing shall not release the Contractor from the obligations under this Contract

82 For tests on the premises of the Contractor or of any of his subContractors the Contractor shall

provide free of cost assistance labourmaterial electricity fuel and instruments as may be required or

as may be reasonably needed by the purchasers representative to carry out the tests efficiently

Tender No SCLPS52019E0156401 17

83 When the stores have passed the specified test the purchasers representative shall furnish a

certificate to the effect in writing to the Contractor The Contractor shall provide copies of the tests

certificates to the purchaser as may be required

9 MODE OF DESPATCH

Generally stores should be despatched through Indian Flagged Vessel Air India or through any other

Agency nominated by the purchaser A copy of the invoice and packing list should invariably be kept

inside each of the packages

10 PORT OF ENTRY

New Delhi Mumbai

11 CONSIGNEE

Purchase and Stores Officer Stores

12 SHIPPING MARKS

The mark on the shipping documents such as invoice bill of lading and on the packages should be as

follow

PURCHASE ORDER NO

DATED

GOVERNMENT OF INDIA

DEPARTMENT OF SPACE

(name of the CentreUnit)

Destination

Port of Entry

13 INSURANCE OF THE STORES

The necessity or otherwise of insurance will be as indicated in the Purchase Order

14 CONTRACTORS DEFAULT LIABILITY

141 The purchaser may upon written notice of default to the Contractorterminate the Contract in

whole or in part in circumstances detailedhereunder

Tender No SCLPS52019E0156401 18

a) If in the judgement of the Purchaser the Contractor fails to makedelivery of Stores within the time

specified in the Contract agreement or within the period for which extension has been granted by the

Purchaser to the Contractor

b) If in the judgment of the Purchaser the Contractor fails to comply with any of the other provisions of

this Contract

15 In the event the Purchaser terminates the Contract in whole or in part as provided in Clause 14 the

Purchaser reserves the right to Purchase upon such terms and in such a manner as he may deem

appropriate stores similar to that terminated and the Contractor shall be liable to the Purchaser for any

additional costs for such similar stores andor for liquidated damages for delay as defined in Clause 19

until such reasonable time as may be required for the final supply of stores

151If this Contract is terminated as provided in Clause 14 the Purchaser in addition to any other rights

provided in this Article may require the Contractor to transfer title and deliver to the Purchaser under

any of the following clauses in the manner and as directed by the Purchaser

a) Any completed stores

b)Such partially completed stores drawing information and Contract rights (hereinafter called

manufacturing material) as the Contractor has specifically produced or acquired for the performance of

the Contract as terminated The Purchaser shall pay to the Contractor the Contract price for completed

stores delivered to and accepted by the purchaser and for manufacturing material delivered and

accepted

152 In the event the Purchaser does not terminate the Contract as provided in Clause 14 the

Contractor shall continue the performance of the Contract in which case he shall be liable to the

purchaser for liquidated damages for delay as set out in Clause for DELAY IN COMPLETION

LIQUIDATED DAMAGES until the stores are accepted

16 REPLACEMENT

If the stores or any portion thereof is damaged or lost during transit thePurchaser shall give notice to

the Contractor setting forth particulars of such stores damaged or lost during transit The replacement

of such stores shall be effected by the Contractor within a reasonable time to avoid unnecessary delay in

the intended usage of the Stores In case the purchaser agrees the price towards replacement items

shall be paid by the purchaser on the basis of original price quoted in the tender or as reasonably

worked out from the tender

17 REJECTION

In the event that any of the stores supplied by the Contractor is found defective in material or

workmanship or otherwise not in conformity with the requirements of the Contract specifications the

purchaser shall either reject the stores or request the Contractor in writing to rectify the same The

Tender No SCLPS52019E0156401 19

Contractor on receipt of such notification shall either rectify or replace the defective stores free of cost

to the purchaser If the Contractor fails to do so the purchaser may at his option either

a) replace or rectify such defective stores and recover the extra cost so involved from the Contractor or

b) terminate the Contract for default as provided under clause 14 above or

c) acquire the defective stores at a reduced price considered equitable under the circumstances The

provision of this article shall not prejudice the Purchasers rights under clause 19

18 EXTENSION OF TIME

If the completion of supply of stores is delayed due to reason of force majeure such as acts of god acts

of public enemy acts of Government fires floods epidemics quarantine restriction strikes freight

embargoes etc the Contractor shall give notice within 15 days to the purchaser in writing of his claim

for an extension of time The purchaser on receipt of such notice after verification if necessary may

agree to extend the Contract delivery date as may be reasonable but without prejudice to other terms

and conditions of the Contract

19 DELAY IN COMPLETION LIQUIDATED DAMAGES

If the Contractor fails to deliver the stores within the time specified in theContract or any extension

thereof the purchaser shall recover from theContractor as liquidated damages a sum of onehalf of one

percent (05percent) of the Contract price of the undelivered stores for each calendar week of delay

The total liquidated damages shall not exceed ten percent (10 percent) of the Contract price of the unit

or units so delayed Stores will be deemed to have been delivered only when all their component parts

are also delivered If certain components are not delivered in time the stores will be considered as

delayed until such time as the missing parts are delivered

20 GUARANTEE and REPLACEMENT

a) The Contractor shall guarantee that the stores supplied shall comply fully with the specifications laid

down for material workmanship and performance

b) For a period of twelve months after the acceptance of the stores if any defects are discovered

therein or any defects therein are found to have developed under proper use arising from faulty

materials design or workmanship the Contractor shall remedy such defects at his own cost provided he

is called upon to do so within a period of 14 months from the date of acceptance thereof by the

Purchaser who shall state in writing in what respect the stores or any parts thereof are faulty

c) If in the opinion of the purchaser it becomes necessary to replace or renew any defective stores such

replacements or renewals shall be made by the Contractor free of all costs to the purchaser provided

the notice informing the Contractor of the defect is given by the purchaser in this regard within the said

period of 14 months from the date of acceptance thereof

Tender No SCLPS52019E0156401 20

d) Should the Contractor fail to rectify the defects the purchaser shall have the right to reject or repair

or replace at the cost of the Contractor the whole or any portion of the defective stores

e) The decision of the Purchaser notwithstanding any prior approval or acceptance or inspection

thereof on behalf of the purchaser as to whether or not the stores supplied by the Contractor are

defective or any defects has developed within the said period of 12 months or as to whether the nature

of the defects requires renewal or replacement shall be final conclusive and binding on the Contractor

f) To fulfill guarantee conditions outlined in Clause 20 (a) to (e) above the Contractor shall at the option

of the purchaser furnish a Bank Guarantee (as prescribed by the purchaser Bank Guarantee format

enclosed) from a Bank approved by the purchaser for an amount equivalent to 10Percent of the value of

the Contract along with first shipment documents On the performance and completion of the Contract

in all respects the Bank Guarantee will be returned to the Contractor without any interest

g) All the replacement stores shall also be guaranteed for a period of 12 months from the date of arrival

of stores at purchasers site

h) Even while the 12 months guarantee applies to all stores in case where a greater period is called for

by our specifications then such a specification shall apply and in such cases the period of 14 months

referred to in Clause 20 (b) and (c) shall be asked for guarantee period plus two months

21 REQUIREMENT OF ADDITIONAL NUMBERS OF THE STORESSPARE PARTS ORDERED

The Contractor shall also undertake the supply of additional number of items covered by the order as

considered necessary by the purchaser at a later date the actual price to be paid shall be mutually

agreed to after negotiations

22 PACKING

a) The Contractor wherever applicable shall pack and crate all stores for sea air shipment as applicable

in a manner suitable for export to a tropical humid climate in accordance with internationally accepted

export practices and in such a manner so as to protect it from damage and deterioration in transit by

road rail or sea for space qualified stores The Contractors shallbe held responsible for all damages due

to improper packing

b) The Contractor shall ensure that each box unit of shipment is legible and properly marked for

correct identification The failure to comply with this requirement shall make the Contractor liable for

additional expenses involved

c) The Contractor shall notify the purchaser of the date of shipment from the port of embarkation as

well as the expected date of arrival of such shipment at the designated port of arrival

d) The Contractor shall give complete shipment information concerning the weight size content of each

packages etc

Tender No SCLPS52019E0156401 21

e) Transshipment of equipment shall not be permitted except with the written permission of the

purchaser

f) Apart from the despatch documents negotiated through Bank the following documents shall also be

airmailed to the purchaser within 7 days from the date of shipment by sea and within 3 days in case of

air consignments

a) Commercial Bill of Lading Air Way Bill Post parcel Receipt (Two nonnegotiable copies)

b) Invoice (3 copies)

c) Packing List (3 copies)

d) Test Certificate (3 copies)

e) Certificate of Origin

The Contractor shall also ensure that one copy of the packing list is enclosed in each case

23 ARBITRATION

In the event of any disputes differences or claims arising out of or relating to the interpretation and

application of the Contract such disputes or differences or claims shall be settled amicably by mutual

consultations of the good Offices of the respective Parties and recognizing their mutual interests

attempt to reach a solution satisfactory to both the parties If such a resolution is not possible within 30

days from the date of receipt of written notice of the existence of such disputes then the unresolved

disputes or differences or claims shall be referred to the Sole Arbitrator appointed by the Parties by

mutual consent in accordance with the rules and procedures of Arbitration and Conciliation Act 1996 as

amended from time to time The arbitration shall be conducted in New Delhi in the Arbitration and

Conciliation Centre New Delhi (Domestic and International) as per its rules and regulations The

expenses for the Arbitration shall be shared equally or as may be determined by the Arbitrator The

considered and written decision of the Arbitrator shall be final and binding between the Parties The

applicable language for Arbitration shall be English only

Work under the Contract shall be continued by the CONTRACTOR during the pendency of arbitration

proceedings without prejudice to a final adjustment in accordance with the decision of the Arbitrator

unless otherwise directed in writing by the Purchaser or unless the matter is such that the works cannot

be possibly continued until the decision (whether final or interim) of the Arbitrator is obtained

24 LANGUAGE AND MEASURES

All documents pertaining to the Contract including specification schedule notice correspondence

operating and maintenance instructions drawings or any other writings shall be written in English

language The metric system of measurement shall be used exclusively in the Contract

25 INDEMNITY

Tender No SCLPS52019E0156401 22

The Contractor shall warrant and be deemed to have warranted that all Stores supplied against this

Contract are free and clean of infringement of any patent copyright or trade mark and shall at all times

indemnify the purchaser against all claims which may be made in respect of stores for infringement of

any right protected by Patent Registration of design or Trade Mark and shall take all risk of accident or

damage which may cause a failure of the supply from whatever cause arising and the entire

responsibility for the sufficiency of all the means used by him for the fulfillment of the Contract

26 COUNTER TERMS AND CONDITIONS OF SUPPLIERS

Where counter terms and conditionsprinted or cyclostyled conditions have been offered by the

supplier the same shall not be deemed to have been accepted by the purchaser unless specific written

acceptance thereof is obtained

27 SECURITY INTEREST

On each item to be delivered under this Contract including an item of work in progress in respect of

which payments have been made in accordance with the terms of the Contract purchaser shall have a

security interest in such items which shall be deemed to be released only at the time when the

applicable deliverable item is finally accepted and delivered to the purchaser in accordance with the

terms of the Contract Such security interest of the purchaser shall constitute a prior charge as against

any other charge or interest created in respect of such items by any entity

28 BANK CHARGES

While the purchaser shall bear the bank charge payable to his Bankers (State Bank of India) the

Contractor shall bear the Bank charges payable to his Bankers including the cheques towards advising

amendment commissions

29 TRAINING

The Contractor shall if required by the purchaser provide facilities for the practical training of

Purchasers engineering technical personnel from India and for their active association on the

manufacturing processes throughout the manufacturing period of the Contract stores number of such

personnel to be mutually agreed upon

30 APPLICABLE LAW

The Contract shall be interpreted construed and governed by the laws of India

Tender No SCLPS52019E0156401 23

BidTemplates

GENERAL CONDITIONS

Item Specifications

Sl No Specifications Complianc

e (Yes No)

Offered Specifications Remarks

1 Intent of the ProjectaThe scope of Project includes Supply

Installation Testing and Commissioning of electrical

distribution system including illumination MCC Panels fire

detection system Local Area Network (LAN) Paging etc for

the Chemical Store Building at Semi‐Conductor Laboratory

(SCL) Sector‐ 72 SAS Nagar Mohali (Punjab) bScope

includes receiving unloading storage insurance in‐plant

transportation and all equipment amp accessories covered under

this specificationcTechnical SpecificationBrief overview of

Equipment amp services under this specification is described

hereiGeneral SpecificationiiSupply amp Installation of

Electrical MCCPCC Panels MCB DB exhaust fan light fixtures

etciiiSupply amp Installation of wire cables conduits Modules

SwitchSockets termination earthing etcivSupply amp

Installation of Fire detection system and its

accessoriesvSupply amp Installation of NetworksLAN

systemviSupply and installation of material for Earthing and

lightning protection system viiAny other electrical

requirement for execution of the work dDrawing amp notes All

drawing amp notes as listed in the annexure form a part of this

specification

Tender No SCLPS52019E0156401 24

2 General Information for Site Condition The Contractor may

visit the site of work at SCL to acquaint themselves of the

actual site conditions

3 Code amp Standards All electrical equipment and accessories to

be furnished installed and commissioned under scope of

these specifications shall be designed manufactured tested

and installed in accordance with relevant Indian Standard

Specifications (ISS) Indian electricity rules and any other

applicable regulations

4 Period of CompletionThe time allowed for supply installation

testing and commissioning of the entire work shall be six (6)

months to be reckoned from the 7th day of issue of Purchase

order by SCL

5 Drawing Data and ManualsFollowing drawings documents

shall be submitted by the selected contractor for approval of

SCL for execution of the workaFoundation drawing of all

floor mounted Electrical panelsbGeneral Layout (GA)

drawing with dimension of all electrical equipment and Single

line drawings (SLDs) of electrical PanelcMake type and

catalogue of Switchgears of Electrical MCC Panels Power DBs

Power Cables and related accessories along with technical

leaflets data sheets etc to be provided by the contractor

The contractor shall offer recommended makes mentioned in

this document dEquipment data sheets furnishing

guaranteed performance figure for each type of

equipmenteTest certificates test results for each type of

equipmentfCheck lists and tests to be conducted during

erection testing amp commissioning of the individual

equipmentOn successful completion of the entire work the

Contractor shall provide lsquoAs Builtrsquo drawings for all the Systems

executed under the Contract Three (03) sets of hard copies

and one (01) set in soft copy (CDDVD) in Auto‐CAD and PDF

Tender No SCLPS52019E0156401 25

format shall be provided to SCL for its record and reference

Contractor shall also provide instruction Operation

manual(s) and maintenance manuals for the all equipment

system installed under the project

6 Eligibility Criteria Only those bidders meeting the below

mentioned eligibility criteria are eligible to participate in the

tendera Should have satisfactorily executed at‐least two (2)

similar works of value not less than Rs 50 Lakh each

involving inter alia power distribution works consisting of

MCCsPCCs of rating not less than 400 A 415 V 35 kA ( fault

level) MCBDBs lighting systems cabling during the last 5

years To ascertain eligibility for the work the participating

bidders shall enclose copy (ies) of the detailed Purchase

Order(s) and their completion certificate(s) evidencing

satisfactory completion of similar works issued by the

respective clientsorganisations Completion certificate for

works issued by private parties shall be supported by TDSb

Should not have incurred any loss in more than two years

during the last five (5) financial years ending 31st March 2019

c The Contractor should possess valid license of Class lsquoArsquo

Category Electrical Contractor issued by the State Licensing

Authorityd The contractor shall carry out the work in co‐

ordination with the civil works undertaken by other contractor

engaged by SCL

7 DeviationaContractor to clearly mention deviation(s) if any

from the specification in the unpriced techno‐commercial bid

bUnless such deviations are recorded in the deviation sheets

and submitted with the bid it will be assumed that the offer is

made in conformity with the tendered specification in all

respectscThe deviations shall be evaluated by SCL and

acceptance of the same shall be at the sole discretion of SCL

Tender No SCLPS52019E0156401 26

8 Quantity variationThe quantities indicated against each item

in the Bill of Quantities (BOQ) are indicative and are for the

purpose of bidding only Variation in quantities upto + 25

shall be carried out by the contractor on the agreedPurchase

Order (PO) rates and terms amp conditions as in the Purchase

Order (PO) In case of contract items which exceed the said

limit of +25 the contractor may claim revision of rates

supported by proof analysis and if the rate claimed in excess

of the rate specified in the bill of quantities SCLrsquos engineerndashin‐

charge of the work shall after giving consideration to the

analysis of rates submitted by the contractor determine the

rates on the basis of market rates and the contractor shall be

paid in accordance with the rates so determined The

Contractorrsquos profit amp OH shall be factored in the rate

analysis15

9 Extra ItemsIn case of extra items (that are completely new

and are in addition to the items contained in the contract) the

contractor may claim rates supported by proper analysis and

SCLrsquos engineer‐in‐charge of the work shall after giving

consideration to the analysis of the rates submitted by the

contractor determine the rates on the basis of market rates

and the contractor shall be paid in accordance with the rates

so determined The Contractorrsquos profit amp OH shall be factored

in the rate analysis15

10 Construction Power SupplyElectricity if available in the

premises may be provided to the contractor by Department

(SCL) only at a single point free of cost subject to the following

conditions ‐a)The Contractor has to make his own

arrangement to tap Electricity from a 3 phasesingle phase

supply from the location decided by the SCLrsquos Engineer‐in‐

charge (E‐I‐C)

Tender No SCLPS52019E0156401 27

11 Storage space site office Contractor will be provided a

lockable room within SCL premises for storage space subject

to availability Contractor will make at his own cost

temporary site office close to work site as per the location

decided by the E‐I‐C

12 Materialsystem submittalsMaterialssystems etc procured

by the selected Contractor for incorporation in the work will

be only of MakesManufacturers specified in the tender

document Submittals of the same shall be submitted by the

contractor for SCL review and approval

13 Other RequirementsbullErection testing amp commissioning of

items as per BOQbullSpecial tools amp tackles Party shall arrange

the ladderscaffoldingstair for working at height for cable

laying Fire detection system installation of light fixture

bullWork shall be executed as per the ISRO contractor safety

Manual Contractor to ensure that the manpower is equipped

with PPE for working at the site bullAll relevant drawing data

catalogues with instruction and trouble shoot manuals type

test certificates for the above accessoriesbullMaterials and

accessories which are necessary or used for satisfactory and

trouble free operation and maintenance of the above

equipmentrsquosmaterial shall also be furnished bullContractor

shall deploy skilled amp unskilled Labor qualified technical

Supervisor(s) erection tools amp tackles testing tools amp

equipment supplies consumables and hardware and

transport for timely and efficient execution of the

workbullContractor shall guarantee LED fixtures

(flameproofnon‐flameproof) for a period of 5 years from the

date of acceptance The contractorrsquos guarantee shall be

supported with a guarantee from the manufacturer(s) in this

regard

Tender No SCLPS52019E0156401 28

TECHNICAL SPECIFICATION‐1

Item Specifications ‐I

Sl No Specifications Compliance

(Yes No)

Offered Specifications Remarks

1 Internal Wiringa The electrical wiring installations and other

accessories shall comply with latest IS code 732 (part‐II) 1983

and National Electric Code‐1985b The word concealed means

it involves cutting of floor wall and making good after laying

the conduitMetal raceway as per the enclosed drawings by

the contractor as requiredc The contractor shall provide all

necessary components fixing materials accessories and

interconnections as per standard practice It is to be noted

that ceiling rose forms a part of the specifications hence not

indicated separately and shall be provided by the contractor

as requiredd Scope includes termination of wire ferruling

dressing cable tie etc as requirede The work shall be

executed as per the ISRO electrical specification available on

ISRO site wwwisrogovin in Schedule I to be read along with

the tender specification

2 LED LuminariesThe scope includes supply installation

testing commissioning of flame proofnon‐flameproof LED

lighting fixture at the ceiling level (about 55 meter height) in

the chemical store building outer periphery of the store

building electrical room AHU room at the first floor as per

drawings and discretion of E‐I‐C Architectural plan of the

building is attached Supply of required accessories such as

mounting brackets nuts bolts screws washers glands and

any other material required for installation of LED fixture as

per specifications mentioned in BOQ shall be part of the

specification Junction box as required for loop‐in and loop‐

Tender No SCLPS52019E0156401 29

out of the cable for flame proof light fixture will be in the

scope of the contractor LED light fittings will be suitable for

operation on 230V single phase AC supply The fitting shall

be supplied with all fixing material such as brackets nuts

bolts etc as required for installation of fittings Special

Conditions aLuminaire make (Brand) from among the

recommended make mentioned in the tender document shall

be clearly mentioned in Technical Bid along with complete

technical detailsbThe LED light fitting and its driver unit etc

shall have warranty for a period of 5 years from the date of

installation and commissioningcThe flame proof fixture shall

be provided along with the Petroleum and Explosives Safety

Organization (PESO) certification

3 Detailed Specification for LED Fixture a Flame Proof LED

Fixtures Supply and installation of flameexplosion proof high

efficiency 1 Phase 230 V 60W LED light fitting as per IS 2206

with luminous efficiency 100Lmwatt or better CRI gt 08 amp

THDlt10 IP‐66 as per ISIEC 605292001 made of Die cast

aluminium alloy Heat resistant amp tough clear dome glass

having enclosure as per Ex‐d GAS Gr IIA IIB IIC AS PER ISIEC

60079‐12007 amp ISIEC 60079‐02004 Area of classification

ZONE‐1 2 21 amp 22 and temperature class T‐6 or better as per

ISIEC 60079 complete with loop‐in loop‐out provision

Mounting bracket for mounting on the ceiling Double

compression cable gland shall be provided and install by the

contractor along with the light fitting Recommended Make of

fixture Baliga Stahl Sudhir SwitchgearRecommended make

of LED NICHIA CREE PHILIPS LUMILED OSRAMb General

LED fixtures Supply amp fixing of wallceiling mounted batten

type 20W LED tube light (Four feet) luminaire with efficient

driver (efficiency shall be more than 90) amp with minimum

lumens output of 2000 lumens per lamp comprising of nano

diffuser technology complete with efficient amp constant

Tender No SCLPS52019E0156401 30

current output driver suitable for operation on 230V single

phase 50Hz AC supply efficient heat sink effective thermal

management and with colour temperature shall be gt 6000K

The LED with suitable control gear and power factor gt09 LM

79 certification for luminaireLM80 certificate for LED shall be

submitted and with other standard accessories prewired

including necessary interconnections complete in all respects

and as directed by EIC (Similar to Philips Astra or equivalent)

Recommended make of fixture Philips GE Trilux

LTRecommended make of LED NICHIA CREE PHILIPS

LUMILED OSRAM

4 c Street Light Fixture Supply and installation of 72W75W

LED Street Light fixture with High‐brightness White LEDs

sources with high transmittance flat toughed glass cover and

peanut LENS on each LEDs System luminous efficacy 100

LmsWatt 5600K colour temperature amp 70 CRI value for

ensuring good quality light output Life of at‐least 50000

hours at 70 lumen maintenance ampLED driver efficiency gt

85 Power factor greater than 095 THDlt10 amp min 3KV

surge protection with operating voltage range from 120‐270V

for ensuring lifelong high performance of luminaire the

fixture shall be made of LM‐6 Pressure die‐cast aluminium

with engraved company name amp have IK05 amp IP66 Class

protection with NABL Accredited LM‐79 amp LM‐80 Report

Mounting pole mounted upto a height of 8 meter and pole

bracket diameter of 48‐60 mm (adjustable) Recommended

make of fixture Trilux Philips GE LTRecommended make of

LED NICHIA CREE PHILIPS LUMILED OSRAM

5 Street Light Pole Providing and installation of hot dipped

galvanized swaged tubular 9‐meter‐long with planting depth

15 metersiexclbrvbar street light poles The effective length of each

section shall be‐ bottom 5 meters middle 2 meters and top 2

meters The outside dia and thickness of pole shall be

Tender No SCLPS52019E0156401 31

minimum 11430x440mm 889x4085mm 761x325mm

respectively as required The pole shall be provided with

necessary bracket (inclination 105115 degree length 15

meter dia 45 mm ) for mounting upto 72 W LED street light

fixture Each pole shall have a weather proof

loopingterminal box clamped at 550 mm above ground level

along with a suitable earth terminal The looping box shall be

provided with a suitable Power terminal arrangement to loop

4C x10sqmm size cable and MCB5A fuse cut‐out A base

plate 300 x300x10mm shall be welded to the bottom of the

pole Both underground cable and GI earth wire shall be

terminated at the terminal looping box in the looping zone

Further wiring to the light fixture shall be done with three

core flexible copper wire (2core for power supply and third

core for earthing)GI tubular pole shall be installed in cement

concrete 136 (1 cement 3 coarse sand 6 graded stone

aggregate 40 mm nominal size) foundation including

excavation and refilling etc Party to cast 2 run of 32 mm MS

conduit for cables upto a height of 550mm from ground level

for loop in loop out of cable The civil work for street light pole

foundation forms a part of installation of the work and will be

done by the party as required for commissioning of lighting

poleFor earthing of street light poles coilspiral earthing

using 8 SWG GI wire shall be used The GI wire shall be buried

to a minimum depth of 15 m with excavation refilling of

earth and connecting GI wire to pole using GI bolt and nut

complete as per requirementMake of Pole Reputed make

with ISI mark Note Party shall submit Drawing of the street

light pole for SCL approval before start of manufacturing

6 Cables wire conduit earthing Switchboards

SwitchesSockets etca Cables The scope includes the Supply

and installation of XLPE insulated overall FRLS PVC outer

sheathed AlCu armored cable on wallsurfacesoilexisting

Tender No SCLPS52019E0156401 32

cable tray as required for MCC Panel and MCB DBs as per the

detailed specification and quantity in this document All

necessary hardware for installation of cable like cable tie

clamps tags etc is in the scope of Contractor Contractor to

ensure that cable laid on the cable tray is properly clamped

with GI clamps and cable is properly secured on cable tray b

Wire The scope includes the Supply and installation of FRLS

Copper wire of different size quantity amp Specification for

power distribution and lighting and power etc as per the

requirement c Conduit The scope includes the Supply and

installation of ISI makes MS Conduits of different size as per

Specification for power and lighting distribution switch

sockets etc as per the requirement Flexible conduit shall be

of GId Cable tray The scope includes the supply and

installation of GIMS cable trays as per specificationse

Earthing The scope includes the supply and providing

earthing for Panels DBs cable trays light fixtures and poles

flameproof accessories fire panel speakers exhaust fans etc

matching the specifications given in this tender documentf

Lightning protection The scope includes the supply and

providing earthing for lightning protection of the building as

per the IS 2309 specification and quantities as per the BOQ

The scope includes horizontal and vertical runs earth pits test

point earthing of building periphery for contour etcg Rack

earthing The scope includes the supply and providing

earthing for racks as per specificationsh Switchboards and

SwitchSockets The scope includes the Supply and installation

of different size of flameproofnon‐flameproof Switchboards

and switchsocket for Lighting Power Distribution as per

specificationi MSGI Conduits flexible GI conduit earthing

materials doublesingle compression brass cable glands

cable lugs (Al amp Cu as required) cable ties cablewire

identification tags required for the installation and

maintenance of trouble free operation of the downstream

Tender No SCLPS52019E0156401 33

system and accessories are covered under this specificationj

MS junction box conduit along with all related accessories as

per specification

TECHNICAL SPECIFICATION‐2

Item Specifications ‐II

Sl No Specifications Compliance

(Yes No)

Offered Specifications Remarks

1 Electrical Panel SpecificationGeneralaPanel shall be

fabricated as per IEC 61439 part 1 amp 2 bPanel shall be indoor

metal clad air insulated floor mounted extendable to side

single front construction front wired front

connectedcMinimum thickness of sheet metal used shall be

2 mm and panel shall confirm to IP54 protectiondThe

working height of the Panel shall be limited as per standard

engineering practicese The design should be fully

compartmentalized with metal partitions between

compartments All doors shall be gasketed Each vertical

section shall have removable back coverfAll switches push

buttons lamps indicating instruments shall be flush

mountedgA full height vertical cable chamber with cable

supports shall be provided in each section to facilitate unit

wiring Cable chamber shall be sized to accommodate all cable

and shall have removable covers A horizontal wire way

extending the entire length shall be provided at the top of

panel for inter panel wiringhPanel shall be with minimum

75mm high base MS channel frameiThe panel shall undergo

seven tank or better process as per relevant IS

standardsjLifting hook shall be provided at each section for

easy transportationkDifferent compartment of the panel

shall be provided with dust proof type air filter louvers

explosion vents or similar safety arrangements in the panels

Tender No SCLPS52019E0156401 34

to let out gases under pressure generated during event of any

fault inside the panellPanel shall have pocket for the Panel

drawing in the incomer section

2 Busbar and Bus TapsaThe main bus and connections shall be

of high connectivity AluminiumAluminium alloy sized for

specified current ratings with maximum temperature limited

to 85amp778 C ie 35amp778 C rise and ambient 50amp778

bSeparate vertical bus bars shall be provided for each vertical

panelcAdequate contact pressure shall be ensured at bus

connections by means of two bolt connections with plain and

spring washers and lock nutsdBus bar and connections shall

be fully insulated for working voltages with adequate

phaseground clearances Insulating sleeves heat shrink type

for bus bar and shrouds removable type joints shall be

provided Bus insulators shall be flame retardanteBus bar

shall be color coded for easy identificationfBusbar should be

connected in such a way that it can be dismantledassembled

while separating different section of the panelgShrouds of

transparent sheet on the exposed bus in cable alleys for

adequate safety measurehBus bar Conductor shall be

confirming to IS‐5082iMinimum clearance (PH‐PH PH‐N and

PH‐E) between Bus bars shall be maintained as per latest

ISjBus Bar supporting Material shall be of

SMCDMCkMaterial of Aluminium Bus bar shall be of E91

gradelBus bar shall be protected from the transparent

insulated material for stand safety point

3 3Control ModuleaFixed type control module shall house the

control components for a circuitbThe equipment layout shall

provide sufficient working space in between the components

and subject to SCL approval cEach control module shall be

equipped with ACDC potential free Relays (230V AC24V DC)

Contactors etc for seamless interface of the operation of

Drives from FCMS (PLC)dVendor to provide the potential free

Tender No SCLPS52019E0156401 35

contact to facilitate local operation from MCC and remote

operation from FCMSPLC Vendor shall provide with each

drive module automanual selector switch and each drive

module shall be wired up to the terminal block for localauto

selection ON OFF trip feedback to SCLrsquos control station and

ONOFF command room FCMSPLC as welleMCC panel and

LPBS shall have selector switches for MCCLocal and

LocalRemote selection respectively Control (OnOff) of the

Drivesheaters will be as per following selection If selector

switch (SS) at MCC is selected to MCC ONOFF operation can

be done from MCC only irrespective of position of SS at LPBSIf

selector switches both at MCC amp LPBS are selected to LOCAL

ONOFF operation can be done from LPBS onlyIf SS at MCC is

selected to LOCAL and SS at LPBS is selected to REMOTE

ONOFF operation can be done from FCMS only

4 VFDVFD shall be of Allen Bradley PF400 series having

redundant Control Net communication option as well to

communicate with the existing Facilities Control amp Monitoring

System (FCMs) Control Net Bridge Coaxial Straight T‐Tap

1786‐TPS must also be supplied along with VFDs Line

reactorchoke of suitable rating shall be connected before the

VFD

5 Thyristor based Heater ControlaDYDAC Make Thyristor

power controller Type 3003 or equivalent rating 85kW

Control input 4‐20mA Thyristor input supply 415VAC (3‐Ouml)

Thyristor output supply 415VAC (3‐Ouml) which shall be provided

by the vendor in a separate compartment of the MCC 4‐20mA

Control signal from the heater PID will modulate the thyristor

controller output to maintain the fresh air temperature at set

value Heater ON and OFF set points shall be adjustable in the

SCADA in FCMSbThyristor controller run command run

feedback 4‐20mA modulating signal shall be wired up to the

terminal block in the cable alley in the MCC Thyristor

Tender No SCLPS52019E0156401 36

Panelcompartment shall be complete with inter module

control and power wiring 220V AC supply shall be drawn from

one of the phase and neutral of the incoming 415VAC and

connect to the Thyristor supply terminals through MCB

Circuit breaker lsquoswitch ONrsquo and Thyristor control unit lsquoRUN

commandrsquo will get activated from FCMS if air temperature is

below ON set point Circuit breaker lsquoswitch OFFrsquo and Thyristor

control unit lsquoRUN command withdraws will get activated

from FCMS when temperature becomes above OFF set point

6 Fire Suppression system amp Fire Protection systemPanel shall

be equipped with required materials such as fire suppression

cylinders filled with fire suppression agents Fire detection

tubes Heat sensor tubes end of line adaptor with gauge

electrical Relays differential pressure valves etc to provide

the fire suppression and fire protection system in cable alley

and bus bar chambers of the electrical panel

7 MCCBaThe MCCBs should be extra current limiting type with

trip time of less than 10 m sec under short circuit conditions

The current limiting action should be achieved with repulsion

principle The MCCBs should preferably have an anti‐reclosing

featurebThe MCCBs should be 3 or 4 poles as per SLDcThe

MCCBs should have a Service short circuit breaking capacity

(Ics) of not less than 35 kA rms at 415 Volts 50Hz AC for

incomer The service breaking capacity should be equal to

ultimate breaking capacities (Icu) (ie Ics= Icu=100)dThe

release should be thermal magnetic having adjustable

overload and short circuiteSwitches shall be triple pole air

break AC23 motor duty for motor starter feedersfCubicle

doors of incoming and outgoing shall be mechanically

interlocked with switchgear to prevent unintentional openings

of the door while the unit is in energized condition However

defeat interlock provision is also to be providedgAll incoming

and outgoing feeders shall be provided with bolted disconnect

Tender No SCLPS52019E0156401 37

link for isolation of neutral if necessary Selector switches

shall be of rotary typehThe MCCB shall be provided with

rotary drive kit spreader terminals and ONOFFTrip (MCCB)

position of switch handle to be clearly markediDuct Heater

MCCB shall be motorized to control (ONoff) from FCMSjFor

incomers it should be EDO microprocessor based

communicable MCCB (35 kA or above) with numerical

releases for OL SC amp EFR (With mechanical and Electrical

interlocking for operation of only one ACB at any point of

time)

8 MPCBaThe MPCBs should be of 3 pole air break type AC3

Duty continuous rating as specifiedbMPCBs should have at

least 1NO+1NC contactcThese should have trip indication

test trip functiondThe release should be thermal magnetic

having adjustable overload trip settingeThe service breaking

capacity should be equal to ultimate breaking capacities (Icu)

(ie Ics= Icu=100)fThe MPCBs should be suitable for din rail

type mounting

9 Capacitor Bank Supply and installation of Capacitor Bank ‐

Box Type Dry construction Conforming to IS 13340‐41IEC

60831 440V 50Hz Rated Current (In) as per Load Heavy

Duty Dielectric MPP Low loss type with overall loss lt

05WkVAR Delta Connection with Discharge Device

10 ContactoraThe contactor shall be 3 pole air break type AC3

Duty continuous rating for motor starter feeders with non‐

bouncing silver silver alloy contactsbContactor shall be of

electromagnetic type rated for uninterrupted duty as per

relevant standards and also suitable for capacitor duty

cContactor shall be provided with adequate auxiliary contacts

rated for 10Amps 240VAC for interfacing with control

schemedContactor coil rating shall be minimum pick up of

85 of rated voltage and minimum drop out of 75 rated

Tender No SCLPS52019E0156401 38

voltage

11 Control and IndicationsaPush buttons will be heavy duty oil

tight and push to actuate type with integral plate marked

with its functionbEach push button shall be provided with

2NO+2NC contacts rated for 10Amps 240VACcLamps shall

be LED type rated for 240V AC Lens and lamps shall be

replaceable from the front dThe control supply shall be

through a 415V230V transformer and the vendor shall

provide 1 no 415V230V transformer for the same Vendor

shall also provide Power module for 24V DC Supply for the

operation of heaters control module

12 MetersaAll indicating instruments shall be digital

Switchboard type with accuracy class +‐ 2 full scalebMFM

of suitable rating shall be used in the incomer

feedercSelector switches shall be furnished at outgoing

feeders as per SLD for ammeterdAmmeter shall be of analog

type flush mounted industrial pattern of size 96x96 mm with

accuracy class 10 eMultifunction meter shall be of digital

type flush mounted industrial pattern of size 96x96 mm with

accuracy class 10 as per IEC 6205253 suitable for

measurement of Current Voltage Power Frequency Power

factor Energy and ready port to communicate with FCMS

through RS 485 The Meter should have Modbus

communication port as well

13 CT (Current transformer)CT will be cast resin type rated 15VA

or more burden with Maximum accuracy limit of class 1

14 Secondary wiringaPanel shall be fully wired at the factory to

ensure proper functioning of control and protectionbFuse

and links shall be provided to permit individual circuit

protection from bus wires without disturbing other circuits All

spare contacts of relays push buttons and other devices shall

Tender No SCLPS52019E0156401 39

be wired up to terminal blockscWiring shall be done with

flexible 25sqmm copper 1100V grade PVC insulated

switchboard wires Each wire shall be identified at both ends

with permanent markers bearing wire numbers as per wiring

diagramdWire termination shall be done with crimping type

connector with insulating sleeve

15 Powercontrol Terminal BlocksaTerminal block shall be 660V

grade box clamp type with marking strips similar to ELMEX 10

mm2 or equal for ControlbTerminal for CT secondary leads

shall have provision for shortingcNot more than two wires

shall be connected to any terminaldSpare terminals equal in

number to 20 active terminals shall be providedeTerminal

blocks shall be suitably located in cable alleysfFor Power

cable Bus Bar type cable connector (Melamine material) shall

be providedgFor Control cable heavy duty screw type cable

connector (Melamine material) shall be provided

16 Cable terminationaPanel shall be designed for cable entry

from topbEach cable shall be clearly marked at both ends

with an indestructible marker preferably a cable tag made of

Aluminium tacked with indicating cable number amp both end

feeder tags with switchboard tags Cable tags at ends of cable

shall be provided inside the gland plate as well as outside the

gland platecAll provisions and accessories shall be furnished

for termination of cables including removable gland plates

cable supports and terminal blocksdGland plate shall be

minimum 3 mm thick

17 Ground BusA GI ground bus rated to carry the maximum fault

current shall extend full length of Panel The ground bus shall

be provided with 2 bolts with GI bolt and nuts at each end to

receive 50x6mm GI flat

18 NameplateaThe nameplate of approved design shall be

Tender No SCLPS52019E0156401 40

provided for each compartment and also at the top of each

panel Nameplate shall be minimum 20x70mm and 3mm

thickbDrawing Pouch shall be provided at the incomer cable

allay

19 PaintingPanel shall be painted with light grey epoxy painted

(Siemens Gray RAL 7032) and caution notice plate shall be

fixed at the back of each vertical panel

20 Make of Switchgears aMCCBSiemensSchneiderbPush

button SiemensSchneider TekniccSelector

SwitchSiemensSchneider Teknic

dFuseSchneiderSiemenseTimerSiemensSchneiderfContro

l TransformerAEIMPIndcoilgTerminal

BlockElmexConnectwellFTChMeters Conzerv LampT

AEiCTs amp PTsKappaAutomatic

Electric(AE)NippenjContactorsSchneiderSiemenskIndicatio

ns SiemensSchneider

TekniclRelaysSchneiderSiemensPLAmMCBSchneiderSiem

ensnCooling Fan

RexnordSunonoVFDsAllen bradlypThyristor moduleDYDAC

qRCBOSiemensSchneiderrMCB

DBSiemensABBLegrandsLine reactorchokeAllen

BradleytCapacitor BankNeptune Schneider Siemens

21 Local Push Button Station (LPBS)The Scope includes supply

and installation of LPBS for Chiller Pumps AHUs Heaters as

per the BOQ and detailed specification given below aLPBS

shall be indoor metal clad air insulated wallAngle frame

mounted as required single front construction front wired

front connected hinged lockable door LPBS for Chiller Pumps

system shall be suitable for outdoor installationbMinimum

thickness of sheet metal used shall be 2 mm and panel shall

conform to IP54 protection for indoor installation and IP65 for

outdoor type LPBScAll switches push buttons with indicating

Tender No SCLPS52019E0156401 41

LED lamps indicating instruments shall be flush

mounteddThe LPBS shall be used for remote operation of

drives Equipment and HeaterseTo facilitate the localremote

operation LPBS shall have LocalRemote selector switch and

provided with Start push button lockable Stop push button

ammeter of suitable range Terminal Block and lockable

Emergency off Switch etc fLPBS shall be equipped with AC

(230V)DC (24V) Relays Contactors etc for seamless interface

of the operation of Drives from FCMS (PLC)gLPBS should be

suitable for wall mounting and provided with necessary

mounting arrangementhWiring shall be done with flexible

25sqmm copper 650V grade PVC insulated switchboard

wires Each wire shall be identified at both ends with

permanent markers bearing wire numbers as per wiring

diagramiWire termination shall be done with crimping type

connector with insulating sleevejGland plate shall be

minimum 3 mm thickkThe nameplate of approved design

shall be provided for each compartment and also at the top of

each panel Nameplate shall be minimum 20x70mm and 3mm

thicklLPBS shall be painted with light grey epoxy painted

(Siemens Gray RAL 7032)

22 Make of Electrical panel As per DOS Approved Panel

manufacturer list (attached)

TECHNICAL SPECIFICATION‐3

Item Specifications ‐III

Sl No Specifications Compliance

(Yes No)

Offered Specifications Remarks

Tender No SCLPS52019E0156401 42

1 Fire Detection System Scope for fire detection system

includes supply installation testing commissioning of Fire

panel Addressable Fire detection devices Manual Call Points

Addressable loop sounders Switch Monitoring unit (SMU) UV

IR sensor for detection of methanol flame Cable MS junction

boxes for loop in loop out of cable as per specifications and

integrating the same with existing repeater panel as per the

requirement The detailed specifications for the different

component of fire deduction system are as follows

2 A Multi‐sensor Detectors The smoke detectors shall be multi‐

sensor (heat and smoke) detector with isolator suitable for

detecting a wide range of smoke from slow smoldering and

fast flaming fire The detector shall have following features

bullSolid state addressing arrangement in combination with a

hand held programmer to configure the sensor

addressbullElectronics free mounting basebullTwin alarm LEDs for

360 Degree viewing and shall have blinking LED facilitybullThe

sensor shall have s removable chamber for ease of cleaning or

replacementbullAutomatic compensation for smoke sensor

contaminationbullShall have a built in test facility which allows

the fire alarm control panel to adjust the alarm threshold

levels to compensate for contamination and shall have a

maintenance alarm display when threshold can no longer be

adjustedbullOperating temperature ‐ 10 DegC to 50 DegC and

operating RH at 40 DegC‐95 RH

3 B Manual call stations Manual Call Stations should have in

built monitor module and pressbreak and resettable

capability constructed of high impact LEXAN sheet with clearly

visible operating instructions on the cover and the word FIRE

shall appear on front and suitable for surface mountingflush

mounting complete as required

Tender No SCLPS52019E0156401 43

4 C UV IR SensorThe UV‐IR flame detector shall operate on 24

VDC 0‐24mA current output suitable for detection of

Methanol flame with automatic built in test for reliable

operations and suitable for installation in Hazardous area zone

1and 2 with Class I Division 12 Gas group A B C The detector

shall not be susceptible to environmental conditions to

generate false alarms The entire system shall be rated for IP

66 or better and supplied with suitable mounting bracket The

system shall comply to the detailed specifications as listed

belowbullDetection Technology UV ‐ IR Electro‐optical

detectionbullDetection range 75 meterbullField of View greater

than equal to 90deg Both Horizontal and verticalbullResponse

Time less than equal to 5 secondsbullBuilt in Test Automatic

bullOperating Temperature Range 0 to + 75degCbullOperating

Humidity Range Continuous 95 non‐condensingbullAnalog

Output signal 4‐20mAbullAlarms amp Fault Normal 4 mA Fault

02 mA Alarm 20 mA + 10 verifiedbullOperating voltage 24

VDC ( 18‐32VDC)bullPower consumption Vendor to specify for

Standby and Alarm conditionbullSensor Calibration

Verification Sensor calibration as per OEM for certified

performancebullSensor Life 2 Years (minimum)bullSensor

Calibration vendor to carry out sensor calibration at site and

submit calibration certificate valid for one yearbullRFI EMI

SusceptibilitybullRequired EN 616326‐3 and EN 6100006‐3 or

equivalent IP protectionbullIP protection IP 66 or betterbullFault

Diagnostic Sensor Fault (end of life) other informationbullSelf‐

Check Test Automatic during start‐upbullHousing SS 316

Epoxy Painted Aluminium die castbullStart‐up Time Vendor to

specifybullApprovalcertification PESO and ATEX ‐ Ex d IIC C

Class 1 Div 12 Group A B C DNote Vendor shall arrange

the 230V AC to 24V DC Power supply module along with half

an hour Battery Back up in MS powder coated Enclosure

Input Power supply (230V AC) for Power Supply module shall

Tender No SCLPS52019E0156401 44

be provided by SCL

5 D SMU Unit for UV IR sensor Supply installation testing and

commissioning of Switch Monitoring Unit (SMU) to configure

the UV IR sensors with fire detection system as requiredE

SoundersAddressable Sounders shall be loop powered with

all fixing materials complete as required The sound level shall

be 100dB (A)

6 F Fire Alarm Control Panel (FACP) bullFACP shall be of 2

loopsbullFACP shall be suitable for 230V 50 Hz AC supply and

detectors shall be powered using FACP based detection

circuits Devices shall receive power and communication from

the same pair of conductorsbullFACP shall provide for resetting

detectors fault isolation and sensor loop operationbullFACP

shall be suitable for mixing different fire devices and beam

smoke detectors within the same loop to optimize field

wiringbullFACP shall have alarm indication of individual sensors

detector trouble alarm indication for dust accumulation The

panel shall check detector once in every 24 hours for

contamination for this purposebullThe FACP shall regularly

supervise all the sensors and devices on the loop and initiate

fire or trouble alarm whenever requiredbullFACP shall have 2

wire circuits to connect minimum of 126 addressable devices

per loopbullFACP shall be with repeater interface and suitable

24V battery with built in software and 2 x 40 character

alphanumeric LCD display and necessary front panel control

keys FACP shall display the date time and description for

Analog sensors to indicate alarms and trouble

situationsbullFACP switches shall allow authorized personnel to

accomplish the following ‐bullInitiate a general alarm

conditionbullSilence the local audiblebullSilence the alarm

signalsbullReset all zonespointsbullFACP shall have walk test

facilitybullShall have facility for programming from the key

board or utilizing PC set up software via laptopdesk top

Tender No SCLPS52019E0156401 45

computerbullShall have memory data for panel configuration

and operation reside in non‐volatile memory (EPROM)bullFACP

shall have facility for speech processor (to record pre‐

recorded message of 20 S) and also have Auto Dialer facility

(can dial up to 8 different lines)bullAll addressable units shall be

connected to the FACP through the loop cards and shall be

addressed though individualized numbers The FACP shall be

able to obtain analog value for all detectors in the circuit

through a pulsed digitized current data The FACP shall be

able to analyze all analog inputs from all addressable units

and though its own software and ambient level screening the

FACP shall be able to identify fire possible fire or fault

conditions The unit supervision shall be dynamic and

continuousbullThe FACP shall itself have all loop cards in it No

isolated mother board or transponder shall be

consideredbullShortopen circuit units shall also be reported at

the FACP in such cases the system through the use of fault

isolators shall be able to isolate that segment between the

two fault isolators The missing DetectorsDevices shall also

be reported to the FACP with identification of the

locationbullThe FACP shall have the facility to set smoke sensor

sensitivity remotely to either high sensitivity manually or on a

pre‐programmed sequence (Ie DayNight) period When an

alarm condition is sensed at the FACP from a smoke or heat

detector a delay timealarm verification period shall be

started If the sensor is still in alarm after the delay time

expired an alarm condition is reported The delay time shall

be adjustable from 0 to 990 secondsbullThe FACP shall have

either an in‐built or external printer coupled to the FACP

which shall log all events with time The printout shall clearly

indicate the event‐FirePre‐AlarmFault etc with the unit

address and timebullThe FACP shall also be able to discriminate

between false alarms and fire conditions as well as priority

selection of alarm in case alarm activities in two or more

Tender No SCLPS52019E0156401 46

remotely located units simultaneously In such cases the

Manual Call stations shall have the highest prioritybullThe FACP

shall also be able to actuate switches automatically in case of

Fire condition of AHUs and power supply or other system such

as piped pressurized gas supplybullThe system shall be fail safe

and adequate safe guards should be under taken that in the

event of a failure of a part of the system it shall not handicap

the complete system The loop cards shall be of Modular

constructionbullThe FACP shall have its own battery backup of a

minimum of 48 hours in normal run and then half an hour in

alarm condition The backup time calculation shall be done as

per TAC standards The Battery shall be 2 x 12V (24V) DC and

of sealed maintenance free type housed inside the FACPbullIt

shall be able to withstand temperature variations from 0

Degree Centigrade to 55 Degree Centigrade Further Relative

Humidity (non‐condensing type) up to 93 shall not hamper

its performance The voltage rating shall be from 17V DC to

31V DC though the voltage may be change depending upon

the working voltages of a proprietary FACPbullThe FACP shall be

totally enclosed dust and vermin proof type made of

minimum 16‐gauge dust inhibited sheet with even baked

finish The FACP shall be of completely solid state designbullThe

logic circuitry shall be based on high noise immunity solid‐

state hardware employing modular construction Logic cards

shall be of epoxy fiber glass constructionbullThe FACP shall have

EN 54ULFM approvalbullThe panel shall have an extra loop

card to serve as standby in case of burnout or malfunctioning

of any operating loop cardsbullThe FACP shall be capable of

being networked (future expansion) with other similar FACPs

located at different locations of SCL premises through a single

RS 485 busbullThe FACP shall have provision for interfacing with

the Public Address System

7 G Repeater panelScope comprises of supply and installation

Tender No SCLPS52019E0156401 47

of Repeater Panel which display fire fault message

simultaneously with the FACP bullIt shall be capable of

interfacing with the FACP on a single RS 485 Bus bullThe panel

shall be capable of operating on 24V DC supplybullThe

independent 24V DC supply source to be installed in MS

cubicle Box duly powder coated paint along with repeater

panelbullThe panel shall have 2 x 40‐character backlit display

which shall display date time and description of alarm

trouble events are that displayed in the panel shall be

powered from the FACPbullIt shall have control keys for sound

silence mute and to reset the FACP from the repeater

stationsbullThe repeater panel shall have the following LEDs

indicationsbullSupply bullFault bullMute bullSilent bullDisabled

bullFire

8 H Fire CableSupply and installation of 2Cx15mm2 Copper

extruded PVC inner sheath armored and overall FRLS PVC

outer sheathed 11 KV grade as per IS 7098 (Part I bearing ISI

certification) on existing cable traywallsoft soilhard soil as

required

9 I Fire Cable terminationSupplying and making end

termination with brass compression gland and copper lugs for

2Cx15mm2 Copper cable in MS Box of Size 4X4 installed

above the false ceilingwallsurface as required

10 J Junction Box for Fire devicesSupply installation testing and

commissioning of MS painted box Size 4X4 with ELMEX type

terminal block for loop in loop out of 2c x15 sq mm copper

armored cable and connection to the fire detector device on

wallsurfacerecess including wall cutting and providing

necessary hardware for mounting fixing including all

material for fixing as required

Tender No SCLPS52019E0156401 48

TECHNICAL SPECIFICATION‐4

Item Specifications ‐IV

Sl No Specifications Compliance

(Yes No)

Offered Specifications Remarks

1 A NetworksLAN The detailed specification for the network

rack switch cable cords IOs face plates etc and the

required accessories shall be as below CAT 6A or better cable

shall be laid in the PVC Conduit The detailed specifications

for the different component of networksLAN are as follows

2 bull Rack Supply installation testing and commissioning of UL

listed modular type 12U network rack with front glass door

and rear perforated door floor mounted Size 550x550 with

1 No of 5 port Octagonal PDU 515Amp with MCB and Fan

Tray with minimum 2 Fans The rack should have provision of

2 nos of cable manager duct type 1U and 2 vertical manager‐

concealed type Rack should be three sides openable with

front glass door and rear perforated door and provision of

cable entry from top and bottom both with proper earthing

kit as requiredRecommended Make Rittal Netrack

Schneider Valrack

3 bull Network Switch Supply amp installation of Network Switch in

Network Rack with the following specification as belowSwitch

shall haveamp61607Port Density Minimum 8 101001000

BaseT Ports amp 4‐1G SFP Ports ready for use with SFP module

Ports shall support PoE on all ports with PoE budget of

180Wamp61607Architecture Stand‐alone rack

mountableamp61607Bandwidth minimum 56Gbps of

switching bandwidth to support above listed ports in non‐

blocking configurationamp61607StackableScable support for

Tender No SCLPS52019E0156401 49

stacking multiple switchesamp61607Stacking backplane

bandwidth Access switch shall have additional port(s) for

providing minimum 40 Gbps stacking bandwidthamp61607L2

Features 8021x authentication spanning tree

etcamp61607Networkjflowsflow or equivalent provision for

Networkjflowsflow or equivalent supportamp61607Network

Management support Network Management through

command line interface (CLI) SNMP v1 v2c v3

httpsamp61607IPv6 Readiness IPv6 Readiness from day

1amp61607RegulatorySafety confirming to UL60950 amp

EN60950amp61607EALNIAP certified Model No shall be EAL

or NIAPNDPP certifiedRecommended Make Cisco Juniper

HP Brocade dell

4 bull CAT 6A Cable Supply and installationlaying of category 6A

or better 4 pair shielded cable UFTP or FUTP in PVC

Conduit sheath type low smoke zero halogen (LSZH) with

transmission properties amp electrical properties tested

minimum up to 500MHz amp verified by ETL amp comply with

ANSITIAEIA‐568‐C2 amp ISOIEC 11801 Recommended make

Commscope Schneider Molex Siemon

5 bull Patch Panel Supply installation testing and commissioning

of CAT6A PatchJack Panel of 24 Port fully loaded in Network

rack with port identification number with self‐adhesive clear

label holder Each portjack on the panel should be

individually removable on field from the panel and have

integrated rear cable management metallic shelf and have a

separate provision of grounding Recommended make

Commscope Schneider Molex Siemon

6 bull Patch Cords (1 meter) Supply installation testing and

commissioning of Patch Cords Cat 6A shielded 1 meter in

Network rack with 4 pair shielded copper wire factory pre

terminated with shielded RJ45 plugs Aluminumpolyester

Tender No SCLPS52019E0156401 50

shield screen material with low smoke Zero halogen sheath

comply to TIA‐568‐C2 Cat 6A in IOs of Network

RackRecommended make Commscope Schneider Molex

Siemon

7 bull Patch Cords (3 meter) Supply installation testing and

commissioning of Patch Cords Cat 6A shielded 3 meter in

Network rack with 4 pair shielded copper wire factory pre

terminated with shielded RJ45 plugs Aluminumpolyester

shield screen material with low smoke Zero halogen sheath

comply to TIA‐568‐C2 Cat 6A at field side Recommended

make Commscope Schneider Molex Siemon

8 bull Information outlet Supply and installation of Shielded Cat

6A information outlet UFTP or FUTP compliance to category

6A or better TIA568C2‐500MHz at field sideRecommended

make Commscope Schneider Molex Siemon

9 bull Face Plate (Dual) Supply and installation of single gang

square face plate (Dual) and SMB Box with a provision to

support variety of jacks‐ UTP STP etc at the field

sideRecommended make Commscope Schneider Molex

SiemonbullFace plate (single) Supply and installation of square

face plate ( single) with a provision to support variety of jacks‐

UTP STP etc at the field sideRecommended make

Commscope Schneider Molex Siemon

10 bull SMB Box Supply and installation of SMB Box for face plate

(DualSingle) as required Recommended make Commscope

Schneider Molex Siemon

11 bull Other Accessories amp61607Supply and Installation of

25mm electrical grade ISI mark PVC Conduit in

wallfloorslabsurface including wallfloor cutting and

making good the same as required Recommended make

Reputed ISI Markamp61607Supply and installation of OFC SM

Tender No SCLPS52019E0156401 51

OS2 Cable in existing 32mm HDPE pipe as

requiredamp61607Supply and Laying of 32mm HDPE pipe

direct in ground including excavation sand cushioning

protective covering and refilling the trench including standard

cable route marker etc as requiredamp61607Supply and

installation of SC simplex single‐mode LSZH pigtail 1m as

requiredamp61607Supply and installation of adaptor plate

with 3 SC duplex SM adaptors as requiredamp61607Splicing of

OFC as per Core as requiredamp61607Supply and installation

of accessories for making the Chamber Pit‐ 1Mtr Depth with

Lid for housing OFC as requiredamp61607Trenching of

HardSoft Soil as required

12 B Paging The scope includes supply installation testing and

commissioning of Supply and installation of IP 65 or better

explosion proofWP loud speaker anticorrosive powder

coated red (RAL‐3000) suitable for Zone I amp II Class II C

Hardware SS304 as per IS2148 and equivalent to model FLSR

25 of Baliga with necessary support gland as required and

installing the same on wallsurface with GI supports as

required and connecting the same with wire The Scope also

includes supply and installation of 2Cx15mm2 FRLS armored

and PVC sheath twisted pair wire their termination tagging

glanding earthing etc as required for speakers and other

accessories requires for smooth commissioning of the paging

system

Vendor Specificied Terms

Description Vendor Terms

Tender No SCLPS52019E0156401 52

1Delivery Term

Prices shall be quoted on F O R destination basis ie S C L S A S Nagar Mohali

Punjab exclusive of GST and taxes as may be applicable

2 GST

Purchaser is entitled to concessional GST of 5 as per Ministry of Finance

Department of Revenue Notification No 472017 Integrated Tax (Rate) both

dated 14th November 2017 respectively and would accordingly issue Exemption

Certificate in favour of the contractor quoting in Indian Rupees The bidder

should take note of the same while quoting the prices in Indian Rupees GST on

installation services shall be applicable 18

3 DELIVERY SCHEDULEPERIOD OF COMPLETION

The time allowed for supply installation testing and commissioning of the entire

works shall be 06 (Six) months to be reckoned form the 7th day of issue of

purchase order

4 IMPORTANT

This being a two part Tender Technical and Commercial parts separate the

bidder should not attach any document(s) containing pricing information with

technical part The Contractor will provide Un priced commercial offer in

envelope 1 (Technical Part) as an attachment

The tenders containing price information in Technical Part will be treated as

unsolicited offers and rejected Contractor to confirm that Price bid is not

attached in Envelope 1 ie Technical Part

Priced Commercial offer if any should be attached in Envelope 2 (Price Bid)

under Supporting Documents from Vendor (Commercial) as an attachment

5 The prices shall remain firm until completion of entire project including

extended period if any No cost escalation shall be applicable for the work

Tender No SCLPS52019E0156401 53

6 SECURITY DEPOSIT

a) On acceptance of the tender the Contractor shall submit security deposit for

ten percent (10 percent) of the value of the Contract within 15 days from the

date of purchase order If the Contractor fails toprovide the security within the

period specified such failure shall constitute a breach of the Contract and the

Purchaser shall be entitled to make other arrangements for the re purchase of

the stores contracted at the cost and risk of the Contractor

b) Security Deposit shall be submitted through Demand Draft Bankers Cheque

fixed deposit receipt or Bank Guarantee from any of the Scheduled Banks

executed on nonjudicial stamp paper of appropriate value and shall be valid for

a period of sixty (60) days beyond the date for completion of the Purchase

OrderContract

c) In case the contractor fails to furnish the security deposit within the specified

date or extended due date the Purchase OrderContract shall be cancelled and

in addition appropriate penal action may also be considered

d) After the Purchase OrderContract is successfully executed in all respects the

Bank Guarantee towards Security Deposit may be discharged and retained

amount shall be refunded to vendors

e) In the event of non execution of the Purchase orderContract or breach of any

terms and conditions of the Purchase Order the Security Deposit shall be

forfeited

7 Warranty

The Contractor shall provide for the tendered job comprehensive warranty for

parts as well as labour for a period of 12 months from the date of successful

installation commissioning and testing of the system at Purchasers site at no

extra charges against any manufacturing defectfaulty workmanship In case any

defect arises during warranty period the Contractor should replacerectify the

same at its own cost at siteworks

The LED light fittings and its driver unit etc shall have warranty for a period of 5

Tender No SCLPS52019E0156401 54

years from the date of installation and commissioning

8 Warranty Replacements

All replacement parts if any shall be supplied by the Contractor free of cost on F

O R Purchaser site at S A S Nagar Punjab basis

9 TERMS OF PAYMENT

The payment shall be remitted as under

90 of the value of the materials supplied shall be paid within 30 days of the

receipt of the materials at purchaser site and the balance 10 amount along

with 100 installation charges shall be payable on successful installation

commissioning and acceptance of the entire project at Purchasers site against a

Performance Bank Guarantee

10 PERFORMANCE BANK GUARANTEE (PBG)

The Contractor shall furnish a Bank Guarantee (as per format given by purchaser)

from any nationalized scheduled bank for an amount equivalent to 10 of the

value of the Contract and shall be valid for a period of 60 days beyond the expiry

date of warranty period On the performance and completion of the Contract in

all respects the Bank Guarantee will be returned to the Contractor without any

interest

11 VALIDITY

The tender must be valid for a minimum period of 120 days from the date of

opening of Technical bid and 90 days after opening of Price bid

The tender where the validity period is shorter than the period specified in the

tender enquiry shall be excluded from the procurement process

12 Quantity Variation

The quantities indicated against each items in the Bill of Quantities (BOQ) are

indicative and are for the purpose of bidding only Variation in quantities up to

Tender No SCLPS52019E0156401 55

+25 percent shall be carried out by the contractor on the agreedPurchase order

(PO) rates and terms amp conditions as in the purchase order (PO)

13 GUARANTEED TIME DELIVERY

The time for and the date of delivery stipulated in the Purchase Order shall be

deemed to be the essence of the Contract Delivery must be completed within

the date specified therein

14 Extra Items

In case of extra items (that are completely new and are in addition to the items

contained in the contract) the contractor may claim rates supported by proper

analysis and purchaser engineer in charge of the work shall after giving

consideration to the analysis of the rates submitted by the contractor determine

the rates on the basis of market rates and the contractor shall be paid in

accordance with the rates so determined The contractor(s) profit amp OH shall be

factored in the rate analysis 15

15 CONSIGNEE

Sr Purchase and Stores Officer (Stores)

Semi Conductor Laboratory

Sector 72 SAS Nagar (Mohali) Punjab

India 160 071

16 INSTALLATION AND COMMISSIONING

Installation commissioning and demonstration of performance of the tendered

stores as per Purchaser tendered specifications shall be carried out by the

Contractor at Purchaser site at S A S Nagar Punjab India

The Contractor shall provide in advance guidelines for preparation of the

installation site and list of items to be supplied by Purchaser during installation

Tender No SCLPS52019E0156401 56

On receipt of intimation from the Purchaser the Contractor shall depute its

engineer(s) to Purchaser site within two weeks to carry out installation and

commissioning and will demonstrate the functionality of the tendered

equipment to Purchaser specifications as per mutually agreed acceptance

procedure The Contractor shall be responsible for any lossdamages sustained

due to delay on the part of the Contractor to send its engineer for installation

and commissioning

Failure to commission the tendered equipment successfully shall entitle

Purchaser to full refund of the payment made and the interest thereon Decision

regarding successful installation and commissioning shall rest solely with the

Purchaser

17 REJECTION

In the event that any of the stores supplied by the Contractor is found defective

in material or workmanship or otherwise not in conformity with the

requirements of the Contract specifications the purchaser shall either reject the

stores or request the Contractor in writing to rectify the same The Contractor

on receipt of such notification shall either rectify or replace the defective stores

free of cost to the purchaser If the Contractor fails to do so the purchaser may

at his option either

a) replace or rectify such defective stores and recover the extra cost so involved

from the Contractor or

b) terminate the Contract for default as provided in this tender document

18 EXTENSION OF TIME

If the completion of supply of stores is delayed due to reason of force majeure

such as acts of god acts of public enemy acts of Government fires floods

epidemics quarantine restriction strikes freight embargoes etc the

Contractor shall give notice within 15 days to the purchaser in writing of his

claim for an extension of time The purchaser on receipt of such notice after

verification if necessary may agree to extend the Contract delivery date as may

Tender No SCLPS52019E0156401 57

be reasonable but without prejudice to other terms and conditions of the

Contract

19 DELAY IN COMPLETIONLIQUIDATED DAMAGES

If the Contractor fails to deliver the stores within the time specified in the

Contract or any extension thereof the purchaser shall recover from the

Contractor as liquidated damages a sum of one half of one percent (05 percent)

of the Contract price of the undelivered stores for each calendar week of delay

The total liquidated damages shall not exceed ten percent (10 percent) of the

Contract price of the unit or units so delayed Stores will be deemed to have

been delivered only when all their component parts are also delivered If certain

components are not delivered in time the stores will be considered as delayed

until such time as the missing parts are delivered Delivery of stores shall be

complete on Installation commissioning Testing and Acceptance

20 INSPECTION AND ACCEPTANCE TEST

The Purchasers representatives shall also be entitled at all reasonable times

during manufacture to inspect examine and test on the Contractors premises

the material and workmanship of all stores to be supplied under this Contract

and if part of the said stores is being manufactured on other premises the

Contractor shall obtain for the purchasers representative permission to inspect

examine and test as if the equipment were being manufactured on the

Contractors premises

Such inspection examination and testing shall not release the Contractor from

the obligations under this Contract

For tests on the premises of the Contractor or of any of his sub Contractors the

Contractor shall provide free of cost assistance labour material electricity fuel

and instruments as may be required or as may be reasonably needed by the

purchasers representative to carry out the tests efficiently

When the stores have passed the specified test the purchaser representative

shall furnish a certificate to the effect in writing to the Contractor The

Tender No SCLPS52019E0156401 58

Contractor shall provide copies of the tests certificates to the purchaser as may

be required

21 Labour Law Contractor shall abide by all labour laws rules and regulations

which are prevailing and as enforced from time to time and SCL shall not be

responsible for any accident or mishap during the course of the contract to any

of engineer labour employee by the Contractor The contractor shall also ensure

that the statutory obligations with regards to the employment of labour under

law are complied properly and timely

22 ARBITRATION

In the event of any disputes differences or claims arising out of or relating to

the interpretation and application of the Contract such disputes or differences

or claims shall be settled amicably by mutual consultations of the good Offices

of the respective Parties and recognizing their mutual interests attempt to reach

a solution satisfactory to both the parties If such a resolution is not possible

within 30 days from the date of receipt of written notice of the existence of such

disputes then the unresolved disputes or differences or claims shall be

referred to the Sole Arbitrator appointed by the Parties by mutual consent in

accordance with the rules and procedures of Arbitration and Conciliation Act

1996 as amended from time to time The arbitration shall be conducted in New

Delhi in the Arbitration and Conciliation Centre New Delhi (Domestic and

International) as per its rules and regulations The expenses for the Arbitration

shall be shared equally or as may be determined by the Arbitrator The

considered and written decision of the Arbitrator shall be final and binding

between the Parties The applicable language for Arbitration shall be English

only Work under the Contract shall be continued by the CONTRACTOR during

the pendency of arbitration proceedings without prejudice to a final adjustment

in accordance with the decision of the Arbitrator unless otherwise directed in

writing by the DEPARTMENT or unless the matter is such that the works cannot

be possibly continued until the decision (whether final or interim) of the

Arbitrator is obtained

23 APPLICABLE LAWS The contract shall be interpreted construed and

Tender No SCLPS52019E0156401 59

governed by laws of IndiaThe contract shall be subject to exclusive Jurisdiction

of the Court of SAS Nagar (Mohali) Punjab India irrespective of anything

mentioned in any correspondences or otherwise

24 Any Other Term

Tender No SCLPS52019E0156401 60

Supporting Documents from Vendor

Attachment ‐ I

Attachment ‐ II

Price Bid Form

Item Description Slab Range Qty UOM Currency Unit Price Total Price

Supply of MCC Panels cables

cable trays lightings etc for

electrical distribution system

including fire detection

system LAN Paging etc for

the Chemical Store building as

per detailed specifications

technical write‐updrawings

attached

‐ 1 Lot ‐ ‐ ‐

Installation Testing and

Commissioning of MCC

Panels cables cable trays

lightings etc for electrical

distribution system including

fire detection system LAN

Paging etc for the Chemical

Store building as per detailed

specifications technical write‐

updrawings attached

‐ 1 Lot ‐ ‐ ‐

Tender No SCLPS52019E0156401 61

Break‐up of other taxes and other costs should be specified in respective narration columns

Sum of these Break‐up values should be specified in respective value columns

Supporting Documents from Vendor (Commercial)

Document attachment with price bid

Attachment ‐ I

Attachment ‐ II

  • pdf_document_tndr_notc_electrical_distribution_system_051119
  • pdf_document_tndr_doc_electrical_distribution_system_051119
Page 13: -72, -160071 चंडीगढ़ के समीप पंजाब भारत...स म -क डक टर ल ब र टर /Semi-Conductor Laboratory अ त रक ष वभ

Tender No SCLPS52019E0156401 12

15 RECOVERY OF SUM DUE Whenever any claim for the payment of whether liquidated or not money

arising out of or under this Contract against the Contractor the purchaser shall be entitled to recover

such sum by appropriating in part or whole the security deposited by the Contractor if a security is

taken against the Contract In the event of the security being insufficient or if no security has been taken

from the Contractor then the balance or the total sum recoverable as the case may be shall be

deducted from any sum then due or which at any time thereafter may become due to the Contractor

under this or any other Contract with the purchaser Should this sum be not sufficient to cover the full

amount recoverable the Contractor shall pay to the purchaser on demand the remaining balance due

Similarly if the purchaser has or makes any claim whether liquidated or not against the Contractor

under any other Contract with the purchaser the payment of all moneys payable under the Contract to

the Contractor including the security deposit shall be withheld till such claims of the purchaser are

finally adjudicated upon and paid by the Contractor

16 INDEMNITY The Contractor shall warrant and be deemed to have warranted that all stores supplied

against this Contract are free and clean of infringement of any Patent Copyright or Trademark and shall

at all times indemnify the purchaser against all claims which may be made in respect of the stores for

infringement of any right protected by Patent Registration of design or Trade mark and shall take all risk

of accidents or damage which may cause a failure of the supply from whatever cause arising and the

entire responsibility for sufficiency of all means used by him for the fulfilment of the contact

17 ARBITRATION In the event of any disputes differences or claims arising out of or relating to the

interpretation and application of the Contract such disputes or differences or claims shall be settled

amicably by mutual consultations of the good Offices of the respective Parties and recognizing their

mutual interests attempt to reach a solution satisfactory to both the parties If such a resolution is not

possible within 30 days from the date of receipt of written notice of the existence of such disputes

then the unresolved disputes or differences or claims shall be referred to the Sole Arbitrator

appointed by the Parties by mutual consent in accordance with the rules and procedures of Arbitration

and Conciliation Act 1996 as amended from time to time The arbitration shall be conducted in New

Delhi in the Arbitration and Conciliation Centre New Delhi (Domestic and International) as per its rules

and regulations The expenses for the Arbitration shall be shared equally or as may be determined by

the Arbitrator The considered and written decision of the Arbitrator shall be final and binding between

the Parties The applicable language for Arbitration shall be English only

Work under the Contract shall be continued by the CONTRACTOR during the pendency of arbitration

proceedings without prejudice to a final adjustment in accordance with the decision of the Arbitrator

unless otherwise directed in writing by the Purchaser or unless the matter is such that the works cannot

be possibly continued until the decision (whether final or interim) of the Arbitrator is obtained

18 COUNTER TERMS AND CONDITION OF SUPPLIERS Where counter terms and conditions printed or

cyclostyled conditions have been offered by the supplier the same shall not be deemed to have been

accepted by the Purchaser unless specific written acceptance thereof is obtained

Tender No SCLPS52019E0156401 13

19 SECURITY FOR PURCHASE OF MATERIALS Successful tenderer will have to furnish in the form of a

bank guarantee or any other form as called for by the purchaser towards adequate security for the

materials and properties provided by the Purchaser for the due execution of the Contract

20 In eprocurement system submission of bid is a two step process After submission of their bids

bidders have to wait for bid sealing by Purchaser Subsequently bidders have to complete open

authorization in the eprocurement system to enable the Purchaser to open the bid If open

authorization is not completed by the bidder then Purchaser will not be able to open the bid and the

bid becomes invalid

In case bidder encounters any technical snag pertaining to eprocurement system while acting on the

tender computer screen shot of the error message with date time stamp on the web browser along

with the query shall be e mailed by the bidder to the help desk for resolution of the problem at least 2

working days before the due date and time of bid submission The contact detail of the help desk is

available on the home page of the eprocurement website

Purchaser will make all efforts to resolve technical queries reported by the bidders but will not be bound

to do so if the problems are reported beyond the time mentioned above Purchaser will not be

responsible for non submission of bids for such cases

The time taken to ascertain evaluate and suggest a solution for the problem reported by bidder may

vary from case to case Hence bidders are advised to submit the bid well in advance before closing date

and time to avoid last minute issues

DOS PM‐ 22

Instruction to Tenderer

1 Bid Open Authorization shall be submitted online only complying specified schedule and complete in

all respects with technical specifications including pamphlets and catalogues

2 A Proforma Invoice may also be given which should contain the following information

a) The FOBFCA value the C and F value for import by Sea freight Air freight up to and for air parcel

post up to should be separately indicated

b) Agency Commission The amount of commission included in the price and payable to the Indian Agent

of the Contractor shall be paid directly to the Indian Agent by the Purchaser in equivalent Indian Rupees

on the basis of an Invoice from him applying TT buying rate of exchange ruling on the date of

placement of the Purchase Order and which shall not be subject to any further exchange variations This

payment will be released to the Indian Agent immediately after Customs clearance of the goods in India

Tender No SCLPS52019E0156401 14

c) The Contractor shall invoice only for the net amount payable to deducting the amount of Agency

Commission included in the invoice which will be paid to the Indian Agent directly by the Purchaser

However the Contractors invoice should separately reflect the amount of commission payable to his

Indian Agent

d) The earliest delivery period and country of origin of the Stores

e) Bankers name address telephonefax Nos and eMail ID of the Contractor

f) The approximate net and gross weight and dimensions of packages cases

g) Recommended spares for satisfactory operation for a minimum period of one year

h) Details of any technical service if required for erection assembly commissioning and demonstration

3 The FOBFCA and C and F prices quoted should be inclusive of all taxes levies duties arising in the

tenderers country

4 The offer should be valid for a minimum period of 90 days (single part tender) and 120 days (Two part

tender) from the due date of opening of the tender

5 Samples if called for should be sent free of all charges

6 Late and delayed tenders will not be considered Quotations by cable must be followed by detailed

offers

7 Offers made by Indian Agents on behalf of their Principals should besupported by the proforma

invoice of their Principals

8 The details of Import Licence will be furnished in the Purchase Order

9 The authority of person signing the tender if called for shall be produced

10 Instructions Operation Manual containing all assembly details including wiring diagrams should be

sent wherever necessary in duplicate All documents correspondence should be in English language

only

11 The Purchaser reserves the right to accept or reject the lowest or any offer in whole or part without

assigning any reason

12 It is expressly agreed that the acceptance of the Stores Contracted for is subject to final approval in

writing by the Purchaser

13 a) Part shipment is not allowed unless specifically agreed to by us

b) As far as possible stores should be despatched by Indian Flag Vessels Air India through any Agency

nominated by us

Tender No SCLPS52019E0156401 15

14 Inspection Test Certificate should be provided for the goods after testing it thoroughly at the

Contractors works If any Inspection by Lloyds or any other testing agency is considered necessary it

shall be arranged by Contractors

15 Where erection or assembly or commissioning is a part of the Contract it should be done

immediately on notification The Contractor shall beresponsible for any lossdamage sustained due to

delay in fulfilling this responsibility

16 For items having shelf life those with maximum shelf life should be supplied if order is placed

TERMS AND CONDITIONS

1 DEFINITIONS

(a) The term Purchaser shall mean the President of India or his successors or assignees

(b) The term Contractor shall mean the person firm or company with whom or with which the order for

the supply of stores is placed and shall be deemed to include the Contractors Successors

representatives heirs executors and administrators unless excluded by the Contract

(c) The term Purchase Order shall mean the communication signed on behalf of the Purchaser by an

officer duly authorised intimating the acceptance on behalf of the Purchaser on the terms and

conditions mentioned or referred to in the said communication accepting the Tender or offer of the

Contractor for supply of stores of plant machinery or equipment of part thereof

(d) The term Stores shall mean what the Contractor agrees to supplyunder the Contract as specified in

the Purchase Order

2 PRICES

Tenders offering firm prices will be preferred Where a price variation clause is insisted upon by a

tenderer quotations with a reasonable ceiling should be submitted Such offers should invariably be

supported by the base price taken into account at the time of tendering and also the formula for any

such variations

3 TERMS OF PAYMENT

31 Being a Department of the Government of India the normal terms of payment are by Sight Draft

However other terms of payment like establishment of Letter of Credit may be considered by the

Purchaser on such terms and conditions as may be agreed upon

32 The Sight Draft Letter of Credit will be operative on presentation of the under mentioned

documents

a) Original Bill of Lading Airway Bill

Tender No SCLPS52019E0156401 16

b) Commercially certified invoices describing the stores delivered quantity unit rate and their total

value in triplicate The invoice should indicate the discounts if any and Agency Commission separately

c) Packing List showing individual dimensions and weight of packages

d) Country of Origin Certificate in duplicate

e) Test Certificate

f) Declaration by the Seller that the contents in each case are not less than those entered in the invoices

and the quality of the Stores are guaranteed as per the specifications asked for by the Purchaser

g) Warrantee and guarantee Certificates vide Clause 20 herein below

4 IMPORTANT LICENCE

Reference to Import License No and date and Contract number and date shall be prominently indicated

in all the documents

5 DEMURRAGE

Supplier shall bear demurrage charges if any incurred by the purchaser due to delayed presentation of

shipping documents as prescribed in the bankers within a reasonable time (say within 10 to 12 days)

from the date of bill of lading for sea consignments and within 3 to 4 days from the date of Air Way Bill

for air consignments

6 ADDRESS OF INDIAN AGENTS

7 GUARANTEED TIME DELIVERY

The time for and the date of delivery stipulated in the Purchase Order shall be deemed to be the

essence of the Contract Delivery must be completed within the date specified therein

8 INSPECTION AND ACCEPTANCE TEST

81 The Purchaser representatives shall also be entitled at all reasonabletimes during manufacture to

inspect examine and test on the Contractors premises the material and workmanship of all stores to be

supplied under this Contract and if part of the said stores is being manufactured on other premises the

Contractor shall obtain for the purchasers representative permission to inspect examine and test as if

the equipment were being manufactured on the Contractors premises Such inspection examination

and testing shall not release the Contractor from the obligations under this Contract

82 For tests on the premises of the Contractor or of any of his subContractors the Contractor shall

provide free of cost assistance labourmaterial electricity fuel and instruments as may be required or

as may be reasonably needed by the purchasers representative to carry out the tests efficiently

Tender No SCLPS52019E0156401 17

83 When the stores have passed the specified test the purchasers representative shall furnish a

certificate to the effect in writing to the Contractor The Contractor shall provide copies of the tests

certificates to the purchaser as may be required

9 MODE OF DESPATCH

Generally stores should be despatched through Indian Flagged Vessel Air India or through any other

Agency nominated by the purchaser A copy of the invoice and packing list should invariably be kept

inside each of the packages

10 PORT OF ENTRY

New Delhi Mumbai

11 CONSIGNEE

Purchase and Stores Officer Stores

12 SHIPPING MARKS

The mark on the shipping documents such as invoice bill of lading and on the packages should be as

follow

PURCHASE ORDER NO

DATED

GOVERNMENT OF INDIA

DEPARTMENT OF SPACE

(name of the CentreUnit)

Destination

Port of Entry

13 INSURANCE OF THE STORES

The necessity or otherwise of insurance will be as indicated in the Purchase Order

14 CONTRACTORS DEFAULT LIABILITY

141 The purchaser may upon written notice of default to the Contractorterminate the Contract in

whole or in part in circumstances detailedhereunder

Tender No SCLPS52019E0156401 18

a) If in the judgement of the Purchaser the Contractor fails to makedelivery of Stores within the time

specified in the Contract agreement or within the period for which extension has been granted by the

Purchaser to the Contractor

b) If in the judgment of the Purchaser the Contractor fails to comply with any of the other provisions of

this Contract

15 In the event the Purchaser terminates the Contract in whole or in part as provided in Clause 14 the

Purchaser reserves the right to Purchase upon such terms and in such a manner as he may deem

appropriate stores similar to that terminated and the Contractor shall be liable to the Purchaser for any

additional costs for such similar stores andor for liquidated damages for delay as defined in Clause 19

until such reasonable time as may be required for the final supply of stores

151If this Contract is terminated as provided in Clause 14 the Purchaser in addition to any other rights

provided in this Article may require the Contractor to transfer title and deliver to the Purchaser under

any of the following clauses in the manner and as directed by the Purchaser

a) Any completed stores

b)Such partially completed stores drawing information and Contract rights (hereinafter called

manufacturing material) as the Contractor has specifically produced or acquired for the performance of

the Contract as terminated The Purchaser shall pay to the Contractor the Contract price for completed

stores delivered to and accepted by the purchaser and for manufacturing material delivered and

accepted

152 In the event the Purchaser does not terminate the Contract as provided in Clause 14 the

Contractor shall continue the performance of the Contract in which case he shall be liable to the

purchaser for liquidated damages for delay as set out in Clause for DELAY IN COMPLETION

LIQUIDATED DAMAGES until the stores are accepted

16 REPLACEMENT

If the stores or any portion thereof is damaged or lost during transit thePurchaser shall give notice to

the Contractor setting forth particulars of such stores damaged or lost during transit The replacement

of such stores shall be effected by the Contractor within a reasonable time to avoid unnecessary delay in

the intended usage of the Stores In case the purchaser agrees the price towards replacement items

shall be paid by the purchaser on the basis of original price quoted in the tender or as reasonably

worked out from the tender

17 REJECTION

In the event that any of the stores supplied by the Contractor is found defective in material or

workmanship or otherwise not in conformity with the requirements of the Contract specifications the

purchaser shall either reject the stores or request the Contractor in writing to rectify the same The

Tender No SCLPS52019E0156401 19

Contractor on receipt of such notification shall either rectify or replace the defective stores free of cost

to the purchaser If the Contractor fails to do so the purchaser may at his option either

a) replace or rectify such defective stores and recover the extra cost so involved from the Contractor or

b) terminate the Contract for default as provided under clause 14 above or

c) acquire the defective stores at a reduced price considered equitable under the circumstances The

provision of this article shall not prejudice the Purchasers rights under clause 19

18 EXTENSION OF TIME

If the completion of supply of stores is delayed due to reason of force majeure such as acts of god acts

of public enemy acts of Government fires floods epidemics quarantine restriction strikes freight

embargoes etc the Contractor shall give notice within 15 days to the purchaser in writing of his claim

for an extension of time The purchaser on receipt of such notice after verification if necessary may

agree to extend the Contract delivery date as may be reasonable but without prejudice to other terms

and conditions of the Contract

19 DELAY IN COMPLETION LIQUIDATED DAMAGES

If the Contractor fails to deliver the stores within the time specified in theContract or any extension

thereof the purchaser shall recover from theContractor as liquidated damages a sum of onehalf of one

percent (05percent) of the Contract price of the undelivered stores for each calendar week of delay

The total liquidated damages shall not exceed ten percent (10 percent) of the Contract price of the unit

or units so delayed Stores will be deemed to have been delivered only when all their component parts

are also delivered If certain components are not delivered in time the stores will be considered as

delayed until such time as the missing parts are delivered

20 GUARANTEE and REPLACEMENT

a) The Contractor shall guarantee that the stores supplied shall comply fully with the specifications laid

down for material workmanship and performance

b) For a period of twelve months after the acceptance of the stores if any defects are discovered

therein or any defects therein are found to have developed under proper use arising from faulty

materials design or workmanship the Contractor shall remedy such defects at his own cost provided he

is called upon to do so within a period of 14 months from the date of acceptance thereof by the

Purchaser who shall state in writing in what respect the stores or any parts thereof are faulty

c) If in the opinion of the purchaser it becomes necessary to replace or renew any defective stores such

replacements or renewals shall be made by the Contractor free of all costs to the purchaser provided

the notice informing the Contractor of the defect is given by the purchaser in this regard within the said

period of 14 months from the date of acceptance thereof

Tender No SCLPS52019E0156401 20

d) Should the Contractor fail to rectify the defects the purchaser shall have the right to reject or repair

or replace at the cost of the Contractor the whole or any portion of the defective stores

e) The decision of the Purchaser notwithstanding any prior approval or acceptance or inspection

thereof on behalf of the purchaser as to whether or not the stores supplied by the Contractor are

defective or any defects has developed within the said period of 12 months or as to whether the nature

of the defects requires renewal or replacement shall be final conclusive and binding on the Contractor

f) To fulfill guarantee conditions outlined in Clause 20 (a) to (e) above the Contractor shall at the option

of the purchaser furnish a Bank Guarantee (as prescribed by the purchaser Bank Guarantee format

enclosed) from a Bank approved by the purchaser for an amount equivalent to 10Percent of the value of

the Contract along with first shipment documents On the performance and completion of the Contract

in all respects the Bank Guarantee will be returned to the Contractor without any interest

g) All the replacement stores shall also be guaranteed for a period of 12 months from the date of arrival

of stores at purchasers site

h) Even while the 12 months guarantee applies to all stores in case where a greater period is called for

by our specifications then such a specification shall apply and in such cases the period of 14 months

referred to in Clause 20 (b) and (c) shall be asked for guarantee period plus two months

21 REQUIREMENT OF ADDITIONAL NUMBERS OF THE STORESSPARE PARTS ORDERED

The Contractor shall also undertake the supply of additional number of items covered by the order as

considered necessary by the purchaser at a later date the actual price to be paid shall be mutually

agreed to after negotiations

22 PACKING

a) The Contractor wherever applicable shall pack and crate all stores for sea air shipment as applicable

in a manner suitable for export to a tropical humid climate in accordance with internationally accepted

export practices and in such a manner so as to protect it from damage and deterioration in transit by

road rail or sea for space qualified stores The Contractors shallbe held responsible for all damages due

to improper packing

b) The Contractor shall ensure that each box unit of shipment is legible and properly marked for

correct identification The failure to comply with this requirement shall make the Contractor liable for

additional expenses involved

c) The Contractor shall notify the purchaser of the date of shipment from the port of embarkation as

well as the expected date of arrival of such shipment at the designated port of arrival

d) The Contractor shall give complete shipment information concerning the weight size content of each

packages etc

Tender No SCLPS52019E0156401 21

e) Transshipment of equipment shall not be permitted except with the written permission of the

purchaser

f) Apart from the despatch documents negotiated through Bank the following documents shall also be

airmailed to the purchaser within 7 days from the date of shipment by sea and within 3 days in case of

air consignments

a) Commercial Bill of Lading Air Way Bill Post parcel Receipt (Two nonnegotiable copies)

b) Invoice (3 copies)

c) Packing List (3 copies)

d) Test Certificate (3 copies)

e) Certificate of Origin

The Contractor shall also ensure that one copy of the packing list is enclosed in each case

23 ARBITRATION

In the event of any disputes differences or claims arising out of or relating to the interpretation and

application of the Contract such disputes or differences or claims shall be settled amicably by mutual

consultations of the good Offices of the respective Parties and recognizing their mutual interests

attempt to reach a solution satisfactory to both the parties If such a resolution is not possible within 30

days from the date of receipt of written notice of the existence of such disputes then the unresolved

disputes or differences or claims shall be referred to the Sole Arbitrator appointed by the Parties by

mutual consent in accordance with the rules and procedures of Arbitration and Conciliation Act 1996 as

amended from time to time The arbitration shall be conducted in New Delhi in the Arbitration and

Conciliation Centre New Delhi (Domestic and International) as per its rules and regulations The

expenses for the Arbitration shall be shared equally or as may be determined by the Arbitrator The

considered and written decision of the Arbitrator shall be final and binding between the Parties The

applicable language for Arbitration shall be English only

Work under the Contract shall be continued by the CONTRACTOR during the pendency of arbitration

proceedings without prejudice to a final adjustment in accordance with the decision of the Arbitrator

unless otherwise directed in writing by the Purchaser or unless the matter is such that the works cannot

be possibly continued until the decision (whether final or interim) of the Arbitrator is obtained

24 LANGUAGE AND MEASURES

All documents pertaining to the Contract including specification schedule notice correspondence

operating and maintenance instructions drawings or any other writings shall be written in English

language The metric system of measurement shall be used exclusively in the Contract

25 INDEMNITY

Tender No SCLPS52019E0156401 22

The Contractor shall warrant and be deemed to have warranted that all Stores supplied against this

Contract are free and clean of infringement of any patent copyright or trade mark and shall at all times

indemnify the purchaser against all claims which may be made in respect of stores for infringement of

any right protected by Patent Registration of design or Trade Mark and shall take all risk of accident or

damage which may cause a failure of the supply from whatever cause arising and the entire

responsibility for the sufficiency of all the means used by him for the fulfillment of the Contract

26 COUNTER TERMS AND CONDITIONS OF SUPPLIERS

Where counter terms and conditionsprinted or cyclostyled conditions have been offered by the

supplier the same shall not be deemed to have been accepted by the purchaser unless specific written

acceptance thereof is obtained

27 SECURITY INTEREST

On each item to be delivered under this Contract including an item of work in progress in respect of

which payments have been made in accordance with the terms of the Contract purchaser shall have a

security interest in such items which shall be deemed to be released only at the time when the

applicable deliverable item is finally accepted and delivered to the purchaser in accordance with the

terms of the Contract Such security interest of the purchaser shall constitute a prior charge as against

any other charge or interest created in respect of such items by any entity

28 BANK CHARGES

While the purchaser shall bear the bank charge payable to his Bankers (State Bank of India) the

Contractor shall bear the Bank charges payable to his Bankers including the cheques towards advising

amendment commissions

29 TRAINING

The Contractor shall if required by the purchaser provide facilities for the practical training of

Purchasers engineering technical personnel from India and for their active association on the

manufacturing processes throughout the manufacturing period of the Contract stores number of such

personnel to be mutually agreed upon

30 APPLICABLE LAW

The Contract shall be interpreted construed and governed by the laws of India

Tender No SCLPS52019E0156401 23

BidTemplates

GENERAL CONDITIONS

Item Specifications

Sl No Specifications Complianc

e (Yes No)

Offered Specifications Remarks

1 Intent of the ProjectaThe scope of Project includes Supply

Installation Testing and Commissioning of electrical

distribution system including illumination MCC Panels fire

detection system Local Area Network (LAN) Paging etc for

the Chemical Store Building at Semi‐Conductor Laboratory

(SCL) Sector‐ 72 SAS Nagar Mohali (Punjab) bScope

includes receiving unloading storage insurance in‐plant

transportation and all equipment amp accessories covered under

this specificationcTechnical SpecificationBrief overview of

Equipment amp services under this specification is described

hereiGeneral SpecificationiiSupply amp Installation of

Electrical MCCPCC Panels MCB DB exhaust fan light fixtures

etciiiSupply amp Installation of wire cables conduits Modules

SwitchSockets termination earthing etcivSupply amp

Installation of Fire detection system and its

accessoriesvSupply amp Installation of NetworksLAN

systemviSupply and installation of material for Earthing and

lightning protection system viiAny other electrical

requirement for execution of the work dDrawing amp notes All

drawing amp notes as listed in the annexure form a part of this

specification

Tender No SCLPS52019E0156401 24

2 General Information for Site Condition The Contractor may

visit the site of work at SCL to acquaint themselves of the

actual site conditions

3 Code amp Standards All electrical equipment and accessories to

be furnished installed and commissioned under scope of

these specifications shall be designed manufactured tested

and installed in accordance with relevant Indian Standard

Specifications (ISS) Indian electricity rules and any other

applicable regulations

4 Period of CompletionThe time allowed for supply installation

testing and commissioning of the entire work shall be six (6)

months to be reckoned from the 7th day of issue of Purchase

order by SCL

5 Drawing Data and ManualsFollowing drawings documents

shall be submitted by the selected contractor for approval of

SCL for execution of the workaFoundation drawing of all

floor mounted Electrical panelsbGeneral Layout (GA)

drawing with dimension of all electrical equipment and Single

line drawings (SLDs) of electrical PanelcMake type and

catalogue of Switchgears of Electrical MCC Panels Power DBs

Power Cables and related accessories along with technical

leaflets data sheets etc to be provided by the contractor

The contractor shall offer recommended makes mentioned in

this document dEquipment data sheets furnishing

guaranteed performance figure for each type of

equipmenteTest certificates test results for each type of

equipmentfCheck lists and tests to be conducted during

erection testing amp commissioning of the individual

equipmentOn successful completion of the entire work the

Contractor shall provide lsquoAs Builtrsquo drawings for all the Systems

executed under the Contract Three (03) sets of hard copies

and one (01) set in soft copy (CDDVD) in Auto‐CAD and PDF

Tender No SCLPS52019E0156401 25

format shall be provided to SCL for its record and reference

Contractor shall also provide instruction Operation

manual(s) and maintenance manuals for the all equipment

system installed under the project

6 Eligibility Criteria Only those bidders meeting the below

mentioned eligibility criteria are eligible to participate in the

tendera Should have satisfactorily executed at‐least two (2)

similar works of value not less than Rs 50 Lakh each

involving inter alia power distribution works consisting of

MCCsPCCs of rating not less than 400 A 415 V 35 kA ( fault

level) MCBDBs lighting systems cabling during the last 5

years To ascertain eligibility for the work the participating

bidders shall enclose copy (ies) of the detailed Purchase

Order(s) and their completion certificate(s) evidencing

satisfactory completion of similar works issued by the

respective clientsorganisations Completion certificate for

works issued by private parties shall be supported by TDSb

Should not have incurred any loss in more than two years

during the last five (5) financial years ending 31st March 2019

c The Contractor should possess valid license of Class lsquoArsquo

Category Electrical Contractor issued by the State Licensing

Authorityd The contractor shall carry out the work in co‐

ordination with the civil works undertaken by other contractor

engaged by SCL

7 DeviationaContractor to clearly mention deviation(s) if any

from the specification in the unpriced techno‐commercial bid

bUnless such deviations are recorded in the deviation sheets

and submitted with the bid it will be assumed that the offer is

made in conformity with the tendered specification in all

respectscThe deviations shall be evaluated by SCL and

acceptance of the same shall be at the sole discretion of SCL

Tender No SCLPS52019E0156401 26

8 Quantity variationThe quantities indicated against each item

in the Bill of Quantities (BOQ) are indicative and are for the

purpose of bidding only Variation in quantities upto + 25

shall be carried out by the contractor on the agreedPurchase

Order (PO) rates and terms amp conditions as in the Purchase

Order (PO) In case of contract items which exceed the said

limit of +25 the contractor may claim revision of rates

supported by proof analysis and if the rate claimed in excess

of the rate specified in the bill of quantities SCLrsquos engineerndashin‐

charge of the work shall after giving consideration to the

analysis of rates submitted by the contractor determine the

rates on the basis of market rates and the contractor shall be

paid in accordance with the rates so determined The

Contractorrsquos profit amp OH shall be factored in the rate

analysis15

9 Extra ItemsIn case of extra items (that are completely new

and are in addition to the items contained in the contract) the

contractor may claim rates supported by proper analysis and

SCLrsquos engineer‐in‐charge of the work shall after giving

consideration to the analysis of the rates submitted by the

contractor determine the rates on the basis of market rates

and the contractor shall be paid in accordance with the rates

so determined The Contractorrsquos profit amp OH shall be factored

in the rate analysis15

10 Construction Power SupplyElectricity if available in the

premises may be provided to the contractor by Department

(SCL) only at a single point free of cost subject to the following

conditions ‐a)The Contractor has to make his own

arrangement to tap Electricity from a 3 phasesingle phase

supply from the location decided by the SCLrsquos Engineer‐in‐

charge (E‐I‐C)

Tender No SCLPS52019E0156401 27

11 Storage space site office Contractor will be provided a

lockable room within SCL premises for storage space subject

to availability Contractor will make at his own cost

temporary site office close to work site as per the location

decided by the E‐I‐C

12 Materialsystem submittalsMaterialssystems etc procured

by the selected Contractor for incorporation in the work will

be only of MakesManufacturers specified in the tender

document Submittals of the same shall be submitted by the

contractor for SCL review and approval

13 Other RequirementsbullErection testing amp commissioning of

items as per BOQbullSpecial tools amp tackles Party shall arrange

the ladderscaffoldingstair for working at height for cable

laying Fire detection system installation of light fixture

bullWork shall be executed as per the ISRO contractor safety

Manual Contractor to ensure that the manpower is equipped

with PPE for working at the site bullAll relevant drawing data

catalogues with instruction and trouble shoot manuals type

test certificates for the above accessoriesbullMaterials and

accessories which are necessary or used for satisfactory and

trouble free operation and maintenance of the above

equipmentrsquosmaterial shall also be furnished bullContractor

shall deploy skilled amp unskilled Labor qualified technical

Supervisor(s) erection tools amp tackles testing tools amp

equipment supplies consumables and hardware and

transport for timely and efficient execution of the

workbullContractor shall guarantee LED fixtures

(flameproofnon‐flameproof) for a period of 5 years from the

date of acceptance The contractorrsquos guarantee shall be

supported with a guarantee from the manufacturer(s) in this

regard

Tender No SCLPS52019E0156401 28

TECHNICAL SPECIFICATION‐1

Item Specifications ‐I

Sl No Specifications Compliance

(Yes No)

Offered Specifications Remarks

1 Internal Wiringa The electrical wiring installations and other

accessories shall comply with latest IS code 732 (part‐II) 1983

and National Electric Code‐1985b The word concealed means

it involves cutting of floor wall and making good after laying

the conduitMetal raceway as per the enclosed drawings by

the contractor as requiredc The contractor shall provide all

necessary components fixing materials accessories and

interconnections as per standard practice It is to be noted

that ceiling rose forms a part of the specifications hence not

indicated separately and shall be provided by the contractor

as requiredd Scope includes termination of wire ferruling

dressing cable tie etc as requirede The work shall be

executed as per the ISRO electrical specification available on

ISRO site wwwisrogovin in Schedule I to be read along with

the tender specification

2 LED LuminariesThe scope includes supply installation

testing commissioning of flame proofnon‐flameproof LED

lighting fixture at the ceiling level (about 55 meter height) in

the chemical store building outer periphery of the store

building electrical room AHU room at the first floor as per

drawings and discretion of E‐I‐C Architectural plan of the

building is attached Supply of required accessories such as

mounting brackets nuts bolts screws washers glands and

any other material required for installation of LED fixture as

per specifications mentioned in BOQ shall be part of the

specification Junction box as required for loop‐in and loop‐

Tender No SCLPS52019E0156401 29

out of the cable for flame proof light fixture will be in the

scope of the contractor LED light fittings will be suitable for

operation on 230V single phase AC supply The fitting shall

be supplied with all fixing material such as brackets nuts

bolts etc as required for installation of fittings Special

Conditions aLuminaire make (Brand) from among the

recommended make mentioned in the tender document shall

be clearly mentioned in Technical Bid along with complete

technical detailsbThe LED light fitting and its driver unit etc

shall have warranty for a period of 5 years from the date of

installation and commissioningcThe flame proof fixture shall

be provided along with the Petroleum and Explosives Safety

Organization (PESO) certification

3 Detailed Specification for LED Fixture a Flame Proof LED

Fixtures Supply and installation of flameexplosion proof high

efficiency 1 Phase 230 V 60W LED light fitting as per IS 2206

with luminous efficiency 100Lmwatt or better CRI gt 08 amp

THDlt10 IP‐66 as per ISIEC 605292001 made of Die cast

aluminium alloy Heat resistant amp tough clear dome glass

having enclosure as per Ex‐d GAS Gr IIA IIB IIC AS PER ISIEC

60079‐12007 amp ISIEC 60079‐02004 Area of classification

ZONE‐1 2 21 amp 22 and temperature class T‐6 or better as per

ISIEC 60079 complete with loop‐in loop‐out provision

Mounting bracket for mounting on the ceiling Double

compression cable gland shall be provided and install by the

contractor along with the light fitting Recommended Make of

fixture Baliga Stahl Sudhir SwitchgearRecommended make

of LED NICHIA CREE PHILIPS LUMILED OSRAMb General

LED fixtures Supply amp fixing of wallceiling mounted batten

type 20W LED tube light (Four feet) luminaire with efficient

driver (efficiency shall be more than 90) amp with minimum

lumens output of 2000 lumens per lamp comprising of nano

diffuser technology complete with efficient amp constant

Tender No SCLPS52019E0156401 30

current output driver suitable for operation on 230V single

phase 50Hz AC supply efficient heat sink effective thermal

management and with colour temperature shall be gt 6000K

The LED with suitable control gear and power factor gt09 LM

79 certification for luminaireLM80 certificate for LED shall be

submitted and with other standard accessories prewired

including necessary interconnections complete in all respects

and as directed by EIC (Similar to Philips Astra or equivalent)

Recommended make of fixture Philips GE Trilux

LTRecommended make of LED NICHIA CREE PHILIPS

LUMILED OSRAM

4 c Street Light Fixture Supply and installation of 72W75W

LED Street Light fixture with High‐brightness White LEDs

sources with high transmittance flat toughed glass cover and

peanut LENS on each LEDs System luminous efficacy 100

LmsWatt 5600K colour temperature amp 70 CRI value for

ensuring good quality light output Life of at‐least 50000

hours at 70 lumen maintenance ampLED driver efficiency gt

85 Power factor greater than 095 THDlt10 amp min 3KV

surge protection with operating voltage range from 120‐270V

for ensuring lifelong high performance of luminaire the

fixture shall be made of LM‐6 Pressure die‐cast aluminium

with engraved company name amp have IK05 amp IP66 Class

protection with NABL Accredited LM‐79 amp LM‐80 Report

Mounting pole mounted upto a height of 8 meter and pole

bracket diameter of 48‐60 mm (adjustable) Recommended

make of fixture Trilux Philips GE LTRecommended make of

LED NICHIA CREE PHILIPS LUMILED OSRAM

5 Street Light Pole Providing and installation of hot dipped

galvanized swaged tubular 9‐meter‐long with planting depth

15 metersiexclbrvbar street light poles The effective length of each

section shall be‐ bottom 5 meters middle 2 meters and top 2

meters The outside dia and thickness of pole shall be

Tender No SCLPS52019E0156401 31

minimum 11430x440mm 889x4085mm 761x325mm

respectively as required The pole shall be provided with

necessary bracket (inclination 105115 degree length 15

meter dia 45 mm ) for mounting upto 72 W LED street light

fixture Each pole shall have a weather proof

loopingterminal box clamped at 550 mm above ground level

along with a suitable earth terminal The looping box shall be

provided with a suitable Power terminal arrangement to loop

4C x10sqmm size cable and MCB5A fuse cut‐out A base

plate 300 x300x10mm shall be welded to the bottom of the

pole Both underground cable and GI earth wire shall be

terminated at the terminal looping box in the looping zone

Further wiring to the light fixture shall be done with three

core flexible copper wire (2core for power supply and third

core for earthing)GI tubular pole shall be installed in cement

concrete 136 (1 cement 3 coarse sand 6 graded stone

aggregate 40 mm nominal size) foundation including

excavation and refilling etc Party to cast 2 run of 32 mm MS

conduit for cables upto a height of 550mm from ground level

for loop in loop out of cable The civil work for street light pole

foundation forms a part of installation of the work and will be

done by the party as required for commissioning of lighting

poleFor earthing of street light poles coilspiral earthing

using 8 SWG GI wire shall be used The GI wire shall be buried

to a minimum depth of 15 m with excavation refilling of

earth and connecting GI wire to pole using GI bolt and nut

complete as per requirementMake of Pole Reputed make

with ISI mark Note Party shall submit Drawing of the street

light pole for SCL approval before start of manufacturing

6 Cables wire conduit earthing Switchboards

SwitchesSockets etca Cables The scope includes the Supply

and installation of XLPE insulated overall FRLS PVC outer

sheathed AlCu armored cable on wallsurfacesoilexisting

Tender No SCLPS52019E0156401 32

cable tray as required for MCC Panel and MCB DBs as per the

detailed specification and quantity in this document All

necessary hardware for installation of cable like cable tie

clamps tags etc is in the scope of Contractor Contractor to

ensure that cable laid on the cable tray is properly clamped

with GI clamps and cable is properly secured on cable tray b

Wire The scope includes the Supply and installation of FRLS

Copper wire of different size quantity amp Specification for

power distribution and lighting and power etc as per the

requirement c Conduit The scope includes the Supply and

installation of ISI makes MS Conduits of different size as per

Specification for power and lighting distribution switch

sockets etc as per the requirement Flexible conduit shall be

of GId Cable tray The scope includes the supply and

installation of GIMS cable trays as per specificationse

Earthing The scope includes the supply and providing

earthing for Panels DBs cable trays light fixtures and poles

flameproof accessories fire panel speakers exhaust fans etc

matching the specifications given in this tender documentf

Lightning protection The scope includes the supply and

providing earthing for lightning protection of the building as

per the IS 2309 specification and quantities as per the BOQ

The scope includes horizontal and vertical runs earth pits test

point earthing of building periphery for contour etcg Rack

earthing The scope includes the supply and providing

earthing for racks as per specificationsh Switchboards and

SwitchSockets The scope includes the Supply and installation

of different size of flameproofnon‐flameproof Switchboards

and switchsocket for Lighting Power Distribution as per

specificationi MSGI Conduits flexible GI conduit earthing

materials doublesingle compression brass cable glands

cable lugs (Al amp Cu as required) cable ties cablewire

identification tags required for the installation and

maintenance of trouble free operation of the downstream

Tender No SCLPS52019E0156401 33

system and accessories are covered under this specificationj

MS junction box conduit along with all related accessories as

per specification

TECHNICAL SPECIFICATION‐2

Item Specifications ‐II

Sl No Specifications Compliance

(Yes No)

Offered Specifications Remarks

1 Electrical Panel SpecificationGeneralaPanel shall be

fabricated as per IEC 61439 part 1 amp 2 bPanel shall be indoor

metal clad air insulated floor mounted extendable to side

single front construction front wired front

connectedcMinimum thickness of sheet metal used shall be

2 mm and panel shall confirm to IP54 protectiondThe

working height of the Panel shall be limited as per standard

engineering practicese The design should be fully

compartmentalized with metal partitions between

compartments All doors shall be gasketed Each vertical

section shall have removable back coverfAll switches push

buttons lamps indicating instruments shall be flush

mountedgA full height vertical cable chamber with cable

supports shall be provided in each section to facilitate unit

wiring Cable chamber shall be sized to accommodate all cable

and shall have removable covers A horizontal wire way

extending the entire length shall be provided at the top of

panel for inter panel wiringhPanel shall be with minimum

75mm high base MS channel frameiThe panel shall undergo

seven tank or better process as per relevant IS

standardsjLifting hook shall be provided at each section for

easy transportationkDifferent compartment of the panel

shall be provided with dust proof type air filter louvers

explosion vents or similar safety arrangements in the panels

Tender No SCLPS52019E0156401 34

to let out gases under pressure generated during event of any

fault inside the panellPanel shall have pocket for the Panel

drawing in the incomer section

2 Busbar and Bus TapsaThe main bus and connections shall be

of high connectivity AluminiumAluminium alloy sized for

specified current ratings with maximum temperature limited

to 85amp778 C ie 35amp778 C rise and ambient 50amp778

bSeparate vertical bus bars shall be provided for each vertical

panelcAdequate contact pressure shall be ensured at bus

connections by means of two bolt connections with plain and

spring washers and lock nutsdBus bar and connections shall

be fully insulated for working voltages with adequate

phaseground clearances Insulating sleeves heat shrink type

for bus bar and shrouds removable type joints shall be

provided Bus insulators shall be flame retardanteBus bar

shall be color coded for easy identificationfBusbar should be

connected in such a way that it can be dismantledassembled

while separating different section of the panelgShrouds of

transparent sheet on the exposed bus in cable alleys for

adequate safety measurehBus bar Conductor shall be

confirming to IS‐5082iMinimum clearance (PH‐PH PH‐N and

PH‐E) between Bus bars shall be maintained as per latest

ISjBus Bar supporting Material shall be of

SMCDMCkMaterial of Aluminium Bus bar shall be of E91

gradelBus bar shall be protected from the transparent

insulated material for stand safety point

3 3Control ModuleaFixed type control module shall house the

control components for a circuitbThe equipment layout shall

provide sufficient working space in between the components

and subject to SCL approval cEach control module shall be

equipped with ACDC potential free Relays (230V AC24V DC)

Contactors etc for seamless interface of the operation of

Drives from FCMS (PLC)dVendor to provide the potential free

Tender No SCLPS52019E0156401 35

contact to facilitate local operation from MCC and remote

operation from FCMSPLC Vendor shall provide with each

drive module automanual selector switch and each drive

module shall be wired up to the terminal block for localauto

selection ON OFF trip feedback to SCLrsquos control station and

ONOFF command room FCMSPLC as welleMCC panel and

LPBS shall have selector switches for MCCLocal and

LocalRemote selection respectively Control (OnOff) of the

Drivesheaters will be as per following selection If selector

switch (SS) at MCC is selected to MCC ONOFF operation can

be done from MCC only irrespective of position of SS at LPBSIf

selector switches both at MCC amp LPBS are selected to LOCAL

ONOFF operation can be done from LPBS onlyIf SS at MCC is

selected to LOCAL and SS at LPBS is selected to REMOTE

ONOFF operation can be done from FCMS only

4 VFDVFD shall be of Allen Bradley PF400 series having

redundant Control Net communication option as well to

communicate with the existing Facilities Control amp Monitoring

System (FCMs) Control Net Bridge Coaxial Straight T‐Tap

1786‐TPS must also be supplied along with VFDs Line

reactorchoke of suitable rating shall be connected before the

VFD

5 Thyristor based Heater ControlaDYDAC Make Thyristor

power controller Type 3003 or equivalent rating 85kW

Control input 4‐20mA Thyristor input supply 415VAC (3‐Ouml)

Thyristor output supply 415VAC (3‐Ouml) which shall be provided

by the vendor in a separate compartment of the MCC 4‐20mA

Control signal from the heater PID will modulate the thyristor

controller output to maintain the fresh air temperature at set

value Heater ON and OFF set points shall be adjustable in the

SCADA in FCMSbThyristor controller run command run

feedback 4‐20mA modulating signal shall be wired up to the

terminal block in the cable alley in the MCC Thyristor

Tender No SCLPS52019E0156401 36

Panelcompartment shall be complete with inter module

control and power wiring 220V AC supply shall be drawn from

one of the phase and neutral of the incoming 415VAC and

connect to the Thyristor supply terminals through MCB

Circuit breaker lsquoswitch ONrsquo and Thyristor control unit lsquoRUN

commandrsquo will get activated from FCMS if air temperature is

below ON set point Circuit breaker lsquoswitch OFFrsquo and Thyristor

control unit lsquoRUN command withdraws will get activated

from FCMS when temperature becomes above OFF set point

6 Fire Suppression system amp Fire Protection systemPanel shall

be equipped with required materials such as fire suppression

cylinders filled with fire suppression agents Fire detection

tubes Heat sensor tubes end of line adaptor with gauge

electrical Relays differential pressure valves etc to provide

the fire suppression and fire protection system in cable alley

and bus bar chambers of the electrical panel

7 MCCBaThe MCCBs should be extra current limiting type with

trip time of less than 10 m sec under short circuit conditions

The current limiting action should be achieved with repulsion

principle The MCCBs should preferably have an anti‐reclosing

featurebThe MCCBs should be 3 or 4 poles as per SLDcThe

MCCBs should have a Service short circuit breaking capacity

(Ics) of not less than 35 kA rms at 415 Volts 50Hz AC for

incomer The service breaking capacity should be equal to

ultimate breaking capacities (Icu) (ie Ics= Icu=100)dThe

release should be thermal magnetic having adjustable

overload and short circuiteSwitches shall be triple pole air

break AC23 motor duty for motor starter feedersfCubicle

doors of incoming and outgoing shall be mechanically

interlocked with switchgear to prevent unintentional openings

of the door while the unit is in energized condition However

defeat interlock provision is also to be providedgAll incoming

and outgoing feeders shall be provided with bolted disconnect

Tender No SCLPS52019E0156401 37

link for isolation of neutral if necessary Selector switches

shall be of rotary typehThe MCCB shall be provided with

rotary drive kit spreader terminals and ONOFFTrip (MCCB)

position of switch handle to be clearly markediDuct Heater

MCCB shall be motorized to control (ONoff) from FCMSjFor

incomers it should be EDO microprocessor based

communicable MCCB (35 kA or above) with numerical

releases for OL SC amp EFR (With mechanical and Electrical

interlocking for operation of only one ACB at any point of

time)

8 MPCBaThe MPCBs should be of 3 pole air break type AC3

Duty continuous rating as specifiedbMPCBs should have at

least 1NO+1NC contactcThese should have trip indication

test trip functiondThe release should be thermal magnetic

having adjustable overload trip settingeThe service breaking

capacity should be equal to ultimate breaking capacities (Icu)

(ie Ics= Icu=100)fThe MPCBs should be suitable for din rail

type mounting

9 Capacitor Bank Supply and installation of Capacitor Bank ‐

Box Type Dry construction Conforming to IS 13340‐41IEC

60831 440V 50Hz Rated Current (In) as per Load Heavy

Duty Dielectric MPP Low loss type with overall loss lt

05WkVAR Delta Connection with Discharge Device

10 ContactoraThe contactor shall be 3 pole air break type AC3

Duty continuous rating for motor starter feeders with non‐

bouncing silver silver alloy contactsbContactor shall be of

electromagnetic type rated for uninterrupted duty as per

relevant standards and also suitable for capacitor duty

cContactor shall be provided with adequate auxiliary contacts

rated for 10Amps 240VAC for interfacing with control

schemedContactor coil rating shall be minimum pick up of

85 of rated voltage and minimum drop out of 75 rated

Tender No SCLPS52019E0156401 38

voltage

11 Control and IndicationsaPush buttons will be heavy duty oil

tight and push to actuate type with integral plate marked

with its functionbEach push button shall be provided with

2NO+2NC contacts rated for 10Amps 240VACcLamps shall

be LED type rated for 240V AC Lens and lamps shall be

replaceable from the front dThe control supply shall be

through a 415V230V transformer and the vendor shall

provide 1 no 415V230V transformer for the same Vendor

shall also provide Power module for 24V DC Supply for the

operation of heaters control module

12 MetersaAll indicating instruments shall be digital

Switchboard type with accuracy class +‐ 2 full scalebMFM

of suitable rating shall be used in the incomer

feedercSelector switches shall be furnished at outgoing

feeders as per SLD for ammeterdAmmeter shall be of analog

type flush mounted industrial pattern of size 96x96 mm with

accuracy class 10 eMultifunction meter shall be of digital

type flush mounted industrial pattern of size 96x96 mm with

accuracy class 10 as per IEC 6205253 suitable for

measurement of Current Voltage Power Frequency Power

factor Energy and ready port to communicate with FCMS

through RS 485 The Meter should have Modbus

communication port as well

13 CT (Current transformer)CT will be cast resin type rated 15VA

or more burden with Maximum accuracy limit of class 1

14 Secondary wiringaPanel shall be fully wired at the factory to

ensure proper functioning of control and protectionbFuse

and links shall be provided to permit individual circuit

protection from bus wires without disturbing other circuits All

spare contacts of relays push buttons and other devices shall

Tender No SCLPS52019E0156401 39

be wired up to terminal blockscWiring shall be done with

flexible 25sqmm copper 1100V grade PVC insulated

switchboard wires Each wire shall be identified at both ends

with permanent markers bearing wire numbers as per wiring

diagramdWire termination shall be done with crimping type

connector with insulating sleeve

15 Powercontrol Terminal BlocksaTerminal block shall be 660V

grade box clamp type with marking strips similar to ELMEX 10

mm2 or equal for ControlbTerminal for CT secondary leads

shall have provision for shortingcNot more than two wires

shall be connected to any terminaldSpare terminals equal in

number to 20 active terminals shall be providedeTerminal

blocks shall be suitably located in cable alleysfFor Power

cable Bus Bar type cable connector (Melamine material) shall

be providedgFor Control cable heavy duty screw type cable

connector (Melamine material) shall be provided

16 Cable terminationaPanel shall be designed for cable entry

from topbEach cable shall be clearly marked at both ends

with an indestructible marker preferably a cable tag made of

Aluminium tacked with indicating cable number amp both end

feeder tags with switchboard tags Cable tags at ends of cable

shall be provided inside the gland plate as well as outside the

gland platecAll provisions and accessories shall be furnished

for termination of cables including removable gland plates

cable supports and terminal blocksdGland plate shall be

minimum 3 mm thick

17 Ground BusA GI ground bus rated to carry the maximum fault

current shall extend full length of Panel The ground bus shall

be provided with 2 bolts with GI bolt and nuts at each end to

receive 50x6mm GI flat

18 NameplateaThe nameplate of approved design shall be

Tender No SCLPS52019E0156401 40

provided for each compartment and also at the top of each

panel Nameplate shall be minimum 20x70mm and 3mm

thickbDrawing Pouch shall be provided at the incomer cable

allay

19 PaintingPanel shall be painted with light grey epoxy painted

(Siemens Gray RAL 7032) and caution notice plate shall be

fixed at the back of each vertical panel

20 Make of Switchgears aMCCBSiemensSchneiderbPush

button SiemensSchneider TekniccSelector

SwitchSiemensSchneider Teknic

dFuseSchneiderSiemenseTimerSiemensSchneiderfContro

l TransformerAEIMPIndcoilgTerminal

BlockElmexConnectwellFTChMeters Conzerv LampT

AEiCTs amp PTsKappaAutomatic

Electric(AE)NippenjContactorsSchneiderSiemenskIndicatio

ns SiemensSchneider

TekniclRelaysSchneiderSiemensPLAmMCBSchneiderSiem

ensnCooling Fan

RexnordSunonoVFDsAllen bradlypThyristor moduleDYDAC

qRCBOSiemensSchneiderrMCB

DBSiemensABBLegrandsLine reactorchokeAllen

BradleytCapacitor BankNeptune Schneider Siemens

21 Local Push Button Station (LPBS)The Scope includes supply

and installation of LPBS for Chiller Pumps AHUs Heaters as

per the BOQ and detailed specification given below aLPBS

shall be indoor metal clad air insulated wallAngle frame

mounted as required single front construction front wired

front connected hinged lockable door LPBS for Chiller Pumps

system shall be suitable for outdoor installationbMinimum

thickness of sheet metal used shall be 2 mm and panel shall

conform to IP54 protection for indoor installation and IP65 for

outdoor type LPBScAll switches push buttons with indicating

Tender No SCLPS52019E0156401 41

LED lamps indicating instruments shall be flush

mounteddThe LPBS shall be used for remote operation of

drives Equipment and HeaterseTo facilitate the localremote

operation LPBS shall have LocalRemote selector switch and

provided with Start push button lockable Stop push button

ammeter of suitable range Terminal Block and lockable

Emergency off Switch etc fLPBS shall be equipped with AC

(230V)DC (24V) Relays Contactors etc for seamless interface

of the operation of Drives from FCMS (PLC)gLPBS should be

suitable for wall mounting and provided with necessary

mounting arrangementhWiring shall be done with flexible

25sqmm copper 650V grade PVC insulated switchboard

wires Each wire shall be identified at both ends with

permanent markers bearing wire numbers as per wiring

diagramiWire termination shall be done with crimping type

connector with insulating sleevejGland plate shall be

minimum 3 mm thickkThe nameplate of approved design

shall be provided for each compartment and also at the top of

each panel Nameplate shall be minimum 20x70mm and 3mm

thicklLPBS shall be painted with light grey epoxy painted

(Siemens Gray RAL 7032)

22 Make of Electrical panel As per DOS Approved Panel

manufacturer list (attached)

TECHNICAL SPECIFICATION‐3

Item Specifications ‐III

Sl No Specifications Compliance

(Yes No)

Offered Specifications Remarks

Tender No SCLPS52019E0156401 42

1 Fire Detection System Scope for fire detection system

includes supply installation testing commissioning of Fire

panel Addressable Fire detection devices Manual Call Points

Addressable loop sounders Switch Monitoring unit (SMU) UV

IR sensor for detection of methanol flame Cable MS junction

boxes for loop in loop out of cable as per specifications and

integrating the same with existing repeater panel as per the

requirement The detailed specifications for the different

component of fire deduction system are as follows

2 A Multi‐sensor Detectors The smoke detectors shall be multi‐

sensor (heat and smoke) detector with isolator suitable for

detecting a wide range of smoke from slow smoldering and

fast flaming fire The detector shall have following features

bullSolid state addressing arrangement in combination with a

hand held programmer to configure the sensor

addressbullElectronics free mounting basebullTwin alarm LEDs for

360 Degree viewing and shall have blinking LED facilitybullThe

sensor shall have s removable chamber for ease of cleaning or

replacementbullAutomatic compensation for smoke sensor

contaminationbullShall have a built in test facility which allows

the fire alarm control panel to adjust the alarm threshold

levels to compensate for contamination and shall have a

maintenance alarm display when threshold can no longer be

adjustedbullOperating temperature ‐ 10 DegC to 50 DegC and

operating RH at 40 DegC‐95 RH

3 B Manual call stations Manual Call Stations should have in

built monitor module and pressbreak and resettable

capability constructed of high impact LEXAN sheet with clearly

visible operating instructions on the cover and the word FIRE

shall appear on front and suitable for surface mountingflush

mounting complete as required

Tender No SCLPS52019E0156401 43

4 C UV IR SensorThe UV‐IR flame detector shall operate on 24

VDC 0‐24mA current output suitable for detection of

Methanol flame with automatic built in test for reliable

operations and suitable for installation in Hazardous area zone

1and 2 with Class I Division 12 Gas group A B C The detector

shall not be susceptible to environmental conditions to

generate false alarms The entire system shall be rated for IP

66 or better and supplied with suitable mounting bracket The

system shall comply to the detailed specifications as listed

belowbullDetection Technology UV ‐ IR Electro‐optical

detectionbullDetection range 75 meterbullField of View greater

than equal to 90deg Both Horizontal and verticalbullResponse

Time less than equal to 5 secondsbullBuilt in Test Automatic

bullOperating Temperature Range 0 to + 75degCbullOperating

Humidity Range Continuous 95 non‐condensingbullAnalog

Output signal 4‐20mAbullAlarms amp Fault Normal 4 mA Fault

02 mA Alarm 20 mA + 10 verifiedbullOperating voltage 24

VDC ( 18‐32VDC)bullPower consumption Vendor to specify for

Standby and Alarm conditionbullSensor Calibration

Verification Sensor calibration as per OEM for certified

performancebullSensor Life 2 Years (minimum)bullSensor

Calibration vendor to carry out sensor calibration at site and

submit calibration certificate valid for one yearbullRFI EMI

SusceptibilitybullRequired EN 616326‐3 and EN 6100006‐3 or

equivalent IP protectionbullIP protection IP 66 or betterbullFault

Diagnostic Sensor Fault (end of life) other informationbullSelf‐

Check Test Automatic during start‐upbullHousing SS 316

Epoxy Painted Aluminium die castbullStart‐up Time Vendor to

specifybullApprovalcertification PESO and ATEX ‐ Ex d IIC C

Class 1 Div 12 Group A B C DNote Vendor shall arrange

the 230V AC to 24V DC Power supply module along with half

an hour Battery Back up in MS powder coated Enclosure

Input Power supply (230V AC) for Power Supply module shall

Tender No SCLPS52019E0156401 44

be provided by SCL

5 D SMU Unit for UV IR sensor Supply installation testing and

commissioning of Switch Monitoring Unit (SMU) to configure

the UV IR sensors with fire detection system as requiredE

SoundersAddressable Sounders shall be loop powered with

all fixing materials complete as required The sound level shall

be 100dB (A)

6 F Fire Alarm Control Panel (FACP) bullFACP shall be of 2

loopsbullFACP shall be suitable for 230V 50 Hz AC supply and

detectors shall be powered using FACP based detection

circuits Devices shall receive power and communication from

the same pair of conductorsbullFACP shall provide for resetting

detectors fault isolation and sensor loop operationbullFACP

shall be suitable for mixing different fire devices and beam

smoke detectors within the same loop to optimize field

wiringbullFACP shall have alarm indication of individual sensors

detector trouble alarm indication for dust accumulation The

panel shall check detector once in every 24 hours for

contamination for this purposebullThe FACP shall regularly

supervise all the sensors and devices on the loop and initiate

fire or trouble alarm whenever requiredbullFACP shall have 2

wire circuits to connect minimum of 126 addressable devices

per loopbullFACP shall be with repeater interface and suitable

24V battery with built in software and 2 x 40 character

alphanumeric LCD display and necessary front panel control

keys FACP shall display the date time and description for

Analog sensors to indicate alarms and trouble

situationsbullFACP switches shall allow authorized personnel to

accomplish the following ‐bullInitiate a general alarm

conditionbullSilence the local audiblebullSilence the alarm

signalsbullReset all zonespointsbullFACP shall have walk test

facilitybullShall have facility for programming from the key

board or utilizing PC set up software via laptopdesk top

Tender No SCLPS52019E0156401 45

computerbullShall have memory data for panel configuration

and operation reside in non‐volatile memory (EPROM)bullFACP

shall have facility for speech processor (to record pre‐

recorded message of 20 S) and also have Auto Dialer facility

(can dial up to 8 different lines)bullAll addressable units shall be

connected to the FACP through the loop cards and shall be

addressed though individualized numbers The FACP shall be

able to obtain analog value for all detectors in the circuit

through a pulsed digitized current data The FACP shall be

able to analyze all analog inputs from all addressable units

and though its own software and ambient level screening the

FACP shall be able to identify fire possible fire or fault

conditions The unit supervision shall be dynamic and

continuousbullThe FACP shall itself have all loop cards in it No

isolated mother board or transponder shall be

consideredbullShortopen circuit units shall also be reported at

the FACP in such cases the system through the use of fault

isolators shall be able to isolate that segment between the

two fault isolators The missing DetectorsDevices shall also

be reported to the FACP with identification of the

locationbullThe FACP shall have the facility to set smoke sensor

sensitivity remotely to either high sensitivity manually or on a

pre‐programmed sequence (Ie DayNight) period When an

alarm condition is sensed at the FACP from a smoke or heat

detector a delay timealarm verification period shall be

started If the sensor is still in alarm after the delay time

expired an alarm condition is reported The delay time shall

be adjustable from 0 to 990 secondsbullThe FACP shall have

either an in‐built or external printer coupled to the FACP

which shall log all events with time The printout shall clearly

indicate the event‐FirePre‐AlarmFault etc with the unit

address and timebullThe FACP shall also be able to discriminate

between false alarms and fire conditions as well as priority

selection of alarm in case alarm activities in two or more

Tender No SCLPS52019E0156401 46

remotely located units simultaneously In such cases the

Manual Call stations shall have the highest prioritybullThe FACP

shall also be able to actuate switches automatically in case of

Fire condition of AHUs and power supply or other system such

as piped pressurized gas supplybullThe system shall be fail safe

and adequate safe guards should be under taken that in the

event of a failure of a part of the system it shall not handicap

the complete system The loop cards shall be of Modular

constructionbullThe FACP shall have its own battery backup of a

minimum of 48 hours in normal run and then half an hour in

alarm condition The backup time calculation shall be done as

per TAC standards The Battery shall be 2 x 12V (24V) DC and

of sealed maintenance free type housed inside the FACPbullIt

shall be able to withstand temperature variations from 0

Degree Centigrade to 55 Degree Centigrade Further Relative

Humidity (non‐condensing type) up to 93 shall not hamper

its performance The voltage rating shall be from 17V DC to

31V DC though the voltage may be change depending upon

the working voltages of a proprietary FACPbullThe FACP shall be

totally enclosed dust and vermin proof type made of

minimum 16‐gauge dust inhibited sheet with even baked

finish The FACP shall be of completely solid state designbullThe

logic circuitry shall be based on high noise immunity solid‐

state hardware employing modular construction Logic cards

shall be of epoxy fiber glass constructionbullThe FACP shall have

EN 54ULFM approvalbullThe panel shall have an extra loop

card to serve as standby in case of burnout or malfunctioning

of any operating loop cardsbullThe FACP shall be capable of

being networked (future expansion) with other similar FACPs

located at different locations of SCL premises through a single

RS 485 busbullThe FACP shall have provision for interfacing with

the Public Address System

7 G Repeater panelScope comprises of supply and installation

Tender No SCLPS52019E0156401 47

of Repeater Panel which display fire fault message

simultaneously with the FACP bullIt shall be capable of

interfacing with the FACP on a single RS 485 Bus bullThe panel

shall be capable of operating on 24V DC supplybullThe

independent 24V DC supply source to be installed in MS

cubicle Box duly powder coated paint along with repeater

panelbullThe panel shall have 2 x 40‐character backlit display

which shall display date time and description of alarm

trouble events are that displayed in the panel shall be

powered from the FACPbullIt shall have control keys for sound

silence mute and to reset the FACP from the repeater

stationsbullThe repeater panel shall have the following LEDs

indicationsbullSupply bullFault bullMute bullSilent bullDisabled

bullFire

8 H Fire CableSupply and installation of 2Cx15mm2 Copper

extruded PVC inner sheath armored and overall FRLS PVC

outer sheathed 11 KV grade as per IS 7098 (Part I bearing ISI

certification) on existing cable traywallsoft soilhard soil as

required

9 I Fire Cable terminationSupplying and making end

termination with brass compression gland and copper lugs for

2Cx15mm2 Copper cable in MS Box of Size 4X4 installed

above the false ceilingwallsurface as required

10 J Junction Box for Fire devicesSupply installation testing and

commissioning of MS painted box Size 4X4 with ELMEX type

terminal block for loop in loop out of 2c x15 sq mm copper

armored cable and connection to the fire detector device on

wallsurfacerecess including wall cutting and providing

necessary hardware for mounting fixing including all

material for fixing as required

Tender No SCLPS52019E0156401 48

TECHNICAL SPECIFICATION‐4

Item Specifications ‐IV

Sl No Specifications Compliance

(Yes No)

Offered Specifications Remarks

1 A NetworksLAN The detailed specification for the network

rack switch cable cords IOs face plates etc and the

required accessories shall be as below CAT 6A or better cable

shall be laid in the PVC Conduit The detailed specifications

for the different component of networksLAN are as follows

2 bull Rack Supply installation testing and commissioning of UL

listed modular type 12U network rack with front glass door

and rear perforated door floor mounted Size 550x550 with

1 No of 5 port Octagonal PDU 515Amp with MCB and Fan

Tray with minimum 2 Fans The rack should have provision of

2 nos of cable manager duct type 1U and 2 vertical manager‐

concealed type Rack should be three sides openable with

front glass door and rear perforated door and provision of

cable entry from top and bottom both with proper earthing

kit as requiredRecommended Make Rittal Netrack

Schneider Valrack

3 bull Network Switch Supply amp installation of Network Switch in

Network Rack with the following specification as belowSwitch

shall haveamp61607Port Density Minimum 8 101001000

BaseT Ports amp 4‐1G SFP Ports ready for use with SFP module

Ports shall support PoE on all ports with PoE budget of

180Wamp61607Architecture Stand‐alone rack

mountableamp61607Bandwidth minimum 56Gbps of

switching bandwidth to support above listed ports in non‐

blocking configurationamp61607StackableScable support for

Tender No SCLPS52019E0156401 49

stacking multiple switchesamp61607Stacking backplane

bandwidth Access switch shall have additional port(s) for

providing minimum 40 Gbps stacking bandwidthamp61607L2

Features 8021x authentication spanning tree

etcamp61607Networkjflowsflow or equivalent provision for

Networkjflowsflow or equivalent supportamp61607Network

Management support Network Management through

command line interface (CLI) SNMP v1 v2c v3

httpsamp61607IPv6 Readiness IPv6 Readiness from day

1amp61607RegulatorySafety confirming to UL60950 amp

EN60950amp61607EALNIAP certified Model No shall be EAL

or NIAPNDPP certifiedRecommended Make Cisco Juniper

HP Brocade dell

4 bull CAT 6A Cable Supply and installationlaying of category 6A

or better 4 pair shielded cable UFTP or FUTP in PVC

Conduit sheath type low smoke zero halogen (LSZH) with

transmission properties amp electrical properties tested

minimum up to 500MHz amp verified by ETL amp comply with

ANSITIAEIA‐568‐C2 amp ISOIEC 11801 Recommended make

Commscope Schneider Molex Siemon

5 bull Patch Panel Supply installation testing and commissioning

of CAT6A PatchJack Panel of 24 Port fully loaded in Network

rack with port identification number with self‐adhesive clear

label holder Each portjack on the panel should be

individually removable on field from the panel and have

integrated rear cable management metallic shelf and have a

separate provision of grounding Recommended make

Commscope Schneider Molex Siemon

6 bull Patch Cords (1 meter) Supply installation testing and

commissioning of Patch Cords Cat 6A shielded 1 meter in

Network rack with 4 pair shielded copper wire factory pre

terminated with shielded RJ45 plugs Aluminumpolyester

Tender No SCLPS52019E0156401 50

shield screen material with low smoke Zero halogen sheath

comply to TIA‐568‐C2 Cat 6A in IOs of Network

RackRecommended make Commscope Schneider Molex

Siemon

7 bull Patch Cords (3 meter) Supply installation testing and

commissioning of Patch Cords Cat 6A shielded 3 meter in

Network rack with 4 pair shielded copper wire factory pre

terminated with shielded RJ45 plugs Aluminumpolyester

shield screen material with low smoke Zero halogen sheath

comply to TIA‐568‐C2 Cat 6A at field side Recommended

make Commscope Schneider Molex Siemon

8 bull Information outlet Supply and installation of Shielded Cat

6A information outlet UFTP or FUTP compliance to category

6A or better TIA568C2‐500MHz at field sideRecommended

make Commscope Schneider Molex Siemon

9 bull Face Plate (Dual) Supply and installation of single gang

square face plate (Dual) and SMB Box with a provision to

support variety of jacks‐ UTP STP etc at the field

sideRecommended make Commscope Schneider Molex

SiemonbullFace plate (single) Supply and installation of square

face plate ( single) with a provision to support variety of jacks‐

UTP STP etc at the field sideRecommended make

Commscope Schneider Molex Siemon

10 bull SMB Box Supply and installation of SMB Box for face plate

(DualSingle) as required Recommended make Commscope

Schneider Molex Siemon

11 bull Other Accessories amp61607Supply and Installation of

25mm electrical grade ISI mark PVC Conduit in

wallfloorslabsurface including wallfloor cutting and

making good the same as required Recommended make

Reputed ISI Markamp61607Supply and installation of OFC SM

Tender No SCLPS52019E0156401 51

OS2 Cable in existing 32mm HDPE pipe as

requiredamp61607Supply and Laying of 32mm HDPE pipe

direct in ground including excavation sand cushioning

protective covering and refilling the trench including standard

cable route marker etc as requiredamp61607Supply and

installation of SC simplex single‐mode LSZH pigtail 1m as

requiredamp61607Supply and installation of adaptor plate

with 3 SC duplex SM adaptors as requiredamp61607Splicing of

OFC as per Core as requiredamp61607Supply and installation

of accessories for making the Chamber Pit‐ 1Mtr Depth with

Lid for housing OFC as requiredamp61607Trenching of

HardSoft Soil as required

12 B Paging The scope includes supply installation testing and

commissioning of Supply and installation of IP 65 or better

explosion proofWP loud speaker anticorrosive powder

coated red (RAL‐3000) suitable for Zone I amp II Class II C

Hardware SS304 as per IS2148 and equivalent to model FLSR

25 of Baliga with necessary support gland as required and

installing the same on wallsurface with GI supports as

required and connecting the same with wire The Scope also

includes supply and installation of 2Cx15mm2 FRLS armored

and PVC sheath twisted pair wire their termination tagging

glanding earthing etc as required for speakers and other

accessories requires for smooth commissioning of the paging

system

Vendor Specificied Terms

Description Vendor Terms

Tender No SCLPS52019E0156401 52

1Delivery Term

Prices shall be quoted on F O R destination basis ie S C L S A S Nagar Mohali

Punjab exclusive of GST and taxes as may be applicable

2 GST

Purchaser is entitled to concessional GST of 5 as per Ministry of Finance

Department of Revenue Notification No 472017 Integrated Tax (Rate) both

dated 14th November 2017 respectively and would accordingly issue Exemption

Certificate in favour of the contractor quoting in Indian Rupees The bidder

should take note of the same while quoting the prices in Indian Rupees GST on

installation services shall be applicable 18

3 DELIVERY SCHEDULEPERIOD OF COMPLETION

The time allowed for supply installation testing and commissioning of the entire

works shall be 06 (Six) months to be reckoned form the 7th day of issue of

purchase order

4 IMPORTANT

This being a two part Tender Technical and Commercial parts separate the

bidder should not attach any document(s) containing pricing information with

technical part The Contractor will provide Un priced commercial offer in

envelope 1 (Technical Part) as an attachment

The tenders containing price information in Technical Part will be treated as

unsolicited offers and rejected Contractor to confirm that Price bid is not

attached in Envelope 1 ie Technical Part

Priced Commercial offer if any should be attached in Envelope 2 (Price Bid)

under Supporting Documents from Vendor (Commercial) as an attachment

5 The prices shall remain firm until completion of entire project including

extended period if any No cost escalation shall be applicable for the work

Tender No SCLPS52019E0156401 53

6 SECURITY DEPOSIT

a) On acceptance of the tender the Contractor shall submit security deposit for

ten percent (10 percent) of the value of the Contract within 15 days from the

date of purchase order If the Contractor fails toprovide the security within the

period specified such failure shall constitute a breach of the Contract and the

Purchaser shall be entitled to make other arrangements for the re purchase of

the stores contracted at the cost and risk of the Contractor

b) Security Deposit shall be submitted through Demand Draft Bankers Cheque

fixed deposit receipt or Bank Guarantee from any of the Scheduled Banks

executed on nonjudicial stamp paper of appropriate value and shall be valid for

a period of sixty (60) days beyond the date for completion of the Purchase

OrderContract

c) In case the contractor fails to furnish the security deposit within the specified

date or extended due date the Purchase OrderContract shall be cancelled and

in addition appropriate penal action may also be considered

d) After the Purchase OrderContract is successfully executed in all respects the

Bank Guarantee towards Security Deposit may be discharged and retained

amount shall be refunded to vendors

e) In the event of non execution of the Purchase orderContract or breach of any

terms and conditions of the Purchase Order the Security Deposit shall be

forfeited

7 Warranty

The Contractor shall provide for the tendered job comprehensive warranty for

parts as well as labour for a period of 12 months from the date of successful

installation commissioning and testing of the system at Purchasers site at no

extra charges against any manufacturing defectfaulty workmanship In case any

defect arises during warranty period the Contractor should replacerectify the

same at its own cost at siteworks

The LED light fittings and its driver unit etc shall have warranty for a period of 5

Tender No SCLPS52019E0156401 54

years from the date of installation and commissioning

8 Warranty Replacements

All replacement parts if any shall be supplied by the Contractor free of cost on F

O R Purchaser site at S A S Nagar Punjab basis

9 TERMS OF PAYMENT

The payment shall be remitted as under

90 of the value of the materials supplied shall be paid within 30 days of the

receipt of the materials at purchaser site and the balance 10 amount along

with 100 installation charges shall be payable on successful installation

commissioning and acceptance of the entire project at Purchasers site against a

Performance Bank Guarantee

10 PERFORMANCE BANK GUARANTEE (PBG)

The Contractor shall furnish a Bank Guarantee (as per format given by purchaser)

from any nationalized scheduled bank for an amount equivalent to 10 of the

value of the Contract and shall be valid for a period of 60 days beyond the expiry

date of warranty period On the performance and completion of the Contract in

all respects the Bank Guarantee will be returned to the Contractor without any

interest

11 VALIDITY

The tender must be valid for a minimum period of 120 days from the date of

opening of Technical bid and 90 days after opening of Price bid

The tender where the validity period is shorter than the period specified in the

tender enquiry shall be excluded from the procurement process

12 Quantity Variation

The quantities indicated against each items in the Bill of Quantities (BOQ) are

indicative and are for the purpose of bidding only Variation in quantities up to

Tender No SCLPS52019E0156401 55

+25 percent shall be carried out by the contractor on the agreedPurchase order

(PO) rates and terms amp conditions as in the purchase order (PO)

13 GUARANTEED TIME DELIVERY

The time for and the date of delivery stipulated in the Purchase Order shall be

deemed to be the essence of the Contract Delivery must be completed within

the date specified therein

14 Extra Items

In case of extra items (that are completely new and are in addition to the items

contained in the contract) the contractor may claim rates supported by proper

analysis and purchaser engineer in charge of the work shall after giving

consideration to the analysis of the rates submitted by the contractor determine

the rates on the basis of market rates and the contractor shall be paid in

accordance with the rates so determined The contractor(s) profit amp OH shall be

factored in the rate analysis 15

15 CONSIGNEE

Sr Purchase and Stores Officer (Stores)

Semi Conductor Laboratory

Sector 72 SAS Nagar (Mohali) Punjab

India 160 071

16 INSTALLATION AND COMMISSIONING

Installation commissioning and demonstration of performance of the tendered

stores as per Purchaser tendered specifications shall be carried out by the

Contractor at Purchaser site at S A S Nagar Punjab India

The Contractor shall provide in advance guidelines for preparation of the

installation site and list of items to be supplied by Purchaser during installation

Tender No SCLPS52019E0156401 56

On receipt of intimation from the Purchaser the Contractor shall depute its

engineer(s) to Purchaser site within two weeks to carry out installation and

commissioning and will demonstrate the functionality of the tendered

equipment to Purchaser specifications as per mutually agreed acceptance

procedure The Contractor shall be responsible for any lossdamages sustained

due to delay on the part of the Contractor to send its engineer for installation

and commissioning

Failure to commission the tendered equipment successfully shall entitle

Purchaser to full refund of the payment made and the interest thereon Decision

regarding successful installation and commissioning shall rest solely with the

Purchaser

17 REJECTION

In the event that any of the stores supplied by the Contractor is found defective

in material or workmanship or otherwise not in conformity with the

requirements of the Contract specifications the purchaser shall either reject the

stores or request the Contractor in writing to rectify the same The Contractor

on receipt of such notification shall either rectify or replace the defective stores

free of cost to the purchaser If the Contractor fails to do so the purchaser may

at his option either

a) replace or rectify such defective stores and recover the extra cost so involved

from the Contractor or

b) terminate the Contract for default as provided in this tender document

18 EXTENSION OF TIME

If the completion of supply of stores is delayed due to reason of force majeure

such as acts of god acts of public enemy acts of Government fires floods

epidemics quarantine restriction strikes freight embargoes etc the

Contractor shall give notice within 15 days to the purchaser in writing of his

claim for an extension of time The purchaser on receipt of such notice after

verification if necessary may agree to extend the Contract delivery date as may

Tender No SCLPS52019E0156401 57

be reasonable but without prejudice to other terms and conditions of the

Contract

19 DELAY IN COMPLETIONLIQUIDATED DAMAGES

If the Contractor fails to deliver the stores within the time specified in the

Contract or any extension thereof the purchaser shall recover from the

Contractor as liquidated damages a sum of one half of one percent (05 percent)

of the Contract price of the undelivered stores for each calendar week of delay

The total liquidated damages shall not exceed ten percent (10 percent) of the

Contract price of the unit or units so delayed Stores will be deemed to have

been delivered only when all their component parts are also delivered If certain

components are not delivered in time the stores will be considered as delayed

until such time as the missing parts are delivered Delivery of stores shall be

complete on Installation commissioning Testing and Acceptance

20 INSPECTION AND ACCEPTANCE TEST

The Purchasers representatives shall also be entitled at all reasonable times

during manufacture to inspect examine and test on the Contractors premises

the material and workmanship of all stores to be supplied under this Contract

and if part of the said stores is being manufactured on other premises the

Contractor shall obtain for the purchasers representative permission to inspect

examine and test as if the equipment were being manufactured on the

Contractors premises

Such inspection examination and testing shall not release the Contractor from

the obligations under this Contract

For tests on the premises of the Contractor or of any of his sub Contractors the

Contractor shall provide free of cost assistance labour material electricity fuel

and instruments as may be required or as may be reasonably needed by the

purchasers representative to carry out the tests efficiently

When the stores have passed the specified test the purchaser representative

shall furnish a certificate to the effect in writing to the Contractor The

Tender No SCLPS52019E0156401 58

Contractor shall provide copies of the tests certificates to the purchaser as may

be required

21 Labour Law Contractor shall abide by all labour laws rules and regulations

which are prevailing and as enforced from time to time and SCL shall not be

responsible for any accident or mishap during the course of the contract to any

of engineer labour employee by the Contractor The contractor shall also ensure

that the statutory obligations with regards to the employment of labour under

law are complied properly and timely

22 ARBITRATION

In the event of any disputes differences or claims arising out of or relating to

the interpretation and application of the Contract such disputes or differences

or claims shall be settled amicably by mutual consultations of the good Offices

of the respective Parties and recognizing their mutual interests attempt to reach

a solution satisfactory to both the parties If such a resolution is not possible

within 30 days from the date of receipt of written notice of the existence of such

disputes then the unresolved disputes or differences or claims shall be

referred to the Sole Arbitrator appointed by the Parties by mutual consent in

accordance with the rules and procedures of Arbitration and Conciliation Act

1996 as amended from time to time The arbitration shall be conducted in New

Delhi in the Arbitration and Conciliation Centre New Delhi (Domestic and

International) as per its rules and regulations The expenses for the Arbitration

shall be shared equally or as may be determined by the Arbitrator The

considered and written decision of the Arbitrator shall be final and binding

between the Parties The applicable language for Arbitration shall be English

only Work under the Contract shall be continued by the CONTRACTOR during

the pendency of arbitration proceedings without prejudice to a final adjustment

in accordance with the decision of the Arbitrator unless otherwise directed in

writing by the DEPARTMENT or unless the matter is such that the works cannot

be possibly continued until the decision (whether final or interim) of the

Arbitrator is obtained

23 APPLICABLE LAWS The contract shall be interpreted construed and

Tender No SCLPS52019E0156401 59

governed by laws of IndiaThe contract shall be subject to exclusive Jurisdiction

of the Court of SAS Nagar (Mohali) Punjab India irrespective of anything

mentioned in any correspondences or otherwise

24 Any Other Term

Tender No SCLPS52019E0156401 60

Supporting Documents from Vendor

Attachment ‐ I

Attachment ‐ II

Price Bid Form

Item Description Slab Range Qty UOM Currency Unit Price Total Price

Supply of MCC Panels cables

cable trays lightings etc for

electrical distribution system

including fire detection

system LAN Paging etc for

the Chemical Store building as

per detailed specifications

technical write‐updrawings

attached

‐ 1 Lot ‐ ‐ ‐

Installation Testing and

Commissioning of MCC

Panels cables cable trays

lightings etc for electrical

distribution system including

fire detection system LAN

Paging etc for the Chemical

Store building as per detailed

specifications technical write‐

updrawings attached

‐ 1 Lot ‐ ‐ ‐

Tender No SCLPS52019E0156401 61

Break‐up of other taxes and other costs should be specified in respective narration columns

Sum of these Break‐up values should be specified in respective value columns

Supporting Documents from Vendor (Commercial)

Document attachment with price bid

Attachment ‐ I

Attachment ‐ II

  • pdf_document_tndr_notc_electrical_distribution_system_051119
  • pdf_document_tndr_doc_electrical_distribution_system_051119
Page 14: -72, -160071 चंडीगढ़ के समीप पंजाब भारत...स म -क डक टर ल ब र टर /Semi-Conductor Laboratory अ त रक ष वभ

Tender No SCLPS52019E0156401 13

19 SECURITY FOR PURCHASE OF MATERIALS Successful tenderer will have to furnish in the form of a

bank guarantee or any other form as called for by the purchaser towards adequate security for the

materials and properties provided by the Purchaser for the due execution of the Contract

20 In eprocurement system submission of bid is a two step process After submission of their bids

bidders have to wait for bid sealing by Purchaser Subsequently bidders have to complete open

authorization in the eprocurement system to enable the Purchaser to open the bid If open

authorization is not completed by the bidder then Purchaser will not be able to open the bid and the

bid becomes invalid

In case bidder encounters any technical snag pertaining to eprocurement system while acting on the

tender computer screen shot of the error message with date time stamp on the web browser along

with the query shall be e mailed by the bidder to the help desk for resolution of the problem at least 2

working days before the due date and time of bid submission The contact detail of the help desk is

available on the home page of the eprocurement website

Purchaser will make all efforts to resolve technical queries reported by the bidders but will not be bound

to do so if the problems are reported beyond the time mentioned above Purchaser will not be

responsible for non submission of bids for such cases

The time taken to ascertain evaluate and suggest a solution for the problem reported by bidder may

vary from case to case Hence bidders are advised to submit the bid well in advance before closing date

and time to avoid last minute issues

DOS PM‐ 22

Instruction to Tenderer

1 Bid Open Authorization shall be submitted online only complying specified schedule and complete in

all respects with technical specifications including pamphlets and catalogues

2 A Proforma Invoice may also be given which should contain the following information

a) The FOBFCA value the C and F value for import by Sea freight Air freight up to and for air parcel

post up to should be separately indicated

b) Agency Commission The amount of commission included in the price and payable to the Indian Agent

of the Contractor shall be paid directly to the Indian Agent by the Purchaser in equivalent Indian Rupees

on the basis of an Invoice from him applying TT buying rate of exchange ruling on the date of

placement of the Purchase Order and which shall not be subject to any further exchange variations This

payment will be released to the Indian Agent immediately after Customs clearance of the goods in India

Tender No SCLPS52019E0156401 14

c) The Contractor shall invoice only for the net amount payable to deducting the amount of Agency

Commission included in the invoice which will be paid to the Indian Agent directly by the Purchaser

However the Contractors invoice should separately reflect the amount of commission payable to his

Indian Agent

d) The earliest delivery period and country of origin of the Stores

e) Bankers name address telephonefax Nos and eMail ID of the Contractor

f) The approximate net and gross weight and dimensions of packages cases

g) Recommended spares for satisfactory operation for a minimum period of one year

h) Details of any technical service if required for erection assembly commissioning and demonstration

3 The FOBFCA and C and F prices quoted should be inclusive of all taxes levies duties arising in the

tenderers country

4 The offer should be valid for a minimum period of 90 days (single part tender) and 120 days (Two part

tender) from the due date of opening of the tender

5 Samples if called for should be sent free of all charges

6 Late and delayed tenders will not be considered Quotations by cable must be followed by detailed

offers

7 Offers made by Indian Agents on behalf of their Principals should besupported by the proforma

invoice of their Principals

8 The details of Import Licence will be furnished in the Purchase Order

9 The authority of person signing the tender if called for shall be produced

10 Instructions Operation Manual containing all assembly details including wiring diagrams should be

sent wherever necessary in duplicate All documents correspondence should be in English language

only

11 The Purchaser reserves the right to accept or reject the lowest or any offer in whole or part without

assigning any reason

12 It is expressly agreed that the acceptance of the Stores Contracted for is subject to final approval in

writing by the Purchaser

13 a) Part shipment is not allowed unless specifically agreed to by us

b) As far as possible stores should be despatched by Indian Flag Vessels Air India through any Agency

nominated by us

Tender No SCLPS52019E0156401 15

14 Inspection Test Certificate should be provided for the goods after testing it thoroughly at the

Contractors works If any Inspection by Lloyds or any other testing agency is considered necessary it

shall be arranged by Contractors

15 Where erection or assembly or commissioning is a part of the Contract it should be done

immediately on notification The Contractor shall beresponsible for any lossdamage sustained due to

delay in fulfilling this responsibility

16 For items having shelf life those with maximum shelf life should be supplied if order is placed

TERMS AND CONDITIONS

1 DEFINITIONS

(a) The term Purchaser shall mean the President of India or his successors or assignees

(b) The term Contractor shall mean the person firm or company with whom or with which the order for

the supply of stores is placed and shall be deemed to include the Contractors Successors

representatives heirs executors and administrators unless excluded by the Contract

(c) The term Purchase Order shall mean the communication signed on behalf of the Purchaser by an

officer duly authorised intimating the acceptance on behalf of the Purchaser on the terms and

conditions mentioned or referred to in the said communication accepting the Tender or offer of the

Contractor for supply of stores of plant machinery or equipment of part thereof

(d) The term Stores shall mean what the Contractor agrees to supplyunder the Contract as specified in

the Purchase Order

2 PRICES

Tenders offering firm prices will be preferred Where a price variation clause is insisted upon by a

tenderer quotations with a reasonable ceiling should be submitted Such offers should invariably be

supported by the base price taken into account at the time of tendering and also the formula for any

such variations

3 TERMS OF PAYMENT

31 Being a Department of the Government of India the normal terms of payment are by Sight Draft

However other terms of payment like establishment of Letter of Credit may be considered by the

Purchaser on such terms and conditions as may be agreed upon

32 The Sight Draft Letter of Credit will be operative on presentation of the under mentioned

documents

a) Original Bill of Lading Airway Bill

Tender No SCLPS52019E0156401 16

b) Commercially certified invoices describing the stores delivered quantity unit rate and their total

value in triplicate The invoice should indicate the discounts if any and Agency Commission separately

c) Packing List showing individual dimensions and weight of packages

d) Country of Origin Certificate in duplicate

e) Test Certificate

f) Declaration by the Seller that the contents in each case are not less than those entered in the invoices

and the quality of the Stores are guaranteed as per the specifications asked for by the Purchaser

g) Warrantee and guarantee Certificates vide Clause 20 herein below

4 IMPORTANT LICENCE

Reference to Import License No and date and Contract number and date shall be prominently indicated

in all the documents

5 DEMURRAGE

Supplier shall bear demurrage charges if any incurred by the purchaser due to delayed presentation of

shipping documents as prescribed in the bankers within a reasonable time (say within 10 to 12 days)

from the date of bill of lading for sea consignments and within 3 to 4 days from the date of Air Way Bill

for air consignments

6 ADDRESS OF INDIAN AGENTS

7 GUARANTEED TIME DELIVERY

The time for and the date of delivery stipulated in the Purchase Order shall be deemed to be the

essence of the Contract Delivery must be completed within the date specified therein

8 INSPECTION AND ACCEPTANCE TEST

81 The Purchaser representatives shall also be entitled at all reasonabletimes during manufacture to

inspect examine and test on the Contractors premises the material and workmanship of all stores to be

supplied under this Contract and if part of the said stores is being manufactured on other premises the

Contractor shall obtain for the purchasers representative permission to inspect examine and test as if

the equipment were being manufactured on the Contractors premises Such inspection examination

and testing shall not release the Contractor from the obligations under this Contract

82 For tests on the premises of the Contractor or of any of his subContractors the Contractor shall

provide free of cost assistance labourmaterial electricity fuel and instruments as may be required or

as may be reasonably needed by the purchasers representative to carry out the tests efficiently

Tender No SCLPS52019E0156401 17

83 When the stores have passed the specified test the purchasers representative shall furnish a

certificate to the effect in writing to the Contractor The Contractor shall provide copies of the tests

certificates to the purchaser as may be required

9 MODE OF DESPATCH

Generally stores should be despatched through Indian Flagged Vessel Air India or through any other

Agency nominated by the purchaser A copy of the invoice and packing list should invariably be kept

inside each of the packages

10 PORT OF ENTRY

New Delhi Mumbai

11 CONSIGNEE

Purchase and Stores Officer Stores

12 SHIPPING MARKS

The mark on the shipping documents such as invoice bill of lading and on the packages should be as

follow

PURCHASE ORDER NO

DATED

GOVERNMENT OF INDIA

DEPARTMENT OF SPACE

(name of the CentreUnit)

Destination

Port of Entry

13 INSURANCE OF THE STORES

The necessity or otherwise of insurance will be as indicated in the Purchase Order

14 CONTRACTORS DEFAULT LIABILITY

141 The purchaser may upon written notice of default to the Contractorterminate the Contract in

whole or in part in circumstances detailedhereunder

Tender No SCLPS52019E0156401 18

a) If in the judgement of the Purchaser the Contractor fails to makedelivery of Stores within the time

specified in the Contract agreement or within the period for which extension has been granted by the

Purchaser to the Contractor

b) If in the judgment of the Purchaser the Contractor fails to comply with any of the other provisions of

this Contract

15 In the event the Purchaser terminates the Contract in whole or in part as provided in Clause 14 the

Purchaser reserves the right to Purchase upon such terms and in such a manner as he may deem

appropriate stores similar to that terminated and the Contractor shall be liable to the Purchaser for any

additional costs for such similar stores andor for liquidated damages for delay as defined in Clause 19

until such reasonable time as may be required for the final supply of stores

151If this Contract is terminated as provided in Clause 14 the Purchaser in addition to any other rights

provided in this Article may require the Contractor to transfer title and deliver to the Purchaser under

any of the following clauses in the manner and as directed by the Purchaser

a) Any completed stores

b)Such partially completed stores drawing information and Contract rights (hereinafter called

manufacturing material) as the Contractor has specifically produced or acquired for the performance of

the Contract as terminated The Purchaser shall pay to the Contractor the Contract price for completed

stores delivered to and accepted by the purchaser and for manufacturing material delivered and

accepted

152 In the event the Purchaser does not terminate the Contract as provided in Clause 14 the

Contractor shall continue the performance of the Contract in which case he shall be liable to the

purchaser for liquidated damages for delay as set out in Clause for DELAY IN COMPLETION

LIQUIDATED DAMAGES until the stores are accepted

16 REPLACEMENT

If the stores or any portion thereof is damaged or lost during transit thePurchaser shall give notice to

the Contractor setting forth particulars of such stores damaged or lost during transit The replacement

of such stores shall be effected by the Contractor within a reasonable time to avoid unnecessary delay in

the intended usage of the Stores In case the purchaser agrees the price towards replacement items

shall be paid by the purchaser on the basis of original price quoted in the tender or as reasonably

worked out from the tender

17 REJECTION

In the event that any of the stores supplied by the Contractor is found defective in material or

workmanship or otherwise not in conformity with the requirements of the Contract specifications the

purchaser shall either reject the stores or request the Contractor in writing to rectify the same The

Tender No SCLPS52019E0156401 19

Contractor on receipt of such notification shall either rectify or replace the defective stores free of cost

to the purchaser If the Contractor fails to do so the purchaser may at his option either

a) replace or rectify such defective stores and recover the extra cost so involved from the Contractor or

b) terminate the Contract for default as provided under clause 14 above or

c) acquire the defective stores at a reduced price considered equitable under the circumstances The

provision of this article shall not prejudice the Purchasers rights under clause 19

18 EXTENSION OF TIME

If the completion of supply of stores is delayed due to reason of force majeure such as acts of god acts

of public enemy acts of Government fires floods epidemics quarantine restriction strikes freight

embargoes etc the Contractor shall give notice within 15 days to the purchaser in writing of his claim

for an extension of time The purchaser on receipt of such notice after verification if necessary may

agree to extend the Contract delivery date as may be reasonable but without prejudice to other terms

and conditions of the Contract

19 DELAY IN COMPLETION LIQUIDATED DAMAGES

If the Contractor fails to deliver the stores within the time specified in theContract or any extension

thereof the purchaser shall recover from theContractor as liquidated damages a sum of onehalf of one

percent (05percent) of the Contract price of the undelivered stores for each calendar week of delay

The total liquidated damages shall not exceed ten percent (10 percent) of the Contract price of the unit

or units so delayed Stores will be deemed to have been delivered only when all their component parts

are also delivered If certain components are not delivered in time the stores will be considered as

delayed until such time as the missing parts are delivered

20 GUARANTEE and REPLACEMENT

a) The Contractor shall guarantee that the stores supplied shall comply fully with the specifications laid

down for material workmanship and performance

b) For a period of twelve months after the acceptance of the stores if any defects are discovered

therein or any defects therein are found to have developed under proper use arising from faulty

materials design or workmanship the Contractor shall remedy such defects at his own cost provided he

is called upon to do so within a period of 14 months from the date of acceptance thereof by the

Purchaser who shall state in writing in what respect the stores or any parts thereof are faulty

c) If in the opinion of the purchaser it becomes necessary to replace or renew any defective stores such

replacements or renewals shall be made by the Contractor free of all costs to the purchaser provided

the notice informing the Contractor of the defect is given by the purchaser in this regard within the said

period of 14 months from the date of acceptance thereof

Tender No SCLPS52019E0156401 20

d) Should the Contractor fail to rectify the defects the purchaser shall have the right to reject or repair

or replace at the cost of the Contractor the whole or any portion of the defective stores

e) The decision of the Purchaser notwithstanding any prior approval or acceptance or inspection

thereof on behalf of the purchaser as to whether or not the stores supplied by the Contractor are

defective or any defects has developed within the said period of 12 months or as to whether the nature

of the defects requires renewal or replacement shall be final conclusive and binding on the Contractor

f) To fulfill guarantee conditions outlined in Clause 20 (a) to (e) above the Contractor shall at the option

of the purchaser furnish a Bank Guarantee (as prescribed by the purchaser Bank Guarantee format

enclosed) from a Bank approved by the purchaser for an amount equivalent to 10Percent of the value of

the Contract along with first shipment documents On the performance and completion of the Contract

in all respects the Bank Guarantee will be returned to the Contractor without any interest

g) All the replacement stores shall also be guaranteed for a period of 12 months from the date of arrival

of stores at purchasers site

h) Even while the 12 months guarantee applies to all stores in case where a greater period is called for

by our specifications then such a specification shall apply and in such cases the period of 14 months

referred to in Clause 20 (b) and (c) shall be asked for guarantee period plus two months

21 REQUIREMENT OF ADDITIONAL NUMBERS OF THE STORESSPARE PARTS ORDERED

The Contractor shall also undertake the supply of additional number of items covered by the order as

considered necessary by the purchaser at a later date the actual price to be paid shall be mutually

agreed to after negotiations

22 PACKING

a) The Contractor wherever applicable shall pack and crate all stores for sea air shipment as applicable

in a manner suitable for export to a tropical humid climate in accordance with internationally accepted

export practices and in such a manner so as to protect it from damage and deterioration in transit by

road rail or sea for space qualified stores The Contractors shallbe held responsible for all damages due

to improper packing

b) The Contractor shall ensure that each box unit of shipment is legible and properly marked for

correct identification The failure to comply with this requirement shall make the Contractor liable for

additional expenses involved

c) The Contractor shall notify the purchaser of the date of shipment from the port of embarkation as

well as the expected date of arrival of such shipment at the designated port of arrival

d) The Contractor shall give complete shipment information concerning the weight size content of each

packages etc

Tender No SCLPS52019E0156401 21

e) Transshipment of equipment shall not be permitted except with the written permission of the

purchaser

f) Apart from the despatch documents negotiated through Bank the following documents shall also be

airmailed to the purchaser within 7 days from the date of shipment by sea and within 3 days in case of

air consignments

a) Commercial Bill of Lading Air Way Bill Post parcel Receipt (Two nonnegotiable copies)

b) Invoice (3 copies)

c) Packing List (3 copies)

d) Test Certificate (3 copies)

e) Certificate of Origin

The Contractor shall also ensure that one copy of the packing list is enclosed in each case

23 ARBITRATION

In the event of any disputes differences or claims arising out of or relating to the interpretation and

application of the Contract such disputes or differences or claims shall be settled amicably by mutual

consultations of the good Offices of the respective Parties and recognizing their mutual interests

attempt to reach a solution satisfactory to both the parties If such a resolution is not possible within 30

days from the date of receipt of written notice of the existence of such disputes then the unresolved

disputes or differences or claims shall be referred to the Sole Arbitrator appointed by the Parties by

mutual consent in accordance with the rules and procedures of Arbitration and Conciliation Act 1996 as

amended from time to time The arbitration shall be conducted in New Delhi in the Arbitration and

Conciliation Centre New Delhi (Domestic and International) as per its rules and regulations The

expenses for the Arbitration shall be shared equally or as may be determined by the Arbitrator The

considered and written decision of the Arbitrator shall be final and binding between the Parties The

applicable language for Arbitration shall be English only

Work under the Contract shall be continued by the CONTRACTOR during the pendency of arbitration

proceedings without prejudice to a final adjustment in accordance with the decision of the Arbitrator

unless otherwise directed in writing by the Purchaser or unless the matter is such that the works cannot

be possibly continued until the decision (whether final or interim) of the Arbitrator is obtained

24 LANGUAGE AND MEASURES

All documents pertaining to the Contract including specification schedule notice correspondence

operating and maintenance instructions drawings or any other writings shall be written in English

language The metric system of measurement shall be used exclusively in the Contract

25 INDEMNITY

Tender No SCLPS52019E0156401 22

The Contractor shall warrant and be deemed to have warranted that all Stores supplied against this

Contract are free and clean of infringement of any patent copyright or trade mark and shall at all times

indemnify the purchaser against all claims which may be made in respect of stores for infringement of

any right protected by Patent Registration of design or Trade Mark and shall take all risk of accident or

damage which may cause a failure of the supply from whatever cause arising and the entire

responsibility for the sufficiency of all the means used by him for the fulfillment of the Contract

26 COUNTER TERMS AND CONDITIONS OF SUPPLIERS

Where counter terms and conditionsprinted or cyclostyled conditions have been offered by the

supplier the same shall not be deemed to have been accepted by the purchaser unless specific written

acceptance thereof is obtained

27 SECURITY INTEREST

On each item to be delivered under this Contract including an item of work in progress in respect of

which payments have been made in accordance with the terms of the Contract purchaser shall have a

security interest in such items which shall be deemed to be released only at the time when the

applicable deliverable item is finally accepted and delivered to the purchaser in accordance with the

terms of the Contract Such security interest of the purchaser shall constitute a prior charge as against

any other charge or interest created in respect of such items by any entity

28 BANK CHARGES

While the purchaser shall bear the bank charge payable to his Bankers (State Bank of India) the

Contractor shall bear the Bank charges payable to his Bankers including the cheques towards advising

amendment commissions

29 TRAINING

The Contractor shall if required by the purchaser provide facilities for the practical training of

Purchasers engineering technical personnel from India and for their active association on the

manufacturing processes throughout the manufacturing period of the Contract stores number of such

personnel to be mutually agreed upon

30 APPLICABLE LAW

The Contract shall be interpreted construed and governed by the laws of India

Tender No SCLPS52019E0156401 23

BidTemplates

GENERAL CONDITIONS

Item Specifications

Sl No Specifications Complianc

e (Yes No)

Offered Specifications Remarks

1 Intent of the ProjectaThe scope of Project includes Supply

Installation Testing and Commissioning of electrical

distribution system including illumination MCC Panels fire

detection system Local Area Network (LAN) Paging etc for

the Chemical Store Building at Semi‐Conductor Laboratory

(SCL) Sector‐ 72 SAS Nagar Mohali (Punjab) bScope

includes receiving unloading storage insurance in‐plant

transportation and all equipment amp accessories covered under

this specificationcTechnical SpecificationBrief overview of

Equipment amp services under this specification is described

hereiGeneral SpecificationiiSupply amp Installation of

Electrical MCCPCC Panels MCB DB exhaust fan light fixtures

etciiiSupply amp Installation of wire cables conduits Modules

SwitchSockets termination earthing etcivSupply amp

Installation of Fire detection system and its

accessoriesvSupply amp Installation of NetworksLAN

systemviSupply and installation of material for Earthing and

lightning protection system viiAny other electrical

requirement for execution of the work dDrawing amp notes All

drawing amp notes as listed in the annexure form a part of this

specification

Tender No SCLPS52019E0156401 24

2 General Information for Site Condition The Contractor may

visit the site of work at SCL to acquaint themselves of the

actual site conditions

3 Code amp Standards All electrical equipment and accessories to

be furnished installed and commissioned under scope of

these specifications shall be designed manufactured tested

and installed in accordance with relevant Indian Standard

Specifications (ISS) Indian electricity rules and any other

applicable regulations

4 Period of CompletionThe time allowed for supply installation

testing and commissioning of the entire work shall be six (6)

months to be reckoned from the 7th day of issue of Purchase

order by SCL

5 Drawing Data and ManualsFollowing drawings documents

shall be submitted by the selected contractor for approval of

SCL for execution of the workaFoundation drawing of all

floor mounted Electrical panelsbGeneral Layout (GA)

drawing with dimension of all electrical equipment and Single

line drawings (SLDs) of electrical PanelcMake type and

catalogue of Switchgears of Electrical MCC Panels Power DBs

Power Cables and related accessories along with technical

leaflets data sheets etc to be provided by the contractor

The contractor shall offer recommended makes mentioned in

this document dEquipment data sheets furnishing

guaranteed performance figure for each type of

equipmenteTest certificates test results for each type of

equipmentfCheck lists and tests to be conducted during

erection testing amp commissioning of the individual

equipmentOn successful completion of the entire work the

Contractor shall provide lsquoAs Builtrsquo drawings for all the Systems

executed under the Contract Three (03) sets of hard copies

and one (01) set in soft copy (CDDVD) in Auto‐CAD and PDF

Tender No SCLPS52019E0156401 25

format shall be provided to SCL for its record and reference

Contractor shall also provide instruction Operation

manual(s) and maintenance manuals for the all equipment

system installed under the project

6 Eligibility Criteria Only those bidders meeting the below

mentioned eligibility criteria are eligible to participate in the

tendera Should have satisfactorily executed at‐least two (2)

similar works of value not less than Rs 50 Lakh each

involving inter alia power distribution works consisting of

MCCsPCCs of rating not less than 400 A 415 V 35 kA ( fault

level) MCBDBs lighting systems cabling during the last 5

years To ascertain eligibility for the work the participating

bidders shall enclose copy (ies) of the detailed Purchase

Order(s) and their completion certificate(s) evidencing

satisfactory completion of similar works issued by the

respective clientsorganisations Completion certificate for

works issued by private parties shall be supported by TDSb

Should not have incurred any loss in more than two years

during the last five (5) financial years ending 31st March 2019

c The Contractor should possess valid license of Class lsquoArsquo

Category Electrical Contractor issued by the State Licensing

Authorityd The contractor shall carry out the work in co‐

ordination with the civil works undertaken by other contractor

engaged by SCL

7 DeviationaContractor to clearly mention deviation(s) if any

from the specification in the unpriced techno‐commercial bid

bUnless such deviations are recorded in the deviation sheets

and submitted with the bid it will be assumed that the offer is

made in conformity with the tendered specification in all

respectscThe deviations shall be evaluated by SCL and

acceptance of the same shall be at the sole discretion of SCL

Tender No SCLPS52019E0156401 26

8 Quantity variationThe quantities indicated against each item

in the Bill of Quantities (BOQ) are indicative and are for the

purpose of bidding only Variation in quantities upto + 25

shall be carried out by the contractor on the agreedPurchase

Order (PO) rates and terms amp conditions as in the Purchase

Order (PO) In case of contract items which exceed the said

limit of +25 the contractor may claim revision of rates

supported by proof analysis and if the rate claimed in excess

of the rate specified in the bill of quantities SCLrsquos engineerndashin‐

charge of the work shall after giving consideration to the

analysis of rates submitted by the contractor determine the

rates on the basis of market rates and the contractor shall be

paid in accordance with the rates so determined The

Contractorrsquos profit amp OH shall be factored in the rate

analysis15

9 Extra ItemsIn case of extra items (that are completely new

and are in addition to the items contained in the contract) the

contractor may claim rates supported by proper analysis and

SCLrsquos engineer‐in‐charge of the work shall after giving

consideration to the analysis of the rates submitted by the

contractor determine the rates on the basis of market rates

and the contractor shall be paid in accordance with the rates

so determined The Contractorrsquos profit amp OH shall be factored

in the rate analysis15

10 Construction Power SupplyElectricity if available in the

premises may be provided to the contractor by Department

(SCL) only at a single point free of cost subject to the following

conditions ‐a)The Contractor has to make his own

arrangement to tap Electricity from a 3 phasesingle phase

supply from the location decided by the SCLrsquos Engineer‐in‐

charge (E‐I‐C)

Tender No SCLPS52019E0156401 27

11 Storage space site office Contractor will be provided a

lockable room within SCL premises for storage space subject

to availability Contractor will make at his own cost

temporary site office close to work site as per the location

decided by the E‐I‐C

12 Materialsystem submittalsMaterialssystems etc procured

by the selected Contractor for incorporation in the work will

be only of MakesManufacturers specified in the tender

document Submittals of the same shall be submitted by the

contractor for SCL review and approval

13 Other RequirementsbullErection testing amp commissioning of

items as per BOQbullSpecial tools amp tackles Party shall arrange

the ladderscaffoldingstair for working at height for cable

laying Fire detection system installation of light fixture

bullWork shall be executed as per the ISRO contractor safety

Manual Contractor to ensure that the manpower is equipped

with PPE for working at the site bullAll relevant drawing data

catalogues with instruction and trouble shoot manuals type

test certificates for the above accessoriesbullMaterials and

accessories which are necessary or used for satisfactory and

trouble free operation and maintenance of the above

equipmentrsquosmaterial shall also be furnished bullContractor

shall deploy skilled amp unskilled Labor qualified technical

Supervisor(s) erection tools amp tackles testing tools amp

equipment supplies consumables and hardware and

transport for timely and efficient execution of the

workbullContractor shall guarantee LED fixtures

(flameproofnon‐flameproof) for a period of 5 years from the

date of acceptance The contractorrsquos guarantee shall be

supported with a guarantee from the manufacturer(s) in this

regard

Tender No SCLPS52019E0156401 28

TECHNICAL SPECIFICATION‐1

Item Specifications ‐I

Sl No Specifications Compliance

(Yes No)

Offered Specifications Remarks

1 Internal Wiringa The electrical wiring installations and other

accessories shall comply with latest IS code 732 (part‐II) 1983

and National Electric Code‐1985b The word concealed means

it involves cutting of floor wall and making good after laying

the conduitMetal raceway as per the enclosed drawings by

the contractor as requiredc The contractor shall provide all

necessary components fixing materials accessories and

interconnections as per standard practice It is to be noted

that ceiling rose forms a part of the specifications hence not

indicated separately and shall be provided by the contractor

as requiredd Scope includes termination of wire ferruling

dressing cable tie etc as requirede The work shall be

executed as per the ISRO electrical specification available on

ISRO site wwwisrogovin in Schedule I to be read along with

the tender specification

2 LED LuminariesThe scope includes supply installation

testing commissioning of flame proofnon‐flameproof LED

lighting fixture at the ceiling level (about 55 meter height) in

the chemical store building outer periphery of the store

building electrical room AHU room at the first floor as per

drawings and discretion of E‐I‐C Architectural plan of the

building is attached Supply of required accessories such as

mounting brackets nuts bolts screws washers glands and

any other material required for installation of LED fixture as

per specifications mentioned in BOQ shall be part of the

specification Junction box as required for loop‐in and loop‐

Tender No SCLPS52019E0156401 29

out of the cable for flame proof light fixture will be in the

scope of the contractor LED light fittings will be suitable for

operation on 230V single phase AC supply The fitting shall

be supplied with all fixing material such as brackets nuts

bolts etc as required for installation of fittings Special

Conditions aLuminaire make (Brand) from among the

recommended make mentioned in the tender document shall

be clearly mentioned in Technical Bid along with complete

technical detailsbThe LED light fitting and its driver unit etc

shall have warranty for a period of 5 years from the date of

installation and commissioningcThe flame proof fixture shall

be provided along with the Petroleum and Explosives Safety

Organization (PESO) certification

3 Detailed Specification for LED Fixture a Flame Proof LED

Fixtures Supply and installation of flameexplosion proof high

efficiency 1 Phase 230 V 60W LED light fitting as per IS 2206

with luminous efficiency 100Lmwatt or better CRI gt 08 amp

THDlt10 IP‐66 as per ISIEC 605292001 made of Die cast

aluminium alloy Heat resistant amp tough clear dome glass

having enclosure as per Ex‐d GAS Gr IIA IIB IIC AS PER ISIEC

60079‐12007 amp ISIEC 60079‐02004 Area of classification

ZONE‐1 2 21 amp 22 and temperature class T‐6 or better as per

ISIEC 60079 complete with loop‐in loop‐out provision

Mounting bracket for mounting on the ceiling Double

compression cable gland shall be provided and install by the

contractor along with the light fitting Recommended Make of

fixture Baliga Stahl Sudhir SwitchgearRecommended make

of LED NICHIA CREE PHILIPS LUMILED OSRAMb General

LED fixtures Supply amp fixing of wallceiling mounted batten

type 20W LED tube light (Four feet) luminaire with efficient

driver (efficiency shall be more than 90) amp with minimum

lumens output of 2000 lumens per lamp comprising of nano

diffuser technology complete with efficient amp constant

Tender No SCLPS52019E0156401 30

current output driver suitable for operation on 230V single

phase 50Hz AC supply efficient heat sink effective thermal

management and with colour temperature shall be gt 6000K

The LED with suitable control gear and power factor gt09 LM

79 certification for luminaireLM80 certificate for LED shall be

submitted and with other standard accessories prewired

including necessary interconnections complete in all respects

and as directed by EIC (Similar to Philips Astra or equivalent)

Recommended make of fixture Philips GE Trilux

LTRecommended make of LED NICHIA CREE PHILIPS

LUMILED OSRAM

4 c Street Light Fixture Supply and installation of 72W75W

LED Street Light fixture with High‐brightness White LEDs

sources with high transmittance flat toughed glass cover and

peanut LENS on each LEDs System luminous efficacy 100

LmsWatt 5600K colour temperature amp 70 CRI value for

ensuring good quality light output Life of at‐least 50000

hours at 70 lumen maintenance ampLED driver efficiency gt

85 Power factor greater than 095 THDlt10 amp min 3KV

surge protection with operating voltage range from 120‐270V

for ensuring lifelong high performance of luminaire the

fixture shall be made of LM‐6 Pressure die‐cast aluminium

with engraved company name amp have IK05 amp IP66 Class

protection with NABL Accredited LM‐79 amp LM‐80 Report

Mounting pole mounted upto a height of 8 meter and pole

bracket diameter of 48‐60 mm (adjustable) Recommended

make of fixture Trilux Philips GE LTRecommended make of

LED NICHIA CREE PHILIPS LUMILED OSRAM

5 Street Light Pole Providing and installation of hot dipped

galvanized swaged tubular 9‐meter‐long with planting depth

15 metersiexclbrvbar street light poles The effective length of each

section shall be‐ bottom 5 meters middle 2 meters and top 2

meters The outside dia and thickness of pole shall be

Tender No SCLPS52019E0156401 31

minimum 11430x440mm 889x4085mm 761x325mm

respectively as required The pole shall be provided with

necessary bracket (inclination 105115 degree length 15

meter dia 45 mm ) for mounting upto 72 W LED street light

fixture Each pole shall have a weather proof

loopingterminal box clamped at 550 mm above ground level

along with a suitable earth terminal The looping box shall be

provided with a suitable Power terminal arrangement to loop

4C x10sqmm size cable and MCB5A fuse cut‐out A base

plate 300 x300x10mm shall be welded to the bottom of the

pole Both underground cable and GI earth wire shall be

terminated at the terminal looping box in the looping zone

Further wiring to the light fixture shall be done with three

core flexible copper wire (2core for power supply and third

core for earthing)GI tubular pole shall be installed in cement

concrete 136 (1 cement 3 coarse sand 6 graded stone

aggregate 40 mm nominal size) foundation including

excavation and refilling etc Party to cast 2 run of 32 mm MS

conduit for cables upto a height of 550mm from ground level

for loop in loop out of cable The civil work for street light pole

foundation forms a part of installation of the work and will be

done by the party as required for commissioning of lighting

poleFor earthing of street light poles coilspiral earthing

using 8 SWG GI wire shall be used The GI wire shall be buried

to a minimum depth of 15 m with excavation refilling of

earth and connecting GI wire to pole using GI bolt and nut

complete as per requirementMake of Pole Reputed make

with ISI mark Note Party shall submit Drawing of the street

light pole for SCL approval before start of manufacturing

6 Cables wire conduit earthing Switchboards

SwitchesSockets etca Cables The scope includes the Supply

and installation of XLPE insulated overall FRLS PVC outer

sheathed AlCu armored cable on wallsurfacesoilexisting

Tender No SCLPS52019E0156401 32

cable tray as required for MCC Panel and MCB DBs as per the

detailed specification and quantity in this document All

necessary hardware for installation of cable like cable tie

clamps tags etc is in the scope of Contractor Contractor to

ensure that cable laid on the cable tray is properly clamped

with GI clamps and cable is properly secured on cable tray b

Wire The scope includes the Supply and installation of FRLS

Copper wire of different size quantity amp Specification for

power distribution and lighting and power etc as per the

requirement c Conduit The scope includes the Supply and

installation of ISI makes MS Conduits of different size as per

Specification for power and lighting distribution switch

sockets etc as per the requirement Flexible conduit shall be

of GId Cable tray The scope includes the supply and

installation of GIMS cable trays as per specificationse

Earthing The scope includes the supply and providing

earthing for Panels DBs cable trays light fixtures and poles

flameproof accessories fire panel speakers exhaust fans etc

matching the specifications given in this tender documentf

Lightning protection The scope includes the supply and

providing earthing for lightning protection of the building as

per the IS 2309 specification and quantities as per the BOQ

The scope includes horizontal and vertical runs earth pits test

point earthing of building periphery for contour etcg Rack

earthing The scope includes the supply and providing

earthing for racks as per specificationsh Switchboards and

SwitchSockets The scope includes the Supply and installation

of different size of flameproofnon‐flameproof Switchboards

and switchsocket for Lighting Power Distribution as per

specificationi MSGI Conduits flexible GI conduit earthing

materials doublesingle compression brass cable glands

cable lugs (Al amp Cu as required) cable ties cablewire

identification tags required for the installation and

maintenance of trouble free operation of the downstream

Tender No SCLPS52019E0156401 33

system and accessories are covered under this specificationj

MS junction box conduit along with all related accessories as

per specification

TECHNICAL SPECIFICATION‐2

Item Specifications ‐II

Sl No Specifications Compliance

(Yes No)

Offered Specifications Remarks

1 Electrical Panel SpecificationGeneralaPanel shall be

fabricated as per IEC 61439 part 1 amp 2 bPanel shall be indoor

metal clad air insulated floor mounted extendable to side

single front construction front wired front

connectedcMinimum thickness of sheet metal used shall be

2 mm and panel shall confirm to IP54 protectiondThe

working height of the Panel shall be limited as per standard

engineering practicese The design should be fully

compartmentalized with metal partitions between

compartments All doors shall be gasketed Each vertical

section shall have removable back coverfAll switches push

buttons lamps indicating instruments shall be flush

mountedgA full height vertical cable chamber with cable

supports shall be provided in each section to facilitate unit

wiring Cable chamber shall be sized to accommodate all cable

and shall have removable covers A horizontal wire way

extending the entire length shall be provided at the top of

panel for inter panel wiringhPanel shall be with minimum

75mm high base MS channel frameiThe panel shall undergo

seven tank or better process as per relevant IS

standardsjLifting hook shall be provided at each section for

easy transportationkDifferent compartment of the panel

shall be provided with dust proof type air filter louvers

explosion vents or similar safety arrangements in the panels

Tender No SCLPS52019E0156401 34

to let out gases under pressure generated during event of any

fault inside the panellPanel shall have pocket for the Panel

drawing in the incomer section

2 Busbar and Bus TapsaThe main bus and connections shall be

of high connectivity AluminiumAluminium alloy sized for

specified current ratings with maximum temperature limited

to 85amp778 C ie 35amp778 C rise and ambient 50amp778

bSeparate vertical bus bars shall be provided for each vertical

panelcAdequate contact pressure shall be ensured at bus

connections by means of two bolt connections with plain and

spring washers and lock nutsdBus bar and connections shall

be fully insulated for working voltages with adequate

phaseground clearances Insulating sleeves heat shrink type

for bus bar and shrouds removable type joints shall be

provided Bus insulators shall be flame retardanteBus bar

shall be color coded for easy identificationfBusbar should be

connected in such a way that it can be dismantledassembled

while separating different section of the panelgShrouds of

transparent sheet on the exposed bus in cable alleys for

adequate safety measurehBus bar Conductor shall be

confirming to IS‐5082iMinimum clearance (PH‐PH PH‐N and

PH‐E) between Bus bars shall be maintained as per latest

ISjBus Bar supporting Material shall be of

SMCDMCkMaterial of Aluminium Bus bar shall be of E91

gradelBus bar shall be protected from the transparent

insulated material for stand safety point

3 3Control ModuleaFixed type control module shall house the

control components for a circuitbThe equipment layout shall

provide sufficient working space in between the components

and subject to SCL approval cEach control module shall be

equipped with ACDC potential free Relays (230V AC24V DC)

Contactors etc for seamless interface of the operation of

Drives from FCMS (PLC)dVendor to provide the potential free

Tender No SCLPS52019E0156401 35

contact to facilitate local operation from MCC and remote

operation from FCMSPLC Vendor shall provide with each

drive module automanual selector switch and each drive

module shall be wired up to the terminal block for localauto

selection ON OFF trip feedback to SCLrsquos control station and

ONOFF command room FCMSPLC as welleMCC panel and

LPBS shall have selector switches for MCCLocal and

LocalRemote selection respectively Control (OnOff) of the

Drivesheaters will be as per following selection If selector

switch (SS) at MCC is selected to MCC ONOFF operation can

be done from MCC only irrespective of position of SS at LPBSIf

selector switches both at MCC amp LPBS are selected to LOCAL

ONOFF operation can be done from LPBS onlyIf SS at MCC is

selected to LOCAL and SS at LPBS is selected to REMOTE

ONOFF operation can be done from FCMS only

4 VFDVFD shall be of Allen Bradley PF400 series having

redundant Control Net communication option as well to

communicate with the existing Facilities Control amp Monitoring

System (FCMs) Control Net Bridge Coaxial Straight T‐Tap

1786‐TPS must also be supplied along with VFDs Line

reactorchoke of suitable rating shall be connected before the

VFD

5 Thyristor based Heater ControlaDYDAC Make Thyristor

power controller Type 3003 or equivalent rating 85kW

Control input 4‐20mA Thyristor input supply 415VAC (3‐Ouml)

Thyristor output supply 415VAC (3‐Ouml) which shall be provided

by the vendor in a separate compartment of the MCC 4‐20mA

Control signal from the heater PID will modulate the thyristor

controller output to maintain the fresh air temperature at set

value Heater ON and OFF set points shall be adjustable in the

SCADA in FCMSbThyristor controller run command run

feedback 4‐20mA modulating signal shall be wired up to the

terminal block in the cable alley in the MCC Thyristor

Tender No SCLPS52019E0156401 36

Panelcompartment shall be complete with inter module

control and power wiring 220V AC supply shall be drawn from

one of the phase and neutral of the incoming 415VAC and

connect to the Thyristor supply terminals through MCB

Circuit breaker lsquoswitch ONrsquo and Thyristor control unit lsquoRUN

commandrsquo will get activated from FCMS if air temperature is

below ON set point Circuit breaker lsquoswitch OFFrsquo and Thyristor

control unit lsquoRUN command withdraws will get activated

from FCMS when temperature becomes above OFF set point

6 Fire Suppression system amp Fire Protection systemPanel shall

be equipped with required materials such as fire suppression

cylinders filled with fire suppression agents Fire detection

tubes Heat sensor tubes end of line adaptor with gauge

electrical Relays differential pressure valves etc to provide

the fire suppression and fire protection system in cable alley

and bus bar chambers of the electrical panel

7 MCCBaThe MCCBs should be extra current limiting type with

trip time of less than 10 m sec under short circuit conditions

The current limiting action should be achieved with repulsion

principle The MCCBs should preferably have an anti‐reclosing

featurebThe MCCBs should be 3 or 4 poles as per SLDcThe

MCCBs should have a Service short circuit breaking capacity

(Ics) of not less than 35 kA rms at 415 Volts 50Hz AC for

incomer The service breaking capacity should be equal to

ultimate breaking capacities (Icu) (ie Ics= Icu=100)dThe

release should be thermal magnetic having adjustable

overload and short circuiteSwitches shall be triple pole air

break AC23 motor duty for motor starter feedersfCubicle

doors of incoming and outgoing shall be mechanically

interlocked with switchgear to prevent unintentional openings

of the door while the unit is in energized condition However

defeat interlock provision is also to be providedgAll incoming

and outgoing feeders shall be provided with bolted disconnect

Tender No SCLPS52019E0156401 37

link for isolation of neutral if necessary Selector switches

shall be of rotary typehThe MCCB shall be provided with

rotary drive kit spreader terminals and ONOFFTrip (MCCB)

position of switch handle to be clearly markediDuct Heater

MCCB shall be motorized to control (ONoff) from FCMSjFor

incomers it should be EDO microprocessor based

communicable MCCB (35 kA or above) with numerical

releases for OL SC amp EFR (With mechanical and Electrical

interlocking for operation of only one ACB at any point of

time)

8 MPCBaThe MPCBs should be of 3 pole air break type AC3

Duty continuous rating as specifiedbMPCBs should have at

least 1NO+1NC contactcThese should have trip indication

test trip functiondThe release should be thermal magnetic

having adjustable overload trip settingeThe service breaking

capacity should be equal to ultimate breaking capacities (Icu)

(ie Ics= Icu=100)fThe MPCBs should be suitable for din rail

type mounting

9 Capacitor Bank Supply and installation of Capacitor Bank ‐

Box Type Dry construction Conforming to IS 13340‐41IEC

60831 440V 50Hz Rated Current (In) as per Load Heavy

Duty Dielectric MPP Low loss type with overall loss lt

05WkVAR Delta Connection with Discharge Device

10 ContactoraThe contactor shall be 3 pole air break type AC3

Duty continuous rating for motor starter feeders with non‐

bouncing silver silver alloy contactsbContactor shall be of

electromagnetic type rated for uninterrupted duty as per

relevant standards and also suitable for capacitor duty

cContactor shall be provided with adequate auxiliary contacts

rated for 10Amps 240VAC for interfacing with control

schemedContactor coil rating shall be minimum pick up of

85 of rated voltage and minimum drop out of 75 rated

Tender No SCLPS52019E0156401 38

voltage

11 Control and IndicationsaPush buttons will be heavy duty oil

tight and push to actuate type with integral plate marked

with its functionbEach push button shall be provided with

2NO+2NC contacts rated for 10Amps 240VACcLamps shall

be LED type rated for 240V AC Lens and lamps shall be

replaceable from the front dThe control supply shall be

through a 415V230V transformer and the vendor shall

provide 1 no 415V230V transformer for the same Vendor

shall also provide Power module for 24V DC Supply for the

operation of heaters control module

12 MetersaAll indicating instruments shall be digital

Switchboard type with accuracy class +‐ 2 full scalebMFM

of suitable rating shall be used in the incomer

feedercSelector switches shall be furnished at outgoing

feeders as per SLD for ammeterdAmmeter shall be of analog

type flush mounted industrial pattern of size 96x96 mm with

accuracy class 10 eMultifunction meter shall be of digital

type flush mounted industrial pattern of size 96x96 mm with

accuracy class 10 as per IEC 6205253 suitable for

measurement of Current Voltage Power Frequency Power

factor Energy and ready port to communicate with FCMS

through RS 485 The Meter should have Modbus

communication port as well

13 CT (Current transformer)CT will be cast resin type rated 15VA

or more burden with Maximum accuracy limit of class 1

14 Secondary wiringaPanel shall be fully wired at the factory to

ensure proper functioning of control and protectionbFuse

and links shall be provided to permit individual circuit

protection from bus wires without disturbing other circuits All

spare contacts of relays push buttons and other devices shall

Tender No SCLPS52019E0156401 39

be wired up to terminal blockscWiring shall be done with

flexible 25sqmm copper 1100V grade PVC insulated

switchboard wires Each wire shall be identified at both ends

with permanent markers bearing wire numbers as per wiring

diagramdWire termination shall be done with crimping type

connector with insulating sleeve

15 Powercontrol Terminal BlocksaTerminal block shall be 660V

grade box clamp type with marking strips similar to ELMEX 10

mm2 or equal for ControlbTerminal for CT secondary leads

shall have provision for shortingcNot more than two wires

shall be connected to any terminaldSpare terminals equal in

number to 20 active terminals shall be providedeTerminal

blocks shall be suitably located in cable alleysfFor Power

cable Bus Bar type cable connector (Melamine material) shall

be providedgFor Control cable heavy duty screw type cable

connector (Melamine material) shall be provided

16 Cable terminationaPanel shall be designed for cable entry

from topbEach cable shall be clearly marked at both ends

with an indestructible marker preferably a cable tag made of

Aluminium tacked with indicating cable number amp both end

feeder tags with switchboard tags Cable tags at ends of cable

shall be provided inside the gland plate as well as outside the

gland platecAll provisions and accessories shall be furnished

for termination of cables including removable gland plates

cable supports and terminal blocksdGland plate shall be

minimum 3 mm thick

17 Ground BusA GI ground bus rated to carry the maximum fault

current shall extend full length of Panel The ground bus shall

be provided with 2 bolts with GI bolt and nuts at each end to

receive 50x6mm GI flat

18 NameplateaThe nameplate of approved design shall be

Tender No SCLPS52019E0156401 40

provided for each compartment and also at the top of each

panel Nameplate shall be minimum 20x70mm and 3mm

thickbDrawing Pouch shall be provided at the incomer cable

allay

19 PaintingPanel shall be painted with light grey epoxy painted

(Siemens Gray RAL 7032) and caution notice plate shall be

fixed at the back of each vertical panel

20 Make of Switchgears aMCCBSiemensSchneiderbPush

button SiemensSchneider TekniccSelector

SwitchSiemensSchneider Teknic

dFuseSchneiderSiemenseTimerSiemensSchneiderfContro

l TransformerAEIMPIndcoilgTerminal

BlockElmexConnectwellFTChMeters Conzerv LampT

AEiCTs amp PTsKappaAutomatic

Electric(AE)NippenjContactorsSchneiderSiemenskIndicatio

ns SiemensSchneider

TekniclRelaysSchneiderSiemensPLAmMCBSchneiderSiem

ensnCooling Fan

RexnordSunonoVFDsAllen bradlypThyristor moduleDYDAC

qRCBOSiemensSchneiderrMCB

DBSiemensABBLegrandsLine reactorchokeAllen

BradleytCapacitor BankNeptune Schneider Siemens

21 Local Push Button Station (LPBS)The Scope includes supply

and installation of LPBS for Chiller Pumps AHUs Heaters as

per the BOQ and detailed specification given below aLPBS

shall be indoor metal clad air insulated wallAngle frame

mounted as required single front construction front wired

front connected hinged lockable door LPBS for Chiller Pumps

system shall be suitable for outdoor installationbMinimum

thickness of sheet metal used shall be 2 mm and panel shall

conform to IP54 protection for indoor installation and IP65 for

outdoor type LPBScAll switches push buttons with indicating

Tender No SCLPS52019E0156401 41

LED lamps indicating instruments shall be flush

mounteddThe LPBS shall be used for remote operation of

drives Equipment and HeaterseTo facilitate the localremote

operation LPBS shall have LocalRemote selector switch and

provided with Start push button lockable Stop push button

ammeter of suitable range Terminal Block and lockable

Emergency off Switch etc fLPBS shall be equipped with AC

(230V)DC (24V) Relays Contactors etc for seamless interface

of the operation of Drives from FCMS (PLC)gLPBS should be

suitable for wall mounting and provided with necessary

mounting arrangementhWiring shall be done with flexible

25sqmm copper 650V grade PVC insulated switchboard

wires Each wire shall be identified at both ends with

permanent markers bearing wire numbers as per wiring

diagramiWire termination shall be done with crimping type

connector with insulating sleevejGland plate shall be

minimum 3 mm thickkThe nameplate of approved design

shall be provided for each compartment and also at the top of

each panel Nameplate shall be minimum 20x70mm and 3mm

thicklLPBS shall be painted with light grey epoxy painted

(Siemens Gray RAL 7032)

22 Make of Electrical panel As per DOS Approved Panel

manufacturer list (attached)

TECHNICAL SPECIFICATION‐3

Item Specifications ‐III

Sl No Specifications Compliance

(Yes No)

Offered Specifications Remarks

Tender No SCLPS52019E0156401 42

1 Fire Detection System Scope for fire detection system

includes supply installation testing commissioning of Fire

panel Addressable Fire detection devices Manual Call Points

Addressable loop sounders Switch Monitoring unit (SMU) UV

IR sensor for detection of methanol flame Cable MS junction

boxes for loop in loop out of cable as per specifications and

integrating the same with existing repeater panel as per the

requirement The detailed specifications for the different

component of fire deduction system are as follows

2 A Multi‐sensor Detectors The smoke detectors shall be multi‐

sensor (heat and smoke) detector with isolator suitable for

detecting a wide range of smoke from slow smoldering and

fast flaming fire The detector shall have following features

bullSolid state addressing arrangement in combination with a

hand held programmer to configure the sensor

addressbullElectronics free mounting basebullTwin alarm LEDs for

360 Degree viewing and shall have blinking LED facilitybullThe

sensor shall have s removable chamber for ease of cleaning or

replacementbullAutomatic compensation for smoke sensor

contaminationbullShall have a built in test facility which allows

the fire alarm control panel to adjust the alarm threshold

levels to compensate for contamination and shall have a

maintenance alarm display when threshold can no longer be

adjustedbullOperating temperature ‐ 10 DegC to 50 DegC and

operating RH at 40 DegC‐95 RH

3 B Manual call stations Manual Call Stations should have in

built monitor module and pressbreak and resettable

capability constructed of high impact LEXAN sheet with clearly

visible operating instructions on the cover and the word FIRE

shall appear on front and suitable for surface mountingflush

mounting complete as required

Tender No SCLPS52019E0156401 43

4 C UV IR SensorThe UV‐IR flame detector shall operate on 24

VDC 0‐24mA current output suitable for detection of

Methanol flame with automatic built in test for reliable

operations and suitable for installation in Hazardous area zone

1and 2 with Class I Division 12 Gas group A B C The detector

shall not be susceptible to environmental conditions to

generate false alarms The entire system shall be rated for IP

66 or better and supplied with suitable mounting bracket The

system shall comply to the detailed specifications as listed

belowbullDetection Technology UV ‐ IR Electro‐optical

detectionbullDetection range 75 meterbullField of View greater

than equal to 90deg Both Horizontal and verticalbullResponse

Time less than equal to 5 secondsbullBuilt in Test Automatic

bullOperating Temperature Range 0 to + 75degCbullOperating

Humidity Range Continuous 95 non‐condensingbullAnalog

Output signal 4‐20mAbullAlarms amp Fault Normal 4 mA Fault

02 mA Alarm 20 mA + 10 verifiedbullOperating voltage 24

VDC ( 18‐32VDC)bullPower consumption Vendor to specify for

Standby and Alarm conditionbullSensor Calibration

Verification Sensor calibration as per OEM for certified

performancebullSensor Life 2 Years (minimum)bullSensor

Calibration vendor to carry out sensor calibration at site and

submit calibration certificate valid for one yearbullRFI EMI

SusceptibilitybullRequired EN 616326‐3 and EN 6100006‐3 or

equivalent IP protectionbullIP protection IP 66 or betterbullFault

Diagnostic Sensor Fault (end of life) other informationbullSelf‐

Check Test Automatic during start‐upbullHousing SS 316

Epoxy Painted Aluminium die castbullStart‐up Time Vendor to

specifybullApprovalcertification PESO and ATEX ‐ Ex d IIC C

Class 1 Div 12 Group A B C DNote Vendor shall arrange

the 230V AC to 24V DC Power supply module along with half

an hour Battery Back up in MS powder coated Enclosure

Input Power supply (230V AC) for Power Supply module shall

Tender No SCLPS52019E0156401 44

be provided by SCL

5 D SMU Unit for UV IR sensor Supply installation testing and

commissioning of Switch Monitoring Unit (SMU) to configure

the UV IR sensors with fire detection system as requiredE

SoundersAddressable Sounders shall be loop powered with

all fixing materials complete as required The sound level shall

be 100dB (A)

6 F Fire Alarm Control Panel (FACP) bullFACP shall be of 2

loopsbullFACP shall be suitable for 230V 50 Hz AC supply and

detectors shall be powered using FACP based detection

circuits Devices shall receive power and communication from

the same pair of conductorsbullFACP shall provide for resetting

detectors fault isolation and sensor loop operationbullFACP

shall be suitable for mixing different fire devices and beam

smoke detectors within the same loop to optimize field

wiringbullFACP shall have alarm indication of individual sensors

detector trouble alarm indication for dust accumulation The

panel shall check detector once in every 24 hours for

contamination for this purposebullThe FACP shall regularly

supervise all the sensors and devices on the loop and initiate

fire or trouble alarm whenever requiredbullFACP shall have 2

wire circuits to connect minimum of 126 addressable devices

per loopbullFACP shall be with repeater interface and suitable

24V battery with built in software and 2 x 40 character

alphanumeric LCD display and necessary front panel control

keys FACP shall display the date time and description for

Analog sensors to indicate alarms and trouble

situationsbullFACP switches shall allow authorized personnel to

accomplish the following ‐bullInitiate a general alarm

conditionbullSilence the local audiblebullSilence the alarm

signalsbullReset all zonespointsbullFACP shall have walk test

facilitybullShall have facility for programming from the key

board or utilizing PC set up software via laptopdesk top

Tender No SCLPS52019E0156401 45

computerbullShall have memory data for panel configuration

and operation reside in non‐volatile memory (EPROM)bullFACP

shall have facility for speech processor (to record pre‐

recorded message of 20 S) and also have Auto Dialer facility

(can dial up to 8 different lines)bullAll addressable units shall be

connected to the FACP through the loop cards and shall be

addressed though individualized numbers The FACP shall be

able to obtain analog value for all detectors in the circuit

through a pulsed digitized current data The FACP shall be

able to analyze all analog inputs from all addressable units

and though its own software and ambient level screening the

FACP shall be able to identify fire possible fire or fault

conditions The unit supervision shall be dynamic and

continuousbullThe FACP shall itself have all loop cards in it No

isolated mother board or transponder shall be

consideredbullShortopen circuit units shall also be reported at

the FACP in such cases the system through the use of fault

isolators shall be able to isolate that segment between the

two fault isolators The missing DetectorsDevices shall also

be reported to the FACP with identification of the

locationbullThe FACP shall have the facility to set smoke sensor

sensitivity remotely to either high sensitivity manually or on a

pre‐programmed sequence (Ie DayNight) period When an

alarm condition is sensed at the FACP from a smoke or heat

detector a delay timealarm verification period shall be

started If the sensor is still in alarm after the delay time

expired an alarm condition is reported The delay time shall

be adjustable from 0 to 990 secondsbullThe FACP shall have

either an in‐built or external printer coupled to the FACP

which shall log all events with time The printout shall clearly

indicate the event‐FirePre‐AlarmFault etc with the unit

address and timebullThe FACP shall also be able to discriminate

between false alarms and fire conditions as well as priority

selection of alarm in case alarm activities in two or more

Tender No SCLPS52019E0156401 46

remotely located units simultaneously In such cases the

Manual Call stations shall have the highest prioritybullThe FACP

shall also be able to actuate switches automatically in case of

Fire condition of AHUs and power supply or other system such

as piped pressurized gas supplybullThe system shall be fail safe

and adequate safe guards should be under taken that in the

event of a failure of a part of the system it shall not handicap

the complete system The loop cards shall be of Modular

constructionbullThe FACP shall have its own battery backup of a

minimum of 48 hours in normal run and then half an hour in

alarm condition The backup time calculation shall be done as

per TAC standards The Battery shall be 2 x 12V (24V) DC and

of sealed maintenance free type housed inside the FACPbullIt

shall be able to withstand temperature variations from 0

Degree Centigrade to 55 Degree Centigrade Further Relative

Humidity (non‐condensing type) up to 93 shall not hamper

its performance The voltage rating shall be from 17V DC to

31V DC though the voltage may be change depending upon

the working voltages of a proprietary FACPbullThe FACP shall be

totally enclosed dust and vermin proof type made of

minimum 16‐gauge dust inhibited sheet with even baked

finish The FACP shall be of completely solid state designbullThe

logic circuitry shall be based on high noise immunity solid‐

state hardware employing modular construction Logic cards

shall be of epoxy fiber glass constructionbullThe FACP shall have

EN 54ULFM approvalbullThe panel shall have an extra loop

card to serve as standby in case of burnout or malfunctioning

of any operating loop cardsbullThe FACP shall be capable of

being networked (future expansion) with other similar FACPs

located at different locations of SCL premises through a single

RS 485 busbullThe FACP shall have provision for interfacing with

the Public Address System

7 G Repeater panelScope comprises of supply and installation

Tender No SCLPS52019E0156401 47

of Repeater Panel which display fire fault message

simultaneously with the FACP bullIt shall be capable of

interfacing with the FACP on a single RS 485 Bus bullThe panel

shall be capable of operating on 24V DC supplybullThe

independent 24V DC supply source to be installed in MS

cubicle Box duly powder coated paint along with repeater

panelbullThe panel shall have 2 x 40‐character backlit display

which shall display date time and description of alarm

trouble events are that displayed in the panel shall be

powered from the FACPbullIt shall have control keys for sound

silence mute and to reset the FACP from the repeater

stationsbullThe repeater panel shall have the following LEDs

indicationsbullSupply bullFault bullMute bullSilent bullDisabled

bullFire

8 H Fire CableSupply and installation of 2Cx15mm2 Copper

extruded PVC inner sheath armored and overall FRLS PVC

outer sheathed 11 KV grade as per IS 7098 (Part I bearing ISI

certification) on existing cable traywallsoft soilhard soil as

required

9 I Fire Cable terminationSupplying and making end

termination with brass compression gland and copper lugs for

2Cx15mm2 Copper cable in MS Box of Size 4X4 installed

above the false ceilingwallsurface as required

10 J Junction Box for Fire devicesSupply installation testing and

commissioning of MS painted box Size 4X4 with ELMEX type

terminal block for loop in loop out of 2c x15 sq mm copper

armored cable and connection to the fire detector device on

wallsurfacerecess including wall cutting and providing

necessary hardware for mounting fixing including all

material for fixing as required

Tender No SCLPS52019E0156401 48

TECHNICAL SPECIFICATION‐4

Item Specifications ‐IV

Sl No Specifications Compliance

(Yes No)

Offered Specifications Remarks

1 A NetworksLAN The detailed specification for the network

rack switch cable cords IOs face plates etc and the

required accessories shall be as below CAT 6A or better cable

shall be laid in the PVC Conduit The detailed specifications

for the different component of networksLAN are as follows

2 bull Rack Supply installation testing and commissioning of UL

listed modular type 12U network rack with front glass door

and rear perforated door floor mounted Size 550x550 with

1 No of 5 port Octagonal PDU 515Amp with MCB and Fan

Tray with minimum 2 Fans The rack should have provision of

2 nos of cable manager duct type 1U and 2 vertical manager‐

concealed type Rack should be three sides openable with

front glass door and rear perforated door and provision of

cable entry from top and bottom both with proper earthing

kit as requiredRecommended Make Rittal Netrack

Schneider Valrack

3 bull Network Switch Supply amp installation of Network Switch in

Network Rack with the following specification as belowSwitch

shall haveamp61607Port Density Minimum 8 101001000

BaseT Ports amp 4‐1G SFP Ports ready for use with SFP module

Ports shall support PoE on all ports with PoE budget of

180Wamp61607Architecture Stand‐alone rack

mountableamp61607Bandwidth minimum 56Gbps of

switching bandwidth to support above listed ports in non‐

blocking configurationamp61607StackableScable support for

Tender No SCLPS52019E0156401 49

stacking multiple switchesamp61607Stacking backplane

bandwidth Access switch shall have additional port(s) for

providing minimum 40 Gbps stacking bandwidthamp61607L2

Features 8021x authentication spanning tree

etcamp61607Networkjflowsflow or equivalent provision for

Networkjflowsflow or equivalent supportamp61607Network

Management support Network Management through

command line interface (CLI) SNMP v1 v2c v3

httpsamp61607IPv6 Readiness IPv6 Readiness from day

1amp61607RegulatorySafety confirming to UL60950 amp

EN60950amp61607EALNIAP certified Model No shall be EAL

or NIAPNDPP certifiedRecommended Make Cisco Juniper

HP Brocade dell

4 bull CAT 6A Cable Supply and installationlaying of category 6A

or better 4 pair shielded cable UFTP or FUTP in PVC

Conduit sheath type low smoke zero halogen (LSZH) with

transmission properties amp electrical properties tested

minimum up to 500MHz amp verified by ETL amp comply with

ANSITIAEIA‐568‐C2 amp ISOIEC 11801 Recommended make

Commscope Schneider Molex Siemon

5 bull Patch Panel Supply installation testing and commissioning

of CAT6A PatchJack Panel of 24 Port fully loaded in Network

rack with port identification number with self‐adhesive clear

label holder Each portjack on the panel should be

individually removable on field from the panel and have

integrated rear cable management metallic shelf and have a

separate provision of grounding Recommended make

Commscope Schneider Molex Siemon

6 bull Patch Cords (1 meter) Supply installation testing and

commissioning of Patch Cords Cat 6A shielded 1 meter in

Network rack with 4 pair shielded copper wire factory pre

terminated with shielded RJ45 plugs Aluminumpolyester

Tender No SCLPS52019E0156401 50

shield screen material with low smoke Zero halogen sheath

comply to TIA‐568‐C2 Cat 6A in IOs of Network

RackRecommended make Commscope Schneider Molex

Siemon

7 bull Patch Cords (3 meter) Supply installation testing and

commissioning of Patch Cords Cat 6A shielded 3 meter in

Network rack with 4 pair shielded copper wire factory pre

terminated with shielded RJ45 plugs Aluminumpolyester

shield screen material with low smoke Zero halogen sheath

comply to TIA‐568‐C2 Cat 6A at field side Recommended

make Commscope Schneider Molex Siemon

8 bull Information outlet Supply and installation of Shielded Cat

6A information outlet UFTP or FUTP compliance to category

6A or better TIA568C2‐500MHz at field sideRecommended

make Commscope Schneider Molex Siemon

9 bull Face Plate (Dual) Supply and installation of single gang

square face plate (Dual) and SMB Box with a provision to

support variety of jacks‐ UTP STP etc at the field

sideRecommended make Commscope Schneider Molex

SiemonbullFace plate (single) Supply and installation of square

face plate ( single) with a provision to support variety of jacks‐

UTP STP etc at the field sideRecommended make

Commscope Schneider Molex Siemon

10 bull SMB Box Supply and installation of SMB Box for face plate

(DualSingle) as required Recommended make Commscope

Schneider Molex Siemon

11 bull Other Accessories amp61607Supply and Installation of

25mm electrical grade ISI mark PVC Conduit in

wallfloorslabsurface including wallfloor cutting and

making good the same as required Recommended make

Reputed ISI Markamp61607Supply and installation of OFC SM

Tender No SCLPS52019E0156401 51

OS2 Cable in existing 32mm HDPE pipe as

requiredamp61607Supply and Laying of 32mm HDPE pipe

direct in ground including excavation sand cushioning

protective covering and refilling the trench including standard

cable route marker etc as requiredamp61607Supply and

installation of SC simplex single‐mode LSZH pigtail 1m as

requiredamp61607Supply and installation of adaptor plate

with 3 SC duplex SM adaptors as requiredamp61607Splicing of

OFC as per Core as requiredamp61607Supply and installation

of accessories for making the Chamber Pit‐ 1Mtr Depth with

Lid for housing OFC as requiredamp61607Trenching of

HardSoft Soil as required

12 B Paging The scope includes supply installation testing and

commissioning of Supply and installation of IP 65 or better

explosion proofWP loud speaker anticorrosive powder

coated red (RAL‐3000) suitable for Zone I amp II Class II C

Hardware SS304 as per IS2148 and equivalent to model FLSR

25 of Baliga with necessary support gland as required and

installing the same on wallsurface with GI supports as

required and connecting the same with wire The Scope also

includes supply and installation of 2Cx15mm2 FRLS armored

and PVC sheath twisted pair wire their termination tagging

glanding earthing etc as required for speakers and other

accessories requires for smooth commissioning of the paging

system

Vendor Specificied Terms

Description Vendor Terms

Tender No SCLPS52019E0156401 52

1Delivery Term

Prices shall be quoted on F O R destination basis ie S C L S A S Nagar Mohali

Punjab exclusive of GST and taxes as may be applicable

2 GST

Purchaser is entitled to concessional GST of 5 as per Ministry of Finance

Department of Revenue Notification No 472017 Integrated Tax (Rate) both

dated 14th November 2017 respectively and would accordingly issue Exemption

Certificate in favour of the contractor quoting in Indian Rupees The bidder

should take note of the same while quoting the prices in Indian Rupees GST on

installation services shall be applicable 18

3 DELIVERY SCHEDULEPERIOD OF COMPLETION

The time allowed for supply installation testing and commissioning of the entire

works shall be 06 (Six) months to be reckoned form the 7th day of issue of

purchase order

4 IMPORTANT

This being a two part Tender Technical and Commercial parts separate the

bidder should not attach any document(s) containing pricing information with

technical part The Contractor will provide Un priced commercial offer in

envelope 1 (Technical Part) as an attachment

The tenders containing price information in Technical Part will be treated as

unsolicited offers and rejected Contractor to confirm that Price bid is not

attached in Envelope 1 ie Technical Part

Priced Commercial offer if any should be attached in Envelope 2 (Price Bid)

under Supporting Documents from Vendor (Commercial) as an attachment

5 The prices shall remain firm until completion of entire project including

extended period if any No cost escalation shall be applicable for the work

Tender No SCLPS52019E0156401 53

6 SECURITY DEPOSIT

a) On acceptance of the tender the Contractor shall submit security deposit for

ten percent (10 percent) of the value of the Contract within 15 days from the

date of purchase order If the Contractor fails toprovide the security within the

period specified such failure shall constitute a breach of the Contract and the

Purchaser shall be entitled to make other arrangements for the re purchase of

the stores contracted at the cost and risk of the Contractor

b) Security Deposit shall be submitted through Demand Draft Bankers Cheque

fixed deposit receipt or Bank Guarantee from any of the Scheduled Banks

executed on nonjudicial stamp paper of appropriate value and shall be valid for

a period of sixty (60) days beyond the date for completion of the Purchase

OrderContract

c) In case the contractor fails to furnish the security deposit within the specified

date or extended due date the Purchase OrderContract shall be cancelled and

in addition appropriate penal action may also be considered

d) After the Purchase OrderContract is successfully executed in all respects the

Bank Guarantee towards Security Deposit may be discharged and retained

amount shall be refunded to vendors

e) In the event of non execution of the Purchase orderContract or breach of any

terms and conditions of the Purchase Order the Security Deposit shall be

forfeited

7 Warranty

The Contractor shall provide for the tendered job comprehensive warranty for

parts as well as labour for a period of 12 months from the date of successful

installation commissioning and testing of the system at Purchasers site at no

extra charges against any manufacturing defectfaulty workmanship In case any

defect arises during warranty period the Contractor should replacerectify the

same at its own cost at siteworks

The LED light fittings and its driver unit etc shall have warranty for a period of 5

Tender No SCLPS52019E0156401 54

years from the date of installation and commissioning

8 Warranty Replacements

All replacement parts if any shall be supplied by the Contractor free of cost on F

O R Purchaser site at S A S Nagar Punjab basis

9 TERMS OF PAYMENT

The payment shall be remitted as under

90 of the value of the materials supplied shall be paid within 30 days of the

receipt of the materials at purchaser site and the balance 10 amount along

with 100 installation charges shall be payable on successful installation

commissioning and acceptance of the entire project at Purchasers site against a

Performance Bank Guarantee

10 PERFORMANCE BANK GUARANTEE (PBG)

The Contractor shall furnish a Bank Guarantee (as per format given by purchaser)

from any nationalized scheduled bank for an amount equivalent to 10 of the

value of the Contract and shall be valid for a period of 60 days beyond the expiry

date of warranty period On the performance and completion of the Contract in

all respects the Bank Guarantee will be returned to the Contractor without any

interest

11 VALIDITY

The tender must be valid for a minimum period of 120 days from the date of

opening of Technical bid and 90 days after opening of Price bid

The tender where the validity period is shorter than the period specified in the

tender enquiry shall be excluded from the procurement process

12 Quantity Variation

The quantities indicated against each items in the Bill of Quantities (BOQ) are

indicative and are for the purpose of bidding only Variation in quantities up to

Tender No SCLPS52019E0156401 55

+25 percent shall be carried out by the contractor on the agreedPurchase order

(PO) rates and terms amp conditions as in the purchase order (PO)

13 GUARANTEED TIME DELIVERY

The time for and the date of delivery stipulated in the Purchase Order shall be

deemed to be the essence of the Contract Delivery must be completed within

the date specified therein

14 Extra Items

In case of extra items (that are completely new and are in addition to the items

contained in the contract) the contractor may claim rates supported by proper

analysis and purchaser engineer in charge of the work shall after giving

consideration to the analysis of the rates submitted by the contractor determine

the rates on the basis of market rates and the contractor shall be paid in

accordance with the rates so determined The contractor(s) profit amp OH shall be

factored in the rate analysis 15

15 CONSIGNEE

Sr Purchase and Stores Officer (Stores)

Semi Conductor Laboratory

Sector 72 SAS Nagar (Mohali) Punjab

India 160 071

16 INSTALLATION AND COMMISSIONING

Installation commissioning and demonstration of performance of the tendered

stores as per Purchaser tendered specifications shall be carried out by the

Contractor at Purchaser site at S A S Nagar Punjab India

The Contractor shall provide in advance guidelines for preparation of the

installation site and list of items to be supplied by Purchaser during installation

Tender No SCLPS52019E0156401 56

On receipt of intimation from the Purchaser the Contractor shall depute its

engineer(s) to Purchaser site within two weeks to carry out installation and

commissioning and will demonstrate the functionality of the tendered

equipment to Purchaser specifications as per mutually agreed acceptance

procedure The Contractor shall be responsible for any lossdamages sustained

due to delay on the part of the Contractor to send its engineer for installation

and commissioning

Failure to commission the tendered equipment successfully shall entitle

Purchaser to full refund of the payment made and the interest thereon Decision

regarding successful installation and commissioning shall rest solely with the

Purchaser

17 REJECTION

In the event that any of the stores supplied by the Contractor is found defective

in material or workmanship or otherwise not in conformity with the

requirements of the Contract specifications the purchaser shall either reject the

stores or request the Contractor in writing to rectify the same The Contractor

on receipt of such notification shall either rectify or replace the defective stores

free of cost to the purchaser If the Contractor fails to do so the purchaser may

at his option either

a) replace or rectify such defective stores and recover the extra cost so involved

from the Contractor or

b) terminate the Contract for default as provided in this tender document

18 EXTENSION OF TIME

If the completion of supply of stores is delayed due to reason of force majeure

such as acts of god acts of public enemy acts of Government fires floods

epidemics quarantine restriction strikes freight embargoes etc the

Contractor shall give notice within 15 days to the purchaser in writing of his

claim for an extension of time The purchaser on receipt of such notice after

verification if necessary may agree to extend the Contract delivery date as may

Tender No SCLPS52019E0156401 57

be reasonable but without prejudice to other terms and conditions of the

Contract

19 DELAY IN COMPLETIONLIQUIDATED DAMAGES

If the Contractor fails to deliver the stores within the time specified in the

Contract or any extension thereof the purchaser shall recover from the

Contractor as liquidated damages a sum of one half of one percent (05 percent)

of the Contract price of the undelivered stores for each calendar week of delay

The total liquidated damages shall not exceed ten percent (10 percent) of the

Contract price of the unit or units so delayed Stores will be deemed to have

been delivered only when all their component parts are also delivered If certain

components are not delivered in time the stores will be considered as delayed

until such time as the missing parts are delivered Delivery of stores shall be

complete on Installation commissioning Testing and Acceptance

20 INSPECTION AND ACCEPTANCE TEST

The Purchasers representatives shall also be entitled at all reasonable times

during manufacture to inspect examine and test on the Contractors premises

the material and workmanship of all stores to be supplied under this Contract

and if part of the said stores is being manufactured on other premises the

Contractor shall obtain for the purchasers representative permission to inspect

examine and test as if the equipment were being manufactured on the

Contractors premises

Such inspection examination and testing shall not release the Contractor from

the obligations under this Contract

For tests on the premises of the Contractor or of any of his sub Contractors the

Contractor shall provide free of cost assistance labour material electricity fuel

and instruments as may be required or as may be reasonably needed by the

purchasers representative to carry out the tests efficiently

When the stores have passed the specified test the purchaser representative

shall furnish a certificate to the effect in writing to the Contractor The

Tender No SCLPS52019E0156401 58

Contractor shall provide copies of the tests certificates to the purchaser as may

be required

21 Labour Law Contractor shall abide by all labour laws rules and regulations

which are prevailing and as enforced from time to time and SCL shall not be

responsible for any accident or mishap during the course of the contract to any

of engineer labour employee by the Contractor The contractor shall also ensure

that the statutory obligations with regards to the employment of labour under

law are complied properly and timely

22 ARBITRATION

In the event of any disputes differences or claims arising out of or relating to

the interpretation and application of the Contract such disputes or differences

or claims shall be settled amicably by mutual consultations of the good Offices

of the respective Parties and recognizing their mutual interests attempt to reach

a solution satisfactory to both the parties If such a resolution is not possible

within 30 days from the date of receipt of written notice of the existence of such

disputes then the unresolved disputes or differences or claims shall be

referred to the Sole Arbitrator appointed by the Parties by mutual consent in

accordance with the rules and procedures of Arbitration and Conciliation Act

1996 as amended from time to time The arbitration shall be conducted in New

Delhi in the Arbitration and Conciliation Centre New Delhi (Domestic and

International) as per its rules and regulations The expenses for the Arbitration

shall be shared equally or as may be determined by the Arbitrator The

considered and written decision of the Arbitrator shall be final and binding

between the Parties The applicable language for Arbitration shall be English

only Work under the Contract shall be continued by the CONTRACTOR during

the pendency of arbitration proceedings without prejudice to a final adjustment

in accordance with the decision of the Arbitrator unless otherwise directed in

writing by the DEPARTMENT or unless the matter is such that the works cannot

be possibly continued until the decision (whether final or interim) of the

Arbitrator is obtained

23 APPLICABLE LAWS The contract shall be interpreted construed and

Tender No SCLPS52019E0156401 59

governed by laws of IndiaThe contract shall be subject to exclusive Jurisdiction

of the Court of SAS Nagar (Mohali) Punjab India irrespective of anything

mentioned in any correspondences or otherwise

24 Any Other Term

Tender No SCLPS52019E0156401 60

Supporting Documents from Vendor

Attachment ‐ I

Attachment ‐ II

Price Bid Form

Item Description Slab Range Qty UOM Currency Unit Price Total Price

Supply of MCC Panels cables

cable trays lightings etc for

electrical distribution system

including fire detection

system LAN Paging etc for

the Chemical Store building as

per detailed specifications

technical write‐updrawings

attached

‐ 1 Lot ‐ ‐ ‐

Installation Testing and

Commissioning of MCC

Panels cables cable trays

lightings etc for electrical

distribution system including

fire detection system LAN

Paging etc for the Chemical

Store building as per detailed

specifications technical write‐

updrawings attached

‐ 1 Lot ‐ ‐ ‐

Tender No SCLPS52019E0156401 61

Break‐up of other taxes and other costs should be specified in respective narration columns

Sum of these Break‐up values should be specified in respective value columns

Supporting Documents from Vendor (Commercial)

Document attachment with price bid

Attachment ‐ I

Attachment ‐ II

  • pdf_document_tndr_notc_electrical_distribution_system_051119
  • pdf_document_tndr_doc_electrical_distribution_system_051119
Page 15: -72, -160071 चंडीगढ़ के समीप पंजाब भारत...स म -क डक टर ल ब र टर /Semi-Conductor Laboratory अ त रक ष वभ

Tender No SCLPS52019E0156401 14

c) The Contractor shall invoice only for the net amount payable to deducting the amount of Agency

Commission included in the invoice which will be paid to the Indian Agent directly by the Purchaser

However the Contractors invoice should separately reflect the amount of commission payable to his

Indian Agent

d) The earliest delivery period and country of origin of the Stores

e) Bankers name address telephonefax Nos and eMail ID of the Contractor

f) The approximate net and gross weight and dimensions of packages cases

g) Recommended spares for satisfactory operation for a minimum period of one year

h) Details of any technical service if required for erection assembly commissioning and demonstration

3 The FOBFCA and C and F prices quoted should be inclusive of all taxes levies duties arising in the

tenderers country

4 The offer should be valid for a minimum period of 90 days (single part tender) and 120 days (Two part

tender) from the due date of opening of the tender

5 Samples if called for should be sent free of all charges

6 Late and delayed tenders will not be considered Quotations by cable must be followed by detailed

offers

7 Offers made by Indian Agents on behalf of their Principals should besupported by the proforma

invoice of their Principals

8 The details of Import Licence will be furnished in the Purchase Order

9 The authority of person signing the tender if called for shall be produced

10 Instructions Operation Manual containing all assembly details including wiring diagrams should be

sent wherever necessary in duplicate All documents correspondence should be in English language

only

11 The Purchaser reserves the right to accept or reject the lowest or any offer in whole or part without

assigning any reason

12 It is expressly agreed that the acceptance of the Stores Contracted for is subject to final approval in

writing by the Purchaser

13 a) Part shipment is not allowed unless specifically agreed to by us

b) As far as possible stores should be despatched by Indian Flag Vessels Air India through any Agency

nominated by us

Tender No SCLPS52019E0156401 15

14 Inspection Test Certificate should be provided for the goods after testing it thoroughly at the

Contractors works If any Inspection by Lloyds or any other testing agency is considered necessary it

shall be arranged by Contractors

15 Where erection or assembly or commissioning is a part of the Contract it should be done

immediately on notification The Contractor shall beresponsible for any lossdamage sustained due to

delay in fulfilling this responsibility

16 For items having shelf life those with maximum shelf life should be supplied if order is placed

TERMS AND CONDITIONS

1 DEFINITIONS

(a) The term Purchaser shall mean the President of India or his successors or assignees

(b) The term Contractor shall mean the person firm or company with whom or with which the order for

the supply of stores is placed and shall be deemed to include the Contractors Successors

representatives heirs executors and administrators unless excluded by the Contract

(c) The term Purchase Order shall mean the communication signed on behalf of the Purchaser by an

officer duly authorised intimating the acceptance on behalf of the Purchaser on the terms and

conditions mentioned or referred to in the said communication accepting the Tender or offer of the

Contractor for supply of stores of plant machinery or equipment of part thereof

(d) The term Stores shall mean what the Contractor agrees to supplyunder the Contract as specified in

the Purchase Order

2 PRICES

Tenders offering firm prices will be preferred Where a price variation clause is insisted upon by a

tenderer quotations with a reasonable ceiling should be submitted Such offers should invariably be

supported by the base price taken into account at the time of tendering and also the formula for any

such variations

3 TERMS OF PAYMENT

31 Being a Department of the Government of India the normal terms of payment are by Sight Draft

However other terms of payment like establishment of Letter of Credit may be considered by the

Purchaser on such terms and conditions as may be agreed upon

32 The Sight Draft Letter of Credit will be operative on presentation of the under mentioned

documents

a) Original Bill of Lading Airway Bill

Tender No SCLPS52019E0156401 16

b) Commercially certified invoices describing the stores delivered quantity unit rate and their total

value in triplicate The invoice should indicate the discounts if any and Agency Commission separately

c) Packing List showing individual dimensions and weight of packages

d) Country of Origin Certificate in duplicate

e) Test Certificate

f) Declaration by the Seller that the contents in each case are not less than those entered in the invoices

and the quality of the Stores are guaranteed as per the specifications asked for by the Purchaser

g) Warrantee and guarantee Certificates vide Clause 20 herein below

4 IMPORTANT LICENCE

Reference to Import License No and date and Contract number and date shall be prominently indicated

in all the documents

5 DEMURRAGE

Supplier shall bear demurrage charges if any incurred by the purchaser due to delayed presentation of

shipping documents as prescribed in the bankers within a reasonable time (say within 10 to 12 days)

from the date of bill of lading for sea consignments and within 3 to 4 days from the date of Air Way Bill

for air consignments

6 ADDRESS OF INDIAN AGENTS

7 GUARANTEED TIME DELIVERY

The time for and the date of delivery stipulated in the Purchase Order shall be deemed to be the

essence of the Contract Delivery must be completed within the date specified therein

8 INSPECTION AND ACCEPTANCE TEST

81 The Purchaser representatives shall also be entitled at all reasonabletimes during manufacture to

inspect examine and test on the Contractors premises the material and workmanship of all stores to be

supplied under this Contract and if part of the said stores is being manufactured on other premises the

Contractor shall obtain for the purchasers representative permission to inspect examine and test as if

the equipment were being manufactured on the Contractors premises Such inspection examination

and testing shall not release the Contractor from the obligations under this Contract

82 For tests on the premises of the Contractor or of any of his subContractors the Contractor shall

provide free of cost assistance labourmaterial electricity fuel and instruments as may be required or

as may be reasonably needed by the purchasers representative to carry out the tests efficiently

Tender No SCLPS52019E0156401 17

83 When the stores have passed the specified test the purchasers representative shall furnish a

certificate to the effect in writing to the Contractor The Contractor shall provide copies of the tests

certificates to the purchaser as may be required

9 MODE OF DESPATCH

Generally stores should be despatched through Indian Flagged Vessel Air India or through any other

Agency nominated by the purchaser A copy of the invoice and packing list should invariably be kept

inside each of the packages

10 PORT OF ENTRY

New Delhi Mumbai

11 CONSIGNEE

Purchase and Stores Officer Stores

12 SHIPPING MARKS

The mark on the shipping documents such as invoice bill of lading and on the packages should be as

follow

PURCHASE ORDER NO

DATED

GOVERNMENT OF INDIA

DEPARTMENT OF SPACE

(name of the CentreUnit)

Destination

Port of Entry

13 INSURANCE OF THE STORES

The necessity or otherwise of insurance will be as indicated in the Purchase Order

14 CONTRACTORS DEFAULT LIABILITY

141 The purchaser may upon written notice of default to the Contractorterminate the Contract in

whole or in part in circumstances detailedhereunder

Tender No SCLPS52019E0156401 18

a) If in the judgement of the Purchaser the Contractor fails to makedelivery of Stores within the time

specified in the Contract agreement or within the period for which extension has been granted by the

Purchaser to the Contractor

b) If in the judgment of the Purchaser the Contractor fails to comply with any of the other provisions of

this Contract

15 In the event the Purchaser terminates the Contract in whole or in part as provided in Clause 14 the

Purchaser reserves the right to Purchase upon such terms and in such a manner as he may deem

appropriate stores similar to that terminated and the Contractor shall be liable to the Purchaser for any

additional costs for such similar stores andor for liquidated damages for delay as defined in Clause 19

until such reasonable time as may be required for the final supply of stores

151If this Contract is terminated as provided in Clause 14 the Purchaser in addition to any other rights

provided in this Article may require the Contractor to transfer title and deliver to the Purchaser under

any of the following clauses in the manner and as directed by the Purchaser

a) Any completed stores

b)Such partially completed stores drawing information and Contract rights (hereinafter called

manufacturing material) as the Contractor has specifically produced or acquired for the performance of

the Contract as terminated The Purchaser shall pay to the Contractor the Contract price for completed

stores delivered to and accepted by the purchaser and for manufacturing material delivered and

accepted

152 In the event the Purchaser does not terminate the Contract as provided in Clause 14 the

Contractor shall continue the performance of the Contract in which case he shall be liable to the

purchaser for liquidated damages for delay as set out in Clause for DELAY IN COMPLETION

LIQUIDATED DAMAGES until the stores are accepted

16 REPLACEMENT

If the stores or any portion thereof is damaged or lost during transit thePurchaser shall give notice to

the Contractor setting forth particulars of such stores damaged or lost during transit The replacement

of such stores shall be effected by the Contractor within a reasonable time to avoid unnecessary delay in

the intended usage of the Stores In case the purchaser agrees the price towards replacement items

shall be paid by the purchaser on the basis of original price quoted in the tender or as reasonably

worked out from the tender

17 REJECTION

In the event that any of the stores supplied by the Contractor is found defective in material or

workmanship or otherwise not in conformity with the requirements of the Contract specifications the

purchaser shall either reject the stores or request the Contractor in writing to rectify the same The

Tender No SCLPS52019E0156401 19

Contractor on receipt of such notification shall either rectify or replace the defective stores free of cost

to the purchaser If the Contractor fails to do so the purchaser may at his option either

a) replace or rectify such defective stores and recover the extra cost so involved from the Contractor or

b) terminate the Contract for default as provided under clause 14 above or

c) acquire the defective stores at a reduced price considered equitable under the circumstances The

provision of this article shall not prejudice the Purchasers rights under clause 19

18 EXTENSION OF TIME

If the completion of supply of stores is delayed due to reason of force majeure such as acts of god acts

of public enemy acts of Government fires floods epidemics quarantine restriction strikes freight

embargoes etc the Contractor shall give notice within 15 days to the purchaser in writing of his claim

for an extension of time The purchaser on receipt of such notice after verification if necessary may

agree to extend the Contract delivery date as may be reasonable but without prejudice to other terms

and conditions of the Contract

19 DELAY IN COMPLETION LIQUIDATED DAMAGES

If the Contractor fails to deliver the stores within the time specified in theContract or any extension

thereof the purchaser shall recover from theContractor as liquidated damages a sum of onehalf of one

percent (05percent) of the Contract price of the undelivered stores for each calendar week of delay

The total liquidated damages shall not exceed ten percent (10 percent) of the Contract price of the unit

or units so delayed Stores will be deemed to have been delivered only when all their component parts

are also delivered If certain components are not delivered in time the stores will be considered as

delayed until such time as the missing parts are delivered

20 GUARANTEE and REPLACEMENT

a) The Contractor shall guarantee that the stores supplied shall comply fully with the specifications laid

down for material workmanship and performance

b) For a period of twelve months after the acceptance of the stores if any defects are discovered

therein or any defects therein are found to have developed under proper use arising from faulty

materials design or workmanship the Contractor shall remedy such defects at his own cost provided he

is called upon to do so within a period of 14 months from the date of acceptance thereof by the

Purchaser who shall state in writing in what respect the stores or any parts thereof are faulty

c) If in the opinion of the purchaser it becomes necessary to replace or renew any defective stores such

replacements or renewals shall be made by the Contractor free of all costs to the purchaser provided

the notice informing the Contractor of the defect is given by the purchaser in this regard within the said

period of 14 months from the date of acceptance thereof

Tender No SCLPS52019E0156401 20

d) Should the Contractor fail to rectify the defects the purchaser shall have the right to reject or repair

or replace at the cost of the Contractor the whole or any portion of the defective stores

e) The decision of the Purchaser notwithstanding any prior approval or acceptance or inspection

thereof on behalf of the purchaser as to whether or not the stores supplied by the Contractor are

defective or any defects has developed within the said period of 12 months or as to whether the nature

of the defects requires renewal or replacement shall be final conclusive and binding on the Contractor

f) To fulfill guarantee conditions outlined in Clause 20 (a) to (e) above the Contractor shall at the option

of the purchaser furnish a Bank Guarantee (as prescribed by the purchaser Bank Guarantee format

enclosed) from a Bank approved by the purchaser for an amount equivalent to 10Percent of the value of

the Contract along with first shipment documents On the performance and completion of the Contract

in all respects the Bank Guarantee will be returned to the Contractor without any interest

g) All the replacement stores shall also be guaranteed for a period of 12 months from the date of arrival

of stores at purchasers site

h) Even while the 12 months guarantee applies to all stores in case where a greater period is called for

by our specifications then such a specification shall apply and in such cases the period of 14 months

referred to in Clause 20 (b) and (c) shall be asked for guarantee period plus two months

21 REQUIREMENT OF ADDITIONAL NUMBERS OF THE STORESSPARE PARTS ORDERED

The Contractor shall also undertake the supply of additional number of items covered by the order as

considered necessary by the purchaser at a later date the actual price to be paid shall be mutually

agreed to after negotiations

22 PACKING

a) The Contractor wherever applicable shall pack and crate all stores for sea air shipment as applicable

in a manner suitable for export to a tropical humid climate in accordance with internationally accepted

export practices and in such a manner so as to protect it from damage and deterioration in transit by

road rail or sea for space qualified stores The Contractors shallbe held responsible for all damages due

to improper packing

b) The Contractor shall ensure that each box unit of shipment is legible and properly marked for

correct identification The failure to comply with this requirement shall make the Contractor liable for

additional expenses involved

c) The Contractor shall notify the purchaser of the date of shipment from the port of embarkation as

well as the expected date of arrival of such shipment at the designated port of arrival

d) The Contractor shall give complete shipment information concerning the weight size content of each

packages etc

Tender No SCLPS52019E0156401 21

e) Transshipment of equipment shall not be permitted except with the written permission of the

purchaser

f) Apart from the despatch documents negotiated through Bank the following documents shall also be

airmailed to the purchaser within 7 days from the date of shipment by sea and within 3 days in case of

air consignments

a) Commercial Bill of Lading Air Way Bill Post parcel Receipt (Two nonnegotiable copies)

b) Invoice (3 copies)

c) Packing List (3 copies)

d) Test Certificate (3 copies)

e) Certificate of Origin

The Contractor shall also ensure that one copy of the packing list is enclosed in each case

23 ARBITRATION

In the event of any disputes differences or claims arising out of or relating to the interpretation and

application of the Contract such disputes or differences or claims shall be settled amicably by mutual

consultations of the good Offices of the respective Parties and recognizing their mutual interests

attempt to reach a solution satisfactory to both the parties If such a resolution is not possible within 30

days from the date of receipt of written notice of the existence of such disputes then the unresolved

disputes or differences or claims shall be referred to the Sole Arbitrator appointed by the Parties by

mutual consent in accordance with the rules and procedures of Arbitration and Conciliation Act 1996 as

amended from time to time The arbitration shall be conducted in New Delhi in the Arbitration and

Conciliation Centre New Delhi (Domestic and International) as per its rules and regulations The

expenses for the Arbitration shall be shared equally or as may be determined by the Arbitrator The

considered and written decision of the Arbitrator shall be final and binding between the Parties The

applicable language for Arbitration shall be English only

Work under the Contract shall be continued by the CONTRACTOR during the pendency of arbitration

proceedings without prejudice to a final adjustment in accordance with the decision of the Arbitrator

unless otherwise directed in writing by the Purchaser or unless the matter is such that the works cannot

be possibly continued until the decision (whether final or interim) of the Arbitrator is obtained

24 LANGUAGE AND MEASURES

All documents pertaining to the Contract including specification schedule notice correspondence

operating and maintenance instructions drawings or any other writings shall be written in English

language The metric system of measurement shall be used exclusively in the Contract

25 INDEMNITY

Tender No SCLPS52019E0156401 22

The Contractor shall warrant and be deemed to have warranted that all Stores supplied against this

Contract are free and clean of infringement of any patent copyright or trade mark and shall at all times

indemnify the purchaser against all claims which may be made in respect of stores for infringement of

any right protected by Patent Registration of design or Trade Mark and shall take all risk of accident or

damage which may cause a failure of the supply from whatever cause arising and the entire

responsibility for the sufficiency of all the means used by him for the fulfillment of the Contract

26 COUNTER TERMS AND CONDITIONS OF SUPPLIERS

Where counter terms and conditionsprinted or cyclostyled conditions have been offered by the

supplier the same shall not be deemed to have been accepted by the purchaser unless specific written

acceptance thereof is obtained

27 SECURITY INTEREST

On each item to be delivered under this Contract including an item of work in progress in respect of

which payments have been made in accordance with the terms of the Contract purchaser shall have a

security interest in such items which shall be deemed to be released only at the time when the

applicable deliverable item is finally accepted and delivered to the purchaser in accordance with the

terms of the Contract Such security interest of the purchaser shall constitute a prior charge as against

any other charge or interest created in respect of such items by any entity

28 BANK CHARGES

While the purchaser shall bear the bank charge payable to his Bankers (State Bank of India) the

Contractor shall bear the Bank charges payable to his Bankers including the cheques towards advising

amendment commissions

29 TRAINING

The Contractor shall if required by the purchaser provide facilities for the practical training of

Purchasers engineering technical personnel from India and for their active association on the

manufacturing processes throughout the manufacturing period of the Contract stores number of such

personnel to be mutually agreed upon

30 APPLICABLE LAW

The Contract shall be interpreted construed and governed by the laws of India

Tender No SCLPS52019E0156401 23

BidTemplates

GENERAL CONDITIONS

Item Specifications

Sl No Specifications Complianc

e (Yes No)

Offered Specifications Remarks

1 Intent of the ProjectaThe scope of Project includes Supply

Installation Testing and Commissioning of electrical

distribution system including illumination MCC Panels fire

detection system Local Area Network (LAN) Paging etc for

the Chemical Store Building at Semi‐Conductor Laboratory

(SCL) Sector‐ 72 SAS Nagar Mohali (Punjab) bScope

includes receiving unloading storage insurance in‐plant

transportation and all equipment amp accessories covered under

this specificationcTechnical SpecificationBrief overview of

Equipment amp services under this specification is described

hereiGeneral SpecificationiiSupply amp Installation of

Electrical MCCPCC Panels MCB DB exhaust fan light fixtures

etciiiSupply amp Installation of wire cables conduits Modules

SwitchSockets termination earthing etcivSupply amp

Installation of Fire detection system and its

accessoriesvSupply amp Installation of NetworksLAN

systemviSupply and installation of material for Earthing and

lightning protection system viiAny other electrical

requirement for execution of the work dDrawing amp notes All

drawing amp notes as listed in the annexure form a part of this

specification

Tender No SCLPS52019E0156401 24

2 General Information for Site Condition The Contractor may

visit the site of work at SCL to acquaint themselves of the

actual site conditions

3 Code amp Standards All electrical equipment and accessories to

be furnished installed and commissioned under scope of

these specifications shall be designed manufactured tested

and installed in accordance with relevant Indian Standard

Specifications (ISS) Indian electricity rules and any other

applicable regulations

4 Period of CompletionThe time allowed for supply installation

testing and commissioning of the entire work shall be six (6)

months to be reckoned from the 7th day of issue of Purchase

order by SCL

5 Drawing Data and ManualsFollowing drawings documents

shall be submitted by the selected contractor for approval of

SCL for execution of the workaFoundation drawing of all

floor mounted Electrical panelsbGeneral Layout (GA)

drawing with dimension of all electrical equipment and Single

line drawings (SLDs) of electrical PanelcMake type and

catalogue of Switchgears of Electrical MCC Panels Power DBs

Power Cables and related accessories along with technical

leaflets data sheets etc to be provided by the contractor

The contractor shall offer recommended makes mentioned in

this document dEquipment data sheets furnishing

guaranteed performance figure for each type of

equipmenteTest certificates test results for each type of

equipmentfCheck lists and tests to be conducted during

erection testing amp commissioning of the individual

equipmentOn successful completion of the entire work the

Contractor shall provide lsquoAs Builtrsquo drawings for all the Systems

executed under the Contract Three (03) sets of hard copies

and one (01) set in soft copy (CDDVD) in Auto‐CAD and PDF

Tender No SCLPS52019E0156401 25

format shall be provided to SCL for its record and reference

Contractor shall also provide instruction Operation

manual(s) and maintenance manuals for the all equipment

system installed under the project

6 Eligibility Criteria Only those bidders meeting the below

mentioned eligibility criteria are eligible to participate in the

tendera Should have satisfactorily executed at‐least two (2)

similar works of value not less than Rs 50 Lakh each

involving inter alia power distribution works consisting of

MCCsPCCs of rating not less than 400 A 415 V 35 kA ( fault

level) MCBDBs lighting systems cabling during the last 5

years To ascertain eligibility for the work the participating

bidders shall enclose copy (ies) of the detailed Purchase

Order(s) and their completion certificate(s) evidencing

satisfactory completion of similar works issued by the

respective clientsorganisations Completion certificate for

works issued by private parties shall be supported by TDSb

Should not have incurred any loss in more than two years

during the last five (5) financial years ending 31st March 2019

c The Contractor should possess valid license of Class lsquoArsquo

Category Electrical Contractor issued by the State Licensing

Authorityd The contractor shall carry out the work in co‐

ordination with the civil works undertaken by other contractor

engaged by SCL

7 DeviationaContractor to clearly mention deviation(s) if any

from the specification in the unpriced techno‐commercial bid

bUnless such deviations are recorded in the deviation sheets

and submitted with the bid it will be assumed that the offer is

made in conformity with the tendered specification in all

respectscThe deviations shall be evaluated by SCL and

acceptance of the same shall be at the sole discretion of SCL

Tender No SCLPS52019E0156401 26

8 Quantity variationThe quantities indicated against each item

in the Bill of Quantities (BOQ) are indicative and are for the

purpose of bidding only Variation in quantities upto + 25

shall be carried out by the contractor on the agreedPurchase

Order (PO) rates and terms amp conditions as in the Purchase

Order (PO) In case of contract items which exceed the said

limit of +25 the contractor may claim revision of rates

supported by proof analysis and if the rate claimed in excess

of the rate specified in the bill of quantities SCLrsquos engineerndashin‐

charge of the work shall after giving consideration to the

analysis of rates submitted by the contractor determine the

rates on the basis of market rates and the contractor shall be

paid in accordance with the rates so determined The

Contractorrsquos profit amp OH shall be factored in the rate

analysis15

9 Extra ItemsIn case of extra items (that are completely new

and are in addition to the items contained in the contract) the

contractor may claim rates supported by proper analysis and

SCLrsquos engineer‐in‐charge of the work shall after giving

consideration to the analysis of the rates submitted by the

contractor determine the rates on the basis of market rates

and the contractor shall be paid in accordance with the rates

so determined The Contractorrsquos profit amp OH shall be factored

in the rate analysis15

10 Construction Power SupplyElectricity if available in the

premises may be provided to the contractor by Department

(SCL) only at a single point free of cost subject to the following

conditions ‐a)The Contractor has to make his own

arrangement to tap Electricity from a 3 phasesingle phase

supply from the location decided by the SCLrsquos Engineer‐in‐

charge (E‐I‐C)

Tender No SCLPS52019E0156401 27

11 Storage space site office Contractor will be provided a

lockable room within SCL premises for storage space subject

to availability Contractor will make at his own cost

temporary site office close to work site as per the location

decided by the E‐I‐C

12 Materialsystem submittalsMaterialssystems etc procured

by the selected Contractor for incorporation in the work will

be only of MakesManufacturers specified in the tender

document Submittals of the same shall be submitted by the

contractor for SCL review and approval

13 Other RequirementsbullErection testing amp commissioning of

items as per BOQbullSpecial tools amp tackles Party shall arrange

the ladderscaffoldingstair for working at height for cable

laying Fire detection system installation of light fixture

bullWork shall be executed as per the ISRO contractor safety

Manual Contractor to ensure that the manpower is equipped

with PPE for working at the site bullAll relevant drawing data

catalogues with instruction and trouble shoot manuals type

test certificates for the above accessoriesbullMaterials and

accessories which are necessary or used for satisfactory and

trouble free operation and maintenance of the above

equipmentrsquosmaterial shall also be furnished bullContractor

shall deploy skilled amp unskilled Labor qualified technical

Supervisor(s) erection tools amp tackles testing tools amp

equipment supplies consumables and hardware and

transport for timely and efficient execution of the

workbullContractor shall guarantee LED fixtures

(flameproofnon‐flameproof) for a period of 5 years from the

date of acceptance The contractorrsquos guarantee shall be

supported with a guarantee from the manufacturer(s) in this

regard

Tender No SCLPS52019E0156401 28

TECHNICAL SPECIFICATION‐1

Item Specifications ‐I

Sl No Specifications Compliance

(Yes No)

Offered Specifications Remarks

1 Internal Wiringa The electrical wiring installations and other

accessories shall comply with latest IS code 732 (part‐II) 1983

and National Electric Code‐1985b The word concealed means

it involves cutting of floor wall and making good after laying

the conduitMetal raceway as per the enclosed drawings by

the contractor as requiredc The contractor shall provide all

necessary components fixing materials accessories and

interconnections as per standard practice It is to be noted

that ceiling rose forms a part of the specifications hence not

indicated separately and shall be provided by the contractor

as requiredd Scope includes termination of wire ferruling

dressing cable tie etc as requirede The work shall be

executed as per the ISRO electrical specification available on

ISRO site wwwisrogovin in Schedule I to be read along with

the tender specification

2 LED LuminariesThe scope includes supply installation

testing commissioning of flame proofnon‐flameproof LED

lighting fixture at the ceiling level (about 55 meter height) in

the chemical store building outer periphery of the store

building electrical room AHU room at the first floor as per

drawings and discretion of E‐I‐C Architectural plan of the

building is attached Supply of required accessories such as

mounting brackets nuts bolts screws washers glands and

any other material required for installation of LED fixture as

per specifications mentioned in BOQ shall be part of the

specification Junction box as required for loop‐in and loop‐

Tender No SCLPS52019E0156401 29

out of the cable for flame proof light fixture will be in the

scope of the contractor LED light fittings will be suitable for

operation on 230V single phase AC supply The fitting shall

be supplied with all fixing material such as brackets nuts

bolts etc as required for installation of fittings Special

Conditions aLuminaire make (Brand) from among the

recommended make mentioned in the tender document shall

be clearly mentioned in Technical Bid along with complete

technical detailsbThe LED light fitting and its driver unit etc

shall have warranty for a period of 5 years from the date of

installation and commissioningcThe flame proof fixture shall

be provided along with the Petroleum and Explosives Safety

Organization (PESO) certification

3 Detailed Specification for LED Fixture a Flame Proof LED

Fixtures Supply and installation of flameexplosion proof high

efficiency 1 Phase 230 V 60W LED light fitting as per IS 2206

with luminous efficiency 100Lmwatt or better CRI gt 08 amp

THDlt10 IP‐66 as per ISIEC 605292001 made of Die cast

aluminium alloy Heat resistant amp tough clear dome glass

having enclosure as per Ex‐d GAS Gr IIA IIB IIC AS PER ISIEC

60079‐12007 amp ISIEC 60079‐02004 Area of classification

ZONE‐1 2 21 amp 22 and temperature class T‐6 or better as per

ISIEC 60079 complete with loop‐in loop‐out provision

Mounting bracket for mounting on the ceiling Double

compression cable gland shall be provided and install by the

contractor along with the light fitting Recommended Make of

fixture Baliga Stahl Sudhir SwitchgearRecommended make

of LED NICHIA CREE PHILIPS LUMILED OSRAMb General

LED fixtures Supply amp fixing of wallceiling mounted batten

type 20W LED tube light (Four feet) luminaire with efficient

driver (efficiency shall be more than 90) amp with minimum

lumens output of 2000 lumens per lamp comprising of nano

diffuser technology complete with efficient amp constant

Tender No SCLPS52019E0156401 30

current output driver suitable for operation on 230V single

phase 50Hz AC supply efficient heat sink effective thermal

management and with colour temperature shall be gt 6000K

The LED with suitable control gear and power factor gt09 LM

79 certification for luminaireLM80 certificate for LED shall be

submitted and with other standard accessories prewired

including necessary interconnections complete in all respects

and as directed by EIC (Similar to Philips Astra or equivalent)

Recommended make of fixture Philips GE Trilux

LTRecommended make of LED NICHIA CREE PHILIPS

LUMILED OSRAM

4 c Street Light Fixture Supply and installation of 72W75W

LED Street Light fixture with High‐brightness White LEDs

sources with high transmittance flat toughed glass cover and

peanut LENS on each LEDs System luminous efficacy 100

LmsWatt 5600K colour temperature amp 70 CRI value for

ensuring good quality light output Life of at‐least 50000

hours at 70 lumen maintenance ampLED driver efficiency gt

85 Power factor greater than 095 THDlt10 amp min 3KV

surge protection with operating voltage range from 120‐270V

for ensuring lifelong high performance of luminaire the

fixture shall be made of LM‐6 Pressure die‐cast aluminium

with engraved company name amp have IK05 amp IP66 Class

protection with NABL Accredited LM‐79 amp LM‐80 Report

Mounting pole mounted upto a height of 8 meter and pole

bracket diameter of 48‐60 mm (adjustable) Recommended

make of fixture Trilux Philips GE LTRecommended make of

LED NICHIA CREE PHILIPS LUMILED OSRAM

5 Street Light Pole Providing and installation of hot dipped

galvanized swaged tubular 9‐meter‐long with planting depth

15 metersiexclbrvbar street light poles The effective length of each

section shall be‐ bottom 5 meters middle 2 meters and top 2

meters The outside dia and thickness of pole shall be

Tender No SCLPS52019E0156401 31

minimum 11430x440mm 889x4085mm 761x325mm

respectively as required The pole shall be provided with

necessary bracket (inclination 105115 degree length 15

meter dia 45 mm ) for mounting upto 72 W LED street light

fixture Each pole shall have a weather proof

loopingterminal box clamped at 550 mm above ground level

along with a suitable earth terminal The looping box shall be

provided with a suitable Power terminal arrangement to loop

4C x10sqmm size cable and MCB5A fuse cut‐out A base

plate 300 x300x10mm shall be welded to the bottom of the

pole Both underground cable and GI earth wire shall be

terminated at the terminal looping box in the looping zone

Further wiring to the light fixture shall be done with three

core flexible copper wire (2core for power supply and third

core for earthing)GI tubular pole shall be installed in cement

concrete 136 (1 cement 3 coarse sand 6 graded stone

aggregate 40 mm nominal size) foundation including

excavation and refilling etc Party to cast 2 run of 32 mm MS

conduit for cables upto a height of 550mm from ground level

for loop in loop out of cable The civil work for street light pole

foundation forms a part of installation of the work and will be

done by the party as required for commissioning of lighting

poleFor earthing of street light poles coilspiral earthing

using 8 SWG GI wire shall be used The GI wire shall be buried

to a minimum depth of 15 m with excavation refilling of

earth and connecting GI wire to pole using GI bolt and nut

complete as per requirementMake of Pole Reputed make

with ISI mark Note Party shall submit Drawing of the street

light pole for SCL approval before start of manufacturing

6 Cables wire conduit earthing Switchboards

SwitchesSockets etca Cables The scope includes the Supply

and installation of XLPE insulated overall FRLS PVC outer

sheathed AlCu armored cable on wallsurfacesoilexisting

Tender No SCLPS52019E0156401 32

cable tray as required for MCC Panel and MCB DBs as per the

detailed specification and quantity in this document All

necessary hardware for installation of cable like cable tie

clamps tags etc is in the scope of Contractor Contractor to

ensure that cable laid on the cable tray is properly clamped

with GI clamps and cable is properly secured on cable tray b

Wire The scope includes the Supply and installation of FRLS

Copper wire of different size quantity amp Specification for

power distribution and lighting and power etc as per the

requirement c Conduit The scope includes the Supply and

installation of ISI makes MS Conduits of different size as per

Specification for power and lighting distribution switch

sockets etc as per the requirement Flexible conduit shall be

of GId Cable tray The scope includes the supply and

installation of GIMS cable trays as per specificationse

Earthing The scope includes the supply and providing

earthing for Panels DBs cable trays light fixtures and poles

flameproof accessories fire panel speakers exhaust fans etc

matching the specifications given in this tender documentf

Lightning protection The scope includes the supply and

providing earthing for lightning protection of the building as

per the IS 2309 specification and quantities as per the BOQ

The scope includes horizontal and vertical runs earth pits test

point earthing of building periphery for contour etcg Rack

earthing The scope includes the supply and providing

earthing for racks as per specificationsh Switchboards and

SwitchSockets The scope includes the Supply and installation

of different size of flameproofnon‐flameproof Switchboards

and switchsocket for Lighting Power Distribution as per

specificationi MSGI Conduits flexible GI conduit earthing

materials doublesingle compression brass cable glands

cable lugs (Al amp Cu as required) cable ties cablewire

identification tags required for the installation and

maintenance of trouble free operation of the downstream

Tender No SCLPS52019E0156401 33

system and accessories are covered under this specificationj

MS junction box conduit along with all related accessories as

per specification

TECHNICAL SPECIFICATION‐2

Item Specifications ‐II

Sl No Specifications Compliance

(Yes No)

Offered Specifications Remarks

1 Electrical Panel SpecificationGeneralaPanel shall be

fabricated as per IEC 61439 part 1 amp 2 bPanel shall be indoor

metal clad air insulated floor mounted extendable to side

single front construction front wired front

connectedcMinimum thickness of sheet metal used shall be

2 mm and panel shall confirm to IP54 protectiondThe

working height of the Panel shall be limited as per standard

engineering practicese The design should be fully

compartmentalized with metal partitions between

compartments All doors shall be gasketed Each vertical

section shall have removable back coverfAll switches push

buttons lamps indicating instruments shall be flush

mountedgA full height vertical cable chamber with cable

supports shall be provided in each section to facilitate unit

wiring Cable chamber shall be sized to accommodate all cable

and shall have removable covers A horizontal wire way

extending the entire length shall be provided at the top of

panel for inter panel wiringhPanel shall be with minimum

75mm high base MS channel frameiThe panel shall undergo

seven tank or better process as per relevant IS

standardsjLifting hook shall be provided at each section for

easy transportationkDifferent compartment of the panel

shall be provided with dust proof type air filter louvers

explosion vents or similar safety arrangements in the panels

Tender No SCLPS52019E0156401 34

to let out gases under pressure generated during event of any

fault inside the panellPanel shall have pocket for the Panel

drawing in the incomer section

2 Busbar and Bus TapsaThe main bus and connections shall be

of high connectivity AluminiumAluminium alloy sized for

specified current ratings with maximum temperature limited

to 85amp778 C ie 35amp778 C rise and ambient 50amp778

bSeparate vertical bus bars shall be provided for each vertical

panelcAdequate contact pressure shall be ensured at bus

connections by means of two bolt connections with plain and

spring washers and lock nutsdBus bar and connections shall

be fully insulated for working voltages with adequate

phaseground clearances Insulating sleeves heat shrink type

for bus bar and shrouds removable type joints shall be

provided Bus insulators shall be flame retardanteBus bar

shall be color coded for easy identificationfBusbar should be

connected in such a way that it can be dismantledassembled

while separating different section of the panelgShrouds of

transparent sheet on the exposed bus in cable alleys for

adequate safety measurehBus bar Conductor shall be

confirming to IS‐5082iMinimum clearance (PH‐PH PH‐N and

PH‐E) between Bus bars shall be maintained as per latest

ISjBus Bar supporting Material shall be of

SMCDMCkMaterial of Aluminium Bus bar shall be of E91

gradelBus bar shall be protected from the transparent

insulated material for stand safety point

3 3Control ModuleaFixed type control module shall house the

control components for a circuitbThe equipment layout shall

provide sufficient working space in between the components

and subject to SCL approval cEach control module shall be

equipped with ACDC potential free Relays (230V AC24V DC)

Contactors etc for seamless interface of the operation of

Drives from FCMS (PLC)dVendor to provide the potential free

Tender No SCLPS52019E0156401 35

contact to facilitate local operation from MCC and remote

operation from FCMSPLC Vendor shall provide with each

drive module automanual selector switch and each drive

module shall be wired up to the terminal block for localauto

selection ON OFF trip feedback to SCLrsquos control station and

ONOFF command room FCMSPLC as welleMCC panel and

LPBS shall have selector switches for MCCLocal and

LocalRemote selection respectively Control (OnOff) of the

Drivesheaters will be as per following selection If selector

switch (SS) at MCC is selected to MCC ONOFF operation can

be done from MCC only irrespective of position of SS at LPBSIf

selector switches both at MCC amp LPBS are selected to LOCAL

ONOFF operation can be done from LPBS onlyIf SS at MCC is

selected to LOCAL and SS at LPBS is selected to REMOTE

ONOFF operation can be done from FCMS only

4 VFDVFD shall be of Allen Bradley PF400 series having

redundant Control Net communication option as well to

communicate with the existing Facilities Control amp Monitoring

System (FCMs) Control Net Bridge Coaxial Straight T‐Tap

1786‐TPS must also be supplied along with VFDs Line

reactorchoke of suitable rating shall be connected before the

VFD

5 Thyristor based Heater ControlaDYDAC Make Thyristor

power controller Type 3003 or equivalent rating 85kW

Control input 4‐20mA Thyristor input supply 415VAC (3‐Ouml)

Thyristor output supply 415VAC (3‐Ouml) which shall be provided

by the vendor in a separate compartment of the MCC 4‐20mA

Control signal from the heater PID will modulate the thyristor

controller output to maintain the fresh air temperature at set

value Heater ON and OFF set points shall be adjustable in the

SCADA in FCMSbThyristor controller run command run

feedback 4‐20mA modulating signal shall be wired up to the

terminal block in the cable alley in the MCC Thyristor

Tender No SCLPS52019E0156401 36

Panelcompartment shall be complete with inter module

control and power wiring 220V AC supply shall be drawn from

one of the phase and neutral of the incoming 415VAC and

connect to the Thyristor supply terminals through MCB

Circuit breaker lsquoswitch ONrsquo and Thyristor control unit lsquoRUN

commandrsquo will get activated from FCMS if air temperature is

below ON set point Circuit breaker lsquoswitch OFFrsquo and Thyristor

control unit lsquoRUN command withdraws will get activated

from FCMS when temperature becomes above OFF set point

6 Fire Suppression system amp Fire Protection systemPanel shall

be equipped with required materials such as fire suppression

cylinders filled with fire suppression agents Fire detection

tubes Heat sensor tubes end of line adaptor with gauge

electrical Relays differential pressure valves etc to provide

the fire suppression and fire protection system in cable alley

and bus bar chambers of the electrical panel

7 MCCBaThe MCCBs should be extra current limiting type with

trip time of less than 10 m sec under short circuit conditions

The current limiting action should be achieved with repulsion

principle The MCCBs should preferably have an anti‐reclosing

featurebThe MCCBs should be 3 or 4 poles as per SLDcThe

MCCBs should have a Service short circuit breaking capacity

(Ics) of not less than 35 kA rms at 415 Volts 50Hz AC for

incomer The service breaking capacity should be equal to

ultimate breaking capacities (Icu) (ie Ics= Icu=100)dThe

release should be thermal magnetic having adjustable

overload and short circuiteSwitches shall be triple pole air

break AC23 motor duty for motor starter feedersfCubicle

doors of incoming and outgoing shall be mechanically

interlocked with switchgear to prevent unintentional openings

of the door while the unit is in energized condition However

defeat interlock provision is also to be providedgAll incoming

and outgoing feeders shall be provided with bolted disconnect

Tender No SCLPS52019E0156401 37

link for isolation of neutral if necessary Selector switches

shall be of rotary typehThe MCCB shall be provided with

rotary drive kit spreader terminals and ONOFFTrip (MCCB)

position of switch handle to be clearly markediDuct Heater

MCCB shall be motorized to control (ONoff) from FCMSjFor

incomers it should be EDO microprocessor based

communicable MCCB (35 kA or above) with numerical

releases for OL SC amp EFR (With mechanical and Electrical

interlocking for operation of only one ACB at any point of

time)

8 MPCBaThe MPCBs should be of 3 pole air break type AC3

Duty continuous rating as specifiedbMPCBs should have at

least 1NO+1NC contactcThese should have trip indication

test trip functiondThe release should be thermal magnetic

having adjustable overload trip settingeThe service breaking

capacity should be equal to ultimate breaking capacities (Icu)

(ie Ics= Icu=100)fThe MPCBs should be suitable for din rail

type mounting

9 Capacitor Bank Supply and installation of Capacitor Bank ‐

Box Type Dry construction Conforming to IS 13340‐41IEC

60831 440V 50Hz Rated Current (In) as per Load Heavy

Duty Dielectric MPP Low loss type with overall loss lt

05WkVAR Delta Connection with Discharge Device

10 ContactoraThe contactor shall be 3 pole air break type AC3

Duty continuous rating for motor starter feeders with non‐

bouncing silver silver alloy contactsbContactor shall be of

electromagnetic type rated for uninterrupted duty as per

relevant standards and also suitable for capacitor duty

cContactor shall be provided with adequate auxiliary contacts

rated for 10Amps 240VAC for interfacing with control

schemedContactor coil rating shall be minimum pick up of

85 of rated voltage and minimum drop out of 75 rated

Tender No SCLPS52019E0156401 38

voltage

11 Control and IndicationsaPush buttons will be heavy duty oil

tight and push to actuate type with integral plate marked

with its functionbEach push button shall be provided with

2NO+2NC contacts rated for 10Amps 240VACcLamps shall

be LED type rated for 240V AC Lens and lamps shall be

replaceable from the front dThe control supply shall be

through a 415V230V transformer and the vendor shall

provide 1 no 415V230V transformer for the same Vendor

shall also provide Power module for 24V DC Supply for the

operation of heaters control module

12 MetersaAll indicating instruments shall be digital

Switchboard type with accuracy class +‐ 2 full scalebMFM

of suitable rating shall be used in the incomer

feedercSelector switches shall be furnished at outgoing

feeders as per SLD for ammeterdAmmeter shall be of analog

type flush mounted industrial pattern of size 96x96 mm with

accuracy class 10 eMultifunction meter shall be of digital

type flush mounted industrial pattern of size 96x96 mm with

accuracy class 10 as per IEC 6205253 suitable for

measurement of Current Voltage Power Frequency Power

factor Energy and ready port to communicate with FCMS

through RS 485 The Meter should have Modbus

communication port as well

13 CT (Current transformer)CT will be cast resin type rated 15VA

or more burden with Maximum accuracy limit of class 1

14 Secondary wiringaPanel shall be fully wired at the factory to

ensure proper functioning of control and protectionbFuse

and links shall be provided to permit individual circuit

protection from bus wires without disturbing other circuits All

spare contacts of relays push buttons and other devices shall

Tender No SCLPS52019E0156401 39

be wired up to terminal blockscWiring shall be done with

flexible 25sqmm copper 1100V grade PVC insulated

switchboard wires Each wire shall be identified at both ends

with permanent markers bearing wire numbers as per wiring

diagramdWire termination shall be done with crimping type

connector with insulating sleeve

15 Powercontrol Terminal BlocksaTerminal block shall be 660V

grade box clamp type with marking strips similar to ELMEX 10

mm2 or equal for ControlbTerminal for CT secondary leads

shall have provision for shortingcNot more than two wires

shall be connected to any terminaldSpare terminals equal in

number to 20 active terminals shall be providedeTerminal

blocks shall be suitably located in cable alleysfFor Power

cable Bus Bar type cable connector (Melamine material) shall

be providedgFor Control cable heavy duty screw type cable

connector (Melamine material) shall be provided

16 Cable terminationaPanel shall be designed for cable entry

from topbEach cable shall be clearly marked at both ends

with an indestructible marker preferably a cable tag made of

Aluminium tacked with indicating cable number amp both end

feeder tags with switchboard tags Cable tags at ends of cable

shall be provided inside the gland plate as well as outside the

gland platecAll provisions and accessories shall be furnished

for termination of cables including removable gland plates

cable supports and terminal blocksdGland plate shall be

minimum 3 mm thick

17 Ground BusA GI ground bus rated to carry the maximum fault

current shall extend full length of Panel The ground bus shall

be provided with 2 bolts with GI bolt and nuts at each end to

receive 50x6mm GI flat

18 NameplateaThe nameplate of approved design shall be

Tender No SCLPS52019E0156401 40

provided for each compartment and also at the top of each

panel Nameplate shall be minimum 20x70mm and 3mm

thickbDrawing Pouch shall be provided at the incomer cable

allay

19 PaintingPanel shall be painted with light grey epoxy painted

(Siemens Gray RAL 7032) and caution notice plate shall be

fixed at the back of each vertical panel

20 Make of Switchgears aMCCBSiemensSchneiderbPush

button SiemensSchneider TekniccSelector

SwitchSiemensSchneider Teknic

dFuseSchneiderSiemenseTimerSiemensSchneiderfContro

l TransformerAEIMPIndcoilgTerminal

BlockElmexConnectwellFTChMeters Conzerv LampT

AEiCTs amp PTsKappaAutomatic

Electric(AE)NippenjContactorsSchneiderSiemenskIndicatio

ns SiemensSchneider

TekniclRelaysSchneiderSiemensPLAmMCBSchneiderSiem

ensnCooling Fan

RexnordSunonoVFDsAllen bradlypThyristor moduleDYDAC

qRCBOSiemensSchneiderrMCB

DBSiemensABBLegrandsLine reactorchokeAllen

BradleytCapacitor BankNeptune Schneider Siemens

21 Local Push Button Station (LPBS)The Scope includes supply

and installation of LPBS for Chiller Pumps AHUs Heaters as

per the BOQ and detailed specification given below aLPBS

shall be indoor metal clad air insulated wallAngle frame

mounted as required single front construction front wired

front connected hinged lockable door LPBS for Chiller Pumps

system shall be suitable for outdoor installationbMinimum

thickness of sheet metal used shall be 2 mm and panel shall

conform to IP54 protection for indoor installation and IP65 for

outdoor type LPBScAll switches push buttons with indicating

Tender No SCLPS52019E0156401 41

LED lamps indicating instruments shall be flush

mounteddThe LPBS shall be used for remote operation of

drives Equipment and HeaterseTo facilitate the localremote

operation LPBS shall have LocalRemote selector switch and

provided with Start push button lockable Stop push button

ammeter of suitable range Terminal Block and lockable

Emergency off Switch etc fLPBS shall be equipped with AC

(230V)DC (24V) Relays Contactors etc for seamless interface

of the operation of Drives from FCMS (PLC)gLPBS should be

suitable for wall mounting and provided with necessary

mounting arrangementhWiring shall be done with flexible

25sqmm copper 650V grade PVC insulated switchboard

wires Each wire shall be identified at both ends with

permanent markers bearing wire numbers as per wiring

diagramiWire termination shall be done with crimping type

connector with insulating sleevejGland plate shall be

minimum 3 mm thickkThe nameplate of approved design

shall be provided for each compartment and also at the top of

each panel Nameplate shall be minimum 20x70mm and 3mm

thicklLPBS shall be painted with light grey epoxy painted

(Siemens Gray RAL 7032)

22 Make of Electrical panel As per DOS Approved Panel

manufacturer list (attached)

TECHNICAL SPECIFICATION‐3

Item Specifications ‐III

Sl No Specifications Compliance

(Yes No)

Offered Specifications Remarks

Tender No SCLPS52019E0156401 42

1 Fire Detection System Scope for fire detection system

includes supply installation testing commissioning of Fire

panel Addressable Fire detection devices Manual Call Points

Addressable loop sounders Switch Monitoring unit (SMU) UV

IR sensor for detection of methanol flame Cable MS junction

boxes for loop in loop out of cable as per specifications and

integrating the same with existing repeater panel as per the

requirement The detailed specifications for the different

component of fire deduction system are as follows

2 A Multi‐sensor Detectors The smoke detectors shall be multi‐

sensor (heat and smoke) detector with isolator suitable for

detecting a wide range of smoke from slow smoldering and

fast flaming fire The detector shall have following features

bullSolid state addressing arrangement in combination with a

hand held programmer to configure the sensor

addressbullElectronics free mounting basebullTwin alarm LEDs for

360 Degree viewing and shall have blinking LED facilitybullThe

sensor shall have s removable chamber for ease of cleaning or

replacementbullAutomatic compensation for smoke sensor

contaminationbullShall have a built in test facility which allows

the fire alarm control panel to adjust the alarm threshold

levels to compensate for contamination and shall have a

maintenance alarm display when threshold can no longer be

adjustedbullOperating temperature ‐ 10 DegC to 50 DegC and

operating RH at 40 DegC‐95 RH

3 B Manual call stations Manual Call Stations should have in

built monitor module and pressbreak and resettable

capability constructed of high impact LEXAN sheet with clearly

visible operating instructions on the cover and the word FIRE

shall appear on front and suitable for surface mountingflush

mounting complete as required

Tender No SCLPS52019E0156401 43

4 C UV IR SensorThe UV‐IR flame detector shall operate on 24

VDC 0‐24mA current output suitable for detection of

Methanol flame with automatic built in test for reliable

operations and suitable for installation in Hazardous area zone

1and 2 with Class I Division 12 Gas group A B C The detector

shall not be susceptible to environmental conditions to

generate false alarms The entire system shall be rated for IP

66 or better and supplied with suitable mounting bracket The

system shall comply to the detailed specifications as listed

belowbullDetection Technology UV ‐ IR Electro‐optical

detectionbullDetection range 75 meterbullField of View greater

than equal to 90deg Both Horizontal and verticalbullResponse

Time less than equal to 5 secondsbullBuilt in Test Automatic

bullOperating Temperature Range 0 to + 75degCbullOperating

Humidity Range Continuous 95 non‐condensingbullAnalog

Output signal 4‐20mAbullAlarms amp Fault Normal 4 mA Fault

02 mA Alarm 20 mA + 10 verifiedbullOperating voltage 24

VDC ( 18‐32VDC)bullPower consumption Vendor to specify for

Standby and Alarm conditionbullSensor Calibration

Verification Sensor calibration as per OEM for certified

performancebullSensor Life 2 Years (minimum)bullSensor

Calibration vendor to carry out sensor calibration at site and

submit calibration certificate valid for one yearbullRFI EMI

SusceptibilitybullRequired EN 616326‐3 and EN 6100006‐3 or

equivalent IP protectionbullIP protection IP 66 or betterbullFault

Diagnostic Sensor Fault (end of life) other informationbullSelf‐

Check Test Automatic during start‐upbullHousing SS 316

Epoxy Painted Aluminium die castbullStart‐up Time Vendor to

specifybullApprovalcertification PESO and ATEX ‐ Ex d IIC C

Class 1 Div 12 Group A B C DNote Vendor shall arrange

the 230V AC to 24V DC Power supply module along with half

an hour Battery Back up in MS powder coated Enclosure

Input Power supply (230V AC) for Power Supply module shall

Tender No SCLPS52019E0156401 44

be provided by SCL

5 D SMU Unit for UV IR sensor Supply installation testing and

commissioning of Switch Monitoring Unit (SMU) to configure

the UV IR sensors with fire detection system as requiredE

SoundersAddressable Sounders shall be loop powered with

all fixing materials complete as required The sound level shall

be 100dB (A)

6 F Fire Alarm Control Panel (FACP) bullFACP shall be of 2

loopsbullFACP shall be suitable for 230V 50 Hz AC supply and

detectors shall be powered using FACP based detection

circuits Devices shall receive power and communication from

the same pair of conductorsbullFACP shall provide for resetting

detectors fault isolation and sensor loop operationbullFACP

shall be suitable for mixing different fire devices and beam

smoke detectors within the same loop to optimize field

wiringbullFACP shall have alarm indication of individual sensors

detector trouble alarm indication for dust accumulation The

panel shall check detector once in every 24 hours for

contamination for this purposebullThe FACP shall regularly

supervise all the sensors and devices on the loop and initiate

fire or trouble alarm whenever requiredbullFACP shall have 2

wire circuits to connect minimum of 126 addressable devices

per loopbullFACP shall be with repeater interface and suitable

24V battery with built in software and 2 x 40 character

alphanumeric LCD display and necessary front panel control

keys FACP shall display the date time and description for

Analog sensors to indicate alarms and trouble

situationsbullFACP switches shall allow authorized personnel to

accomplish the following ‐bullInitiate a general alarm

conditionbullSilence the local audiblebullSilence the alarm

signalsbullReset all zonespointsbullFACP shall have walk test

facilitybullShall have facility for programming from the key

board or utilizing PC set up software via laptopdesk top

Tender No SCLPS52019E0156401 45

computerbullShall have memory data for panel configuration

and operation reside in non‐volatile memory (EPROM)bullFACP

shall have facility for speech processor (to record pre‐

recorded message of 20 S) and also have Auto Dialer facility

(can dial up to 8 different lines)bullAll addressable units shall be

connected to the FACP through the loop cards and shall be

addressed though individualized numbers The FACP shall be

able to obtain analog value for all detectors in the circuit

through a pulsed digitized current data The FACP shall be

able to analyze all analog inputs from all addressable units

and though its own software and ambient level screening the

FACP shall be able to identify fire possible fire or fault

conditions The unit supervision shall be dynamic and

continuousbullThe FACP shall itself have all loop cards in it No

isolated mother board or transponder shall be

consideredbullShortopen circuit units shall also be reported at

the FACP in such cases the system through the use of fault

isolators shall be able to isolate that segment between the

two fault isolators The missing DetectorsDevices shall also

be reported to the FACP with identification of the

locationbullThe FACP shall have the facility to set smoke sensor

sensitivity remotely to either high sensitivity manually or on a

pre‐programmed sequence (Ie DayNight) period When an

alarm condition is sensed at the FACP from a smoke or heat

detector a delay timealarm verification period shall be

started If the sensor is still in alarm after the delay time

expired an alarm condition is reported The delay time shall

be adjustable from 0 to 990 secondsbullThe FACP shall have

either an in‐built or external printer coupled to the FACP

which shall log all events with time The printout shall clearly

indicate the event‐FirePre‐AlarmFault etc with the unit

address and timebullThe FACP shall also be able to discriminate

between false alarms and fire conditions as well as priority

selection of alarm in case alarm activities in two or more

Tender No SCLPS52019E0156401 46

remotely located units simultaneously In such cases the

Manual Call stations shall have the highest prioritybullThe FACP

shall also be able to actuate switches automatically in case of

Fire condition of AHUs and power supply or other system such

as piped pressurized gas supplybullThe system shall be fail safe

and adequate safe guards should be under taken that in the

event of a failure of a part of the system it shall not handicap

the complete system The loop cards shall be of Modular

constructionbullThe FACP shall have its own battery backup of a

minimum of 48 hours in normal run and then half an hour in

alarm condition The backup time calculation shall be done as

per TAC standards The Battery shall be 2 x 12V (24V) DC and

of sealed maintenance free type housed inside the FACPbullIt

shall be able to withstand temperature variations from 0

Degree Centigrade to 55 Degree Centigrade Further Relative

Humidity (non‐condensing type) up to 93 shall not hamper

its performance The voltage rating shall be from 17V DC to

31V DC though the voltage may be change depending upon

the working voltages of a proprietary FACPbullThe FACP shall be

totally enclosed dust and vermin proof type made of

minimum 16‐gauge dust inhibited sheet with even baked

finish The FACP shall be of completely solid state designbullThe

logic circuitry shall be based on high noise immunity solid‐

state hardware employing modular construction Logic cards

shall be of epoxy fiber glass constructionbullThe FACP shall have

EN 54ULFM approvalbullThe panel shall have an extra loop

card to serve as standby in case of burnout or malfunctioning

of any operating loop cardsbullThe FACP shall be capable of

being networked (future expansion) with other similar FACPs

located at different locations of SCL premises through a single

RS 485 busbullThe FACP shall have provision for interfacing with

the Public Address System

7 G Repeater panelScope comprises of supply and installation

Tender No SCLPS52019E0156401 47

of Repeater Panel which display fire fault message

simultaneously with the FACP bullIt shall be capable of

interfacing with the FACP on a single RS 485 Bus bullThe panel

shall be capable of operating on 24V DC supplybullThe

independent 24V DC supply source to be installed in MS

cubicle Box duly powder coated paint along with repeater

panelbullThe panel shall have 2 x 40‐character backlit display

which shall display date time and description of alarm

trouble events are that displayed in the panel shall be

powered from the FACPbullIt shall have control keys for sound

silence mute and to reset the FACP from the repeater

stationsbullThe repeater panel shall have the following LEDs

indicationsbullSupply bullFault bullMute bullSilent bullDisabled

bullFire

8 H Fire CableSupply and installation of 2Cx15mm2 Copper

extruded PVC inner sheath armored and overall FRLS PVC

outer sheathed 11 KV grade as per IS 7098 (Part I bearing ISI

certification) on existing cable traywallsoft soilhard soil as

required

9 I Fire Cable terminationSupplying and making end

termination with brass compression gland and copper lugs for

2Cx15mm2 Copper cable in MS Box of Size 4X4 installed

above the false ceilingwallsurface as required

10 J Junction Box for Fire devicesSupply installation testing and

commissioning of MS painted box Size 4X4 with ELMEX type

terminal block for loop in loop out of 2c x15 sq mm copper

armored cable and connection to the fire detector device on

wallsurfacerecess including wall cutting and providing

necessary hardware for mounting fixing including all

material for fixing as required

Tender No SCLPS52019E0156401 48

TECHNICAL SPECIFICATION‐4

Item Specifications ‐IV

Sl No Specifications Compliance

(Yes No)

Offered Specifications Remarks

1 A NetworksLAN The detailed specification for the network

rack switch cable cords IOs face plates etc and the

required accessories shall be as below CAT 6A or better cable

shall be laid in the PVC Conduit The detailed specifications

for the different component of networksLAN are as follows

2 bull Rack Supply installation testing and commissioning of UL

listed modular type 12U network rack with front glass door

and rear perforated door floor mounted Size 550x550 with

1 No of 5 port Octagonal PDU 515Amp with MCB and Fan

Tray with minimum 2 Fans The rack should have provision of

2 nos of cable manager duct type 1U and 2 vertical manager‐

concealed type Rack should be three sides openable with

front glass door and rear perforated door and provision of

cable entry from top and bottom both with proper earthing

kit as requiredRecommended Make Rittal Netrack

Schneider Valrack

3 bull Network Switch Supply amp installation of Network Switch in

Network Rack with the following specification as belowSwitch

shall haveamp61607Port Density Minimum 8 101001000

BaseT Ports amp 4‐1G SFP Ports ready for use with SFP module

Ports shall support PoE on all ports with PoE budget of

180Wamp61607Architecture Stand‐alone rack

mountableamp61607Bandwidth minimum 56Gbps of

switching bandwidth to support above listed ports in non‐

blocking configurationamp61607StackableScable support for

Tender No SCLPS52019E0156401 49

stacking multiple switchesamp61607Stacking backplane

bandwidth Access switch shall have additional port(s) for

providing minimum 40 Gbps stacking bandwidthamp61607L2

Features 8021x authentication spanning tree

etcamp61607Networkjflowsflow or equivalent provision for

Networkjflowsflow or equivalent supportamp61607Network

Management support Network Management through

command line interface (CLI) SNMP v1 v2c v3

httpsamp61607IPv6 Readiness IPv6 Readiness from day

1amp61607RegulatorySafety confirming to UL60950 amp

EN60950amp61607EALNIAP certified Model No shall be EAL

or NIAPNDPP certifiedRecommended Make Cisco Juniper

HP Brocade dell

4 bull CAT 6A Cable Supply and installationlaying of category 6A

or better 4 pair shielded cable UFTP or FUTP in PVC

Conduit sheath type low smoke zero halogen (LSZH) with

transmission properties amp electrical properties tested

minimum up to 500MHz amp verified by ETL amp comply with

ANSITIAEIA‐568‐C2 amp ISOIEC 11801 Recommended make

Commscope Schneider Molex Siemon

5 bull Patch Panel Supply installation testing and commissioning

of CAT6A PatchJack Panel of 24 Port fully loaded in Network

rack with port identification number with self‐adhesive clear

label holder Each portjack on the panel should be

individually removable on field from the panel and have

integrated rear cable management metallic shelf and have a

separate provision of grounding Recommended make

Commscope Schneider Molex Siemon

6 bull Patch Cords (1 meter) Supply installation testing and

commissioning of Patch Cords Cat 6A shielded 1 meter in

Network rack with 4 pair shielded copper wire factory pre

terminated with shielded RJ45 plugs Aluminumpolyester

Tender No SCLPS52019E0156401 50

shield screen material with low smoke Zero halogen sheath

comply to TIA‐568‐C2 Cat 6A in IOs of Network

RackRecommended make Commscope Schneider Molex

Siemon

7 bull Patch Cords (3 meter) Supply installation testing and

commissioning of Patch Cords Cat 6A shielded 3 meter in

Network rack with 4 pair shielded copper wire factory pre

terminated with shielded RJ45 plugs Aluminumpolyester

shield screen material with low smoke Zero halogen sheath

comply to TIA‐568‐C2 Cat 6A at field side Recommended

make Commscope Schneider Molex Siemon

8 bull Information outlet Supply and installation of Shielded Cat

6A information outlet UFTP or FUTP compliance to category

6A or better TIA568C2‐500MHz at field sideRecommended

make Commscope Schneider Molex Siemon

9 bull Face Plate (Dual) Supply and installation of single gang

square face plate (Dual) and SMB Box with a provision to

support variety of jacks‐ UTP STP etc at the field

sideRecommended make Commscope Schneider Molex

SiemonbullFace plate (single) Supply and installation of square

face plate ( single) with a provision to support variety of jacks‐

UTP STP etc at the field sideRecommended make

Commscope Schneider Molex Siemon

10 bull SMB Box Supply and installation of SMB Box for face plate

(DualSingle) as required Recommended make Commscope

Schneider Molex Siemon

11 bull Other Accessories amp61607Supply and Installation of

25mm electrical grade ISI mark PVC Conduit in

wallfloorslabsurface including wallfloor cutting and

making good the same as required Recommended make

Reputed ISI Markamp61607Supply and installation of OFC SM

Tender No SCLPS52019E0156401 51

OS2 Cable in existing 32mm HDPE pipe as

requiredamp61607Supply and Laying of 32mm HDPE pipe

direct in ground including excavation sand cushioning

protective covering and refilling the trench including standard

cable route marker etc as requiredamp61607Supply and

installation of SC simplex single‐mode LSZH pigtail 1m as

requiredamp61607Supply and installation of adaptor plate

with 3 SC duplex SM adaptors as requiredamp61607Splicing of

OFC as per Core as requiredamp61607Supply and installation

of accessories for making the Chamber Pit‐ 1Mtr Depth with

Lid for housing OFC as requiredamp61607Trenching of

HardSoft Soil as required

12 B Paging The scope includes supply installation testing and

commissioning of Supply and installation of IP 65 or better

explosion proofWP loud speaker anticorrosive powder

coated red (RAL‐3000) suitable for Zone I amp II Class II C

Hardware SS304 as per IS2148 and equivalent to model FLSR

25 of Baliga with necessary support gland as required and

installing the same on wallsurface with GI supports as

required and connecting the same with wire The Scope also

includes supply and installation of 2Cx15mm2 FRLS armored

and PVC sheath twisted pair wire their termination tagging

glanding earthing etc as required for speakers and other

accessories requires for smooth commissioning of the paging

system

Vendor Specificied Terms

Description Vendor Terms

Tender No SCLPS52019E0156401 52

1Delivery Term

Prices shall be quoted on F O R destination basis ie S C L S A S Nagar Mohali

Punjab exclusive of GST and taxes as may be applicable

2 GST

Purchaser is entitled to concessional GST of 5 as per Ministry of Finance

Department of Revenue Notification No 472017 Integrated Tax (Rate) both

dated 14th November 2017 respectively and would accordingly issue Exemption

Certificate in favour of the contractor quoting in Indian Rupees The bidder

should take note of the same while quoting the prices in Indian Rupees GST on

installation services shall be applicable 18

3 DELIVERY SCHEDULEPERIOD OF COMPLETION

The time allowed for supply installation testing and commissioning of the entire

works shall be 06 (Six) months to be reckoned form the 7th day of issue of

purchase order

4 IMPORTANT

This being a two part Tender Technical and Commercial parts separate the

bidder should not attach any document(s) containing pricing information with

technical part The Contractor will provide Un priced commercial offer in

envelope 1 (Technical Part) as an attachment

The tenders containing price information in Technical Part will be treated as

unsolicited offers and rejected Contractor to confirm that Price bid is not

attached in Envelope 1 ie Technical Part

Priced Commercial offer if any should be attached in Envelope 2 (Price Bid)

under Supporting Documents from Vendor (Commercial) as an attachment

5 The prices shall remain firm until completion of entire project including

extended period if any No cost escalation shall be applicable for the work

Tender No SCLPS52019E0156401 53

6 SECURITY DEPOSIT

a) On acceptance of the tender the Contractor shall submit security deposit for

ten percent (10 percent) of the value of the Contract within 15 days from the

date of purchase order If the Contractor fails toprovide the security within the

period specified such failure shall constitute a breach of the Contract and the

Purchaser shall be entitled to make other arrangements for the re purchase of

the stores contracted at the cost and risk of the Contractor

b) Security Deposit shall be submitted through Demand Draft Bankers Cheque

fixed deposit receipt or Bank Guarantee from any of the Scheduled Banks

executed on nonjudicial stamp paper of appropriate value and shall be valid for

a period of sixty (60) days beyond the date for completion of the Purchase

OrderContract

c) In case the contractor fails to furnish the security deposit within the specified

date or extended due date the Purchase OrderContract shall be cancelled and

in addition appropriate penal action may also be considered

d) After the Purchase OrderContract is successfully executed in all respects the

Bank Guarantee towards Security Deposit may be discharged and retained

amount shall be refunded to vendors

e) In the event of non execution of the Purchase orderContract or breach of any

terms and conditions of the Purchase Order the Security Deposit shall be

forfeited

7 Warranty

The Contractor shall provide for the tendered job comprehensive warranty for

parts as well as labour for a period of 12 months from the date of successful

installation commissioning and testing of the system at Purchasers site at no

extra charges against any manufacturing defectfaulty workmanship In case any

defect arises during warranty period the Contractor should replacerectify the

same at its own cost at siteworks

The LED light fittings and its driver unit etc shall have warranty for a period of 5

Tender No SCLPS52019E0156401 54

years from the date of installation and commissioning

8 Warranty Replacements

All replacement parts if any shall be supplied by the Contractor free of cost on F

O R Purchaser site at S A S Nagar Punjab basis

9 TERMS OF PAYMENT

The payment shall be remitted as under

90 of the value of the materials supplied shall be paid within 30 days of the

receipt of the materials at purchaser site and the balance 10 amount along

with 100 installation charges shall be payable on successful installation

commissioning and acceptance of the entire project at Purchasers site against a

Performance Bank Guarantee

10 PERFORMANCE BANK GUARANTEE (PBG)

The Contractor shall furnish a Bank Guarantee (as per format given by purchaser)

from any nationalized scheduled bank for an amount equivalent to 10 of the

value of the Contract and shall be valid for a period of 60 days beyond the expiry

date of warranty period On the performance and completion of the Contract in

all respects the Bank Guarantee will be returned to the Contractor without any

interest

11 VALIDITY

The tender must be valid for a minimum period of 120 days from the date of

opening of Technical bid and 90 days after opening of Price bid

The tender where the validity period is shorter than the period specified in the

tender enquiry shall be excluded from the procurement process

12 Quantity Variation

The quantities indicated against each items in the Bill of Quantities (BOQ) are

indicative and are for the purpose of bidding only Variation in quantities up to

Tender No SCLPS52019E0156401 55

+25 percent shall be carried out by the contractor on the agreedPurchase order

(PO) rates and terms amp conditions as in the purchase order (PO)

13 GUARANTEED TIME DELIVERY

The time for and the date of delivery stipulated in the Purchase Order shall be

deemed to be the essence of the Contract Delivery must be completed within

the date specified therein

14 Extra Items

In case of extra items (that are completely new and are in addition to the items

contained in the contract) the contractor may claim rates supported by proper

analysis and purchaser engineer in charge of the work shall after giving

consideration to the analysis of the rates submitted by the contractor determine

the rates on the basis of market rates and the contractor shall be paid in

accordance with the rates so determined The contractor(s) profit amp OH shall be

factored in the rate analysis 15

15 CONSIGNEE

Sr Purchase and Stores Officer (Stores)

Semi Conductor Laboratory

Sector 72 SAS Nagar (Mohali) Punjab

India 160 071

16 INSTALLATION AND COMMISSIONING

Installation commissioning and demonstration of performance of the tendered

stores as per Purchaser tendered specifications shall be carried out by the

Contractor at Purchaser site at S A S Nagar Punjab India

The Contractor shall provide in advance guidelines for preparation of the

installation site and list of items to be supplied by Purchaser during installation

Tender No SCLPS52019E0156401 56

On receipt of intimation from the Purchaser the Contractor shall depute its

engineer(s) to Purchaser site within two weeks to carry out installation and

commissioning and will demonstrate the functionality of the tendered

equipment to Purchaser specifications as per mutually agreed acceptance

procedure The Contractor shall be responsible for any lossdamages sustained

due to delay on the part of the Contractor to send its engineer for installation

and commissioning

Failure to commission the tendered equipment successfully shall entitle

Purchaser to full refund of the payment made and the interest thereon Decision

regarding successful installation and commissioning shall rest solely with the

Purchaser

17 REJECTION

In the event that any of the stores supplied by the Contractor is found defective

in material or workmanship or otherwise not in conformity with the

requirements of the Contract specifications the purchaser shall either reject the

stores or request the Contractor in writing to rectify the same The Contractor

on receipt of such notification shall either rectify or replace the defective stores

free of cost to the purchaser If the Contractor fails to do so the purchaser may

at his option either

a) replace or rectify such defective stores and recover the extra cost so involved

from the Contractor or

b) terminate the Contract for default as provided in this tender document

18 EXTENSION OF TIME

If the completion of supply of stores is delayed due to reason of force majeure

such as acts of god acts of public enemy acts of Government fires floods

epidemics quarantine restriction strikes freight embargoes etc the

Contractor shall give notice within 15 days to the purchaser in writing of his

claim for an extension of time The purchaser on receipt of such notice after

verification if necessary may agree to extend the Contract delivery date as may

Tender No SCLPS52019E0156401 57

be reasonable but without prejudice to other terms and conditions of the

Contract

19 DELAY IN COMPLETIONLIQUIDATED DAMAGES

If the Contractor fails to deliver the stores within the time specified in the

Contract or any extension thereof the purchaser shall recover from the

Contractor as liquidated damages a sum of one half of one percent (05 percent)

of the Contract price of the undelivered stores for each calendar week of delay

The total liquidated damages shall not exceed ten percent (10 percent) of the

Contract price of the unit or units so delayed Stores will be deemed to have

been delivered only when all their component parts are also delivered If certain

components are not delivered in time the stores will be considered as delayed

until such time as the missing parts are delivered Delivery of stores shall be

complete on Installation commissioning Testing and Acceptance

20 INSPECTION AND ACCEPTANCE TEST

The Purchasers representatives shall also be entitled at all reasonable times

during manufacture to inspect examine and test on the Contractors premises

the material and workmanship of all stores to be supplied under this Contract

and if part of the said stores is being manufactured on other premises the

Contractor shall obtain for the purchasers representative permission to inspect

examine and test as if the equipment were being manufactured on the

Contractors premises

Such inspection examination and testing shall not release the Contractor from

the obligations under this Contract

For tests on the premises of the Contractor or of any of his sub Contractors the

Contractor shall provide free of cost assistance labour material electricity fuel

and instruments as may be required or as may be reasonably needed by the

purchasers representative to carry out the tests efficiently

When the stores have passed the specified test the purchaser representative

shall furnish a certificate to the effect in writing to the Contractor The

Tender No SCLPS52019E0156401 58

Contractor shall provide copies of the tests certificates to the purchaser as may

be required

21 Labour Law Contractor shall abide by all labour laws rules and regulations

which are prevailing and as enforced from time to time and SCL shall not be

responsible for any accident or mishap during the course of the contract to any

of engineer labour employee by the Contractor The contractor shall also ensure

that the statutory obligations with regards to the employment of labour under

law are complied properly and timely

22 ARBITRATION

In the event of any disputes differences or claims arising out of or relating to

the interpretation and application of the Contract such disputes or differences

or claims shall be settled amicably by mutual consultations of the good Offices

of the respective Parties and recognizing their mutual interests attempt to reach

a solution satisfactory to both the parties If such a resolution is not possible

within 30 days from the date of receipt of written notice of the existence of such

disputes then the unresolved disputes or differences or claims shall be

referred to the Sole Arbitrator appointed by the Parties by mutual consent in

accordance with the rules and procedures of Arbitration and Conciliation Act

1996 as amended from time to time The arbitration shall be conducted in New

Delhi in the Arbitration and Conciliation Centre New Delhi (Domestic and

International) as per its rules and regulations The expenses for the Arbitration

shall be shared equally or as may be determined by the Arbitrator The

considered and written decision of the Arbitrator shall be final and binding

between the Parties The applicable language for Arbitration shall be English

only Work under the Contract shall be continued by the CONTRACTOR during

the pendency of arbitration proceedings without prejudice to a final adjustment

in accordance with the decision of the Arbitrator unless otherwise directed in

writing by the DEPARTMENT or unless the matter is such that the works cannot

be possibly continued until the decision (whether final or interim) of the

Arbitrator is obtained

23 APPLICABLE LAWS The contract shall be interpreted construed and

Tender No SCLPS52019E0156401 59

governed by laws of IndiaThe contract shall be subject to exclusive Jurisdiction

of the Court of SAS Nagar (Mohali) Punjab India irrespective of anything

mentioned in any correspondences or otherwise

24 Any Other Term

Tender No SCLPS52019E0156401 60

Supporting Documents from Vendor

Attachment ‐ I

Attachment ‐ II

Price Bid Form

Item Description Slab Range Qty UOM Currency Unit Price Total Price

Supply of MCC Panels cables

cable trays lightings etc for

electrical distribution system

including fire detection

system LAN Paging etc for

the Chemical Store building as

per detailed specifications

technical write‐updrawings

attached

‐ 1 Lot ‐ ‐ ‐

Installation Testing and

Commissioning of MCC

Panels cables cable trays

lightings etc for electrical

distribution system including

fire detection system LAN

Paging etc for the Chemical

Store building as per detailed

specifications technical write‐

updrawings attached

‐ 1 Lot ‐ ‐ ‐

Tender No SCLPS52019E0156401 61

Break‐up of other taxes and other costs should be specified in respective narration columns

Sum of these Break‐up values should be specified in respective value columns

Supporting Documents from Vendor (Commercial)

Document attachment with price bid

Attachment ‐ I

Attachment ‐ II

  • pdf_document_tndr_notc_electrical_distribution_system_051119
  • pdf_document_tndr_doc_electrical_distribution_system_051119
Page 16: -72, -160071 चंडीगढ़ के समीप पंजाब भारत...स म -क डक टर ल ब र टर /Semi-Conductor Laboratory अ त रक ष वभ

Tender No SCLPS52019E0156401 15

14 Inspection Test Certificate should be provided for the goods after testing it thoroughly at the

Contractors works If any Inspection by Lloyds or any other testing agency is considered necessary it

shall be arranged by Contractors

15 Where erection or assembly or commissioning is a part of the Contract it should be done

immediately on notification The Contractor shall beresponsible for any lossdamage sustained due to

delay in fulfilling this responsibility

16 For items having shelf life those with maximum shelf life should be supplied if order is placed

TERMS AND CONDITIONS

1 DEFINITIONS

(a) The term Purchaser shall mean the President of India or his successors or assignees

(b) The term Contractor shall mean the person firm or company with whom or with which the order for

the supply of stores is placed and shall be deemed to include the Contractors Successors

representatives heirs executors and administrators unless excluded by the Contract

(c) The term Purchase Order shall mean the communication signed on behalf of the Purchaser by an

officer duly authorised intimating the acceptance on behalf of the Purchaser on the terms and

conditions mentioned or referred to in the said communication accepting the Tender or offer of the

Contractor for supply of stores of plant machinery or equipment of part thereof

(d) The term Stores shall mean what the Contractor agrees to supplyunder the Contract as specified in

the Purchase Order

2 PRICES

Tenders offering firm prices will be preferred Where a price variation clause is insisted upon by a

tenderer quotations with a reasonable ceiling should be submitted Such offers should invariably be

supported by the base price taken into account at the time of tendering and also the formula for any

such variations

3 TERMS OF PAYMENT

31 Being a Department of the Government of India the normal terms of payment are by Sight Draft

However other terms of payment like establishment of Letter of Credit may be considered by the

Purchaser on such terms and conditions as may be agreed upon

32 The Sight Draft Letter of Credit will be operative on presentation of the under mentioned

documents

a) Original Bill of Lading Airway Bill

Tender No SCLPS52019E0156401 16

b) Commercially certified invoices describing the stores delivered quantity unit rate and their total

value in triplicate The invoice should indicate the discounts if any and Agency Commission separately

c) Packing List showing individual dimensions and weight of packages

d) Country of Origin Certificate in duplicate

e) Test Certificate

f) Declaration by the Seller that the contents in each case are not less than those entered in the invoices

and the quality of the Stores are guaranteed as per the specifications asked for by the Purchaser

g) Warrantee and guarantee Certificates vide Clause 20 herein below

4 IMPORTANT LICENCE

Reference to Import License No and date and Contract number and date shall be prominently indicated

in all the documents

5 DEMURRAGE

Supplier shall bear demurrage charges if any incurred by the purchaser due to delayed presentation of

shipping documents as prescribed in the bankers within a reasonable time (say within 10 to 12 days)

from the date of bill of lading for sea consignments and within 3 to 4 days from the date of Air Way Bill

for air consignments

6 ADDRESS OF INDIAN AGENTS

7 GUARANTEED TIME DELIVERY

The time for and the date of delivery stipulated in the Purchase Order shall be deemed to be the

essence of the Contract Delivery must be completed within the date specified therein

8 INSPECTION AND ACCEPTANCE TEST

81 The Purchaser representatives shall also be entitled at all reasonabletimes during manufacture to

inspect examine and test on the Contractors premises the material and workmanship of all stores to be

supplied under this Contract and if part of the said stores is being manufactured on other premises the

Contractor shall obtain for the purchasers representative permission to inspect examine and test as if

the equipment were being manufactured on the Contractors premises Such inspection examination

and testing shall not release the Contractor from the obligations under this Contract

82 For tests on the premises of the Contractor or of any of his subContractors the Contractor shall

provide free of cost assistance labourmaterial electricity fuel and instruments as may be required or

as may be reasonably needed by the purchasers representative to carry out the tests efficiently

Tender No SCLPS52019E0156401 17

83 When the stores have passed the specified test the purchasers representative shall furnish a

certificate to the effect in writing to the Contractor The Contractor shall provide copies of the tests

certificates to the purchaser as may be required

9 MODE OF DESPATCH

Generally stores should be despatched through Indian Flagged Vessel Air India or through any other

Agency nominated by the purchaser A copy of the invoice and packing list should invariably be kept

inside each of the packages

10 PORT OF ENTRY

New Delhi Mumbai

11 CONSIGNEE

Purchase and Stores Officer Stores

12 SHIPPING MARKS

The mark on the shipping documents such as invoice bill of lading and on the packages should be as

follow

PURCHASE ORDER NO

DATED

GOVERNMENT OF INDIA

DEPARTMENT OF SPACE

(name of the CentreUnit)

Destination

Port of Entry

13 INSURANCE OF THE STORES

The necessity or otherwise of insurance will be as indicated in the Purchase Order

14 CONTRACTORS DEFAULT LIABILITY

141 The purchaser may upon written notice of default to the Contractorterminate the Contract in

whole or in part in circumstances detailedhereunder

Tender No SCLPS52019E0156401 18

a) If in the judgement of the Purchaser the Contractor fails to makedelivery of Stores within the time

specified in the Contract agreement or within the period for which extension has been granted by the

Purchaser to the Contractor

b) If in the judgment of the Purchaser the Contractor fails to comply with any of the other provisions of

this Contract

15 In the event the Purchaser terminates the Contract in whole or in part as provided in Clause 14 the

Purchaser reserves the right to Purchase upon such terms and in such a manner as he may deem

appropriate stores similar to that terminated and the Contractor shall be liable to the Purchaser for any

additional costs for such similar stores andor for liquidated damages for delay as defined in Clause 19

until such reasonable time as may be required for the final supply of stores

151If this Contract is terminated as provided in Clause 14 the Purchaser in addition to any other rights

provided in this Article may require the Contractor to transfer title and deliver to the Purchaser under

any of the following clauses in the manner and as directed by the Purchaser

a) Any completed stores

b)Such partially completed stores drawing information and Contract rights (hereinafter called

manufacturing material) as the Contractor has specifically produced or acquired for the performance of

the Contract as terminated The Purchaser shall pay to the Contractor the Contract price for completed

stores delivered to and accepted by the purchaser and for manufacturing material delivered and

accepted

152 In the event the Purchaser does not terminate the Contract as provided in Clause 14 the

Contractor shall continue the performance of the Contract in which case he shall be liable to the

purchaser for liquidated damages for delay as set out in Clause for DELAY IN COMPLETION

LIQUIDATED DAMAGES until the stores are accepted

16 REPLACEMENT

If the stores or any portion thereof is damaged or lost during transit thePurchaser shall give notice to

the Contractor setting forth particulars of such stores damaged or lost during transit The replacement

of such stores shall be effected by the Contractor within a reasonable time to avoid unnecessary delay in

the intended usage of the Stores In case the purchaser agrees the price towards replacement items

shall be paid by the purchaser on the basis of original price quoted in the tender or as reasonably

worked out from the tender

17 REJECTION

In the event that any of the stores supplied by the Contractor is found defective in material or

workmanship or otherwise not in conformity with the requirements of the Contract specifications the

purchaser shall either reject the stores or request the Contractor in writing to rectify the same The

Tender No SCLPS52019E0156401 19

Contractor on receipt of such notification shall either rectify or replace the defective stores free of cost

to the purchaser If the Contractor fails to do so the purchaser may at his option either

a) replace or rectify such defective stores and recover the extra cost so involved from the Contractor or

b) terminate the Contract for default as provided under clause 14 above or

c) acquire the defective stores at a reduced price considered equitable under the circumstances The

provision of this article shall not prejudice the Purchasers rights under clause 19

18 EXTENSION OF TIME

If the completion of supply of stores is delayed due to reason of force majeure such as acts of god acts

of public enemy acts of Government fires floods epidemics quarantine restriction strikes freight

embargoes etc the Contractor shall give notice within 15 days to the purchaser in writing of his claim

for an extension of time The purchaser on receipt of such notice after verification if necessary may

agree to extend the Contract delivery date as may be reasonable but without prejudice to other terms

and conditions of the Contract

19 DELAY IN COMPLETION LIQUIDATED DAMAGES

If the Contractor fails to deliver the stores within the time specified in theContract or any extension

thereof the purchaser shall recover from theContractor as liquidated damages a sum of onehalf of one

percent (05percent) of the Contract price of the undelivered stores for each calendar week of delay

The total liquidated damages shall not exceed ten percent (10 percent) of the Contract price of the unit

or units so delayed Stores will be deemed to have been delivered only when all their component parts

are also delivered If certain components are not delivered in time the stores will be considered as

delayed until such time as the missing parts are delivered

20 GUARANTEE and REPLACEMENT

a) The Contractor shall guarantee that the stores supplied shall comply fully with the specifications laid

down for material workmanship and performance

b) For a period of twelve months after the acceptance of the stores if any defects are discovered

therein or any defects therein are found to have developed under proper use arising from faulty

materials design or workmanship the Contractor shall remedy such defects at his own cost provided he

is called upon to do so within a period of 14 months from the date of acceptance thereof by the

Purchaser who shall state in writing in what respect the stores or any parts thereof are faulty

c) If in the opinion of the purchaser it becomes necessary to replace or renew any defective stores such

replacements or renewals shall be made by the Contractor free of all costs to the purchaser provided

the notice informing the Contractor of the defect is given by the purchaser in this regard within the said

period of 14 months from the date of acceptance thereof

Tender No SCLPS52019E0156401 20

d) Should the Contractor fail to rectify the defects the purchaser shall have the right to reject or repair

or replace at the cost of the Contractor the whole or any portion of the defective stores

e) The decision of the Purchaser notwithstanding any prior approval or acceptance or inspection

thereof on behalf of the purchaser as to whether or not the stores supplied by the Contractor are

defective or any defects has developed within the said period of 12 months or as to whether the nature

of the defects requires renewal or replacement shall be final conclusive and binding on the Contractor

f) To fulfill guarantee conditions outlined in Clause 20 (a) to (e) above the Contractor shall at the option

of the purchaser furnish a Bank Guarantee (as prescribed by the purchaser Bank Guarantee format

enclosed) from a Bank approved by the purchaser for an amount equivalent to 10Percent of the value of

the Contract along with first shipment documents On the performance and completion of the Contract

in all respects the Bank Guarantee will be returned to the Contractor without any interest

g) All the replacement stores shall also be guaranteed for a period of 12 months from the date of arrival

of stores at purchasers site

h) Even while the 12 months guarantee applies to all stores in case where a greater period is called for

by our specifications then such a specification shall apply and in such cases the period of 14 months

referred to in Clause 20 (b) and (c) shall be asked for guarantee period plus two months

21 REQUIREMENT OF ADDITIONAL NUMBERS OF THE STORESSPARE PARTS ORDERED

The Contractor shall also undertake the supply of additional number of items covered by the order as

considered necessary by the purchaser at a later date the actual price to be paid shall be mutually

agreed to after negotiations

22 PACKING

a) The Contractor wherever applicable shall pack and crate all stores for sea air shipment as applicable

in a manner suitable for export to a tropical humid climate in accordance with internationally accepted

export practices and in such a manner so as to protect it from damage and deterioration in transit by

road rail or sea for space qualified stores The Contractors shallbe held responsible for all damages due

to improper packing

b) The Contractor shall ensure that each box unit of shipment is legible and properly marked for

correct identification The failure to comply with this requirement shall make the Contractor liable for

additional expenses involved

c) The Contractor shall notify the purchaser of the date of shipment from the port of embarkation as

well as the expected date of arrival of such shipment at the designated port of arrival

d) The Contractor shall give complete shipment information concerning the weight size content of each

packages etc

Tender No SCLPS52019E0156401 21

e) Transshipment of equipment shall not be permitted except with the written permission of the

purchaser

f) Apart from the despatch documents negotiated through Bank the following documents shall also be

airmailed to the purchaser within 7 days from the date of shipment by sea and within 3 days in case of

air consignments

a) Commercial Bill of Lading Air Way Bill Post parcel Receipt (Two nonnegotiable copies)

b) Invoice (3 copies)

c) Packing List (3 copies)

d) Test Certificate (3 copies)

e) Certificate of Origin

The Contractor shall also ensure that one copy of the packing list is enclosed in each case

23 ARBITRATION

In the event of any disputes differences or claims arising out of or relating to the interpretation and

application of the Contract such disputes or differences or claims shall be settled amicably by mutual

consultations of the good Offices of the respective Parties and recognizing their mutual interests

attempt to reach a solution satisfactory to both the parties If such a resolution is not possible within 30

days from the date of receipt of written notice of the existence of such disputes then the unresolved

disputes or differences or claims shall be referred to the Sole Arbitrator appointed by the Parties by

mutual consent in accordance with the rules and procedures of Arbitration and Conciliation Act 1996 as

amended from time to time The arbitration shall be conducted in New Delhi in the Arbitration and

Conciliation Centre New Delhi (Domestic and International) as per its rules and regulations The

expenses for the Arbitration shall be shared equally or as may be determined by the Arbitrator The

considered and written decision of the Arbitrator shall be final and binding between the Parties The

applicable language for Arbitration shall be English only

Work under the Contract shall be continued by the CONTRACTOR during the pendency of arbitration

proceedings without prejudice to a final adjustment in accordance with the decision of the Arbitrator

unless otherwise directed in writing by the Purchaser or unless the matter is such that the works cannot

be possibly continued until the decision (whether final or interim) of the Arbitrator is obtained

24 LANGUAGE AND MEASURES

All documents pertaining to the Contract including specification schedule notice correspondence

operating and maintenance instructions drawings or any other writings shall be written in English

language The metric system of measurement shall be used exclusively in the Contract

25 INDEMNITY

Tender No SCLPS52019E0156401 22

The Contractor shall warrant and be deemed to have warranted that all Stores supplied against this

Contract are free and clean of infringement of any patent copyright or trade mark and shall at all times

indemnify the purchaser against all claims which may be made in respect of stores for infringement of

any right protected by Patent Registration of design or Trade Mark and shall take all risk of accident or

damage which may cause a failure of the supply from whatever cause arising and the entire

responsibility for the sufficiency of all the means used by him for the fulfillment of the Contract

26 COUNTER TERMS AND CONDITIONS OF SUPPLIERS

Where counter terms and conditionsprinted or cyclostyled conditions have been offered by the

supplier the same shall not be deemed to have been accepted by the purchaser unless specific written

acceptance thereof is obtained

27 SECURITY INTEREST

On each item to be delivered under this Contract including an item of work in progress in respect of

which payments have been made in accordance with the terms of the Contract purchaser shall have a

security interest in such items which shall be deemed to be released only at the time when the

applicable deliverable item is finally accepted and delivered to the purchaser in accordance with the

terms of the Contract Such security interest of the purchaser shall constitute a prior charge as against

any other charge or interest created in respect of such items by any entity

28 BANK CHARGES

While the purchaser shall bear the bank charge payable to his Bankers (State Bank of India) the

Contractor shall bear the Bank charges payable to his Bankers including the cheques towards advising

amendment commissions

29 TRAINING

The Contractor shall if required by the purchaser provide facilities for the practical training of

Purchasers engineering technical personnel from India and for their active association on the

manufacturing processes throughout the manufacturing period of the Contract stores number of such

personnel to be mutually agreed upon

30 APPLICABLE LAW

The Contract shall be interpreted construed and governed by the laws of India

Tender No SCLPS52019E0156401 23

BidTemplates

GENERAL CONDITIONS

Item Specifications

Sl No Specifications Complianc

e (Yes No)

Offered Specifications Remarks

1 Intent of the ProjectaThe scope of Project includes Supply

Installation Testing and Commissioning of electrical

distribution system including illumination MCC Panels fire

detection system Local Area Network (LAN) Paging etc for

the Chemical Store Building at Semi‐Conductor Laboratory

(SCL) Sector‐ 72 SAS Nagar Mohali (Punjab) bScope

includes receiving unloading storage insurance in‐plant

transportation and all equipment amp accessories covered under

this specificationcTechnical SpecificationBrief overview of

Equipment amp services under this specification is described

hereiGeneral SpecificationiiSupply amp Installation of

Electrical MCCPCC Panels MCB DB exhaust fan light fixtures

etciiiSupply amp Installation of wire cables conduits Modules

SwitchSockets termination earthing etcivSupply amp

Installation of Fire detection system and its

accessoriesvSupply amp Installation of NetworksLAN

systemviSupply and installation of material for Earthing and

lightning protection system viiAny other electrical

requirement for execution of the work dDrawing amp notes All

drawing amp notes as listed in the annexure form a part of this

specification

Tender No SCLPS52019E0156401 24

2 General Information for Site Condition The Contractor may

visit the site of work at SCL to acquaint themselves of the

actual site conditions

3 Code amp Standards All electrical equipment and accessories to

be furnished installed and commissioned under scope of

these specifications shall be designed manufactured tested

and installed in accordance with relevant Indian Standard

Specifications (ISS) Indian electricity rules and any other

applicable regulations

4 Period of CompletionThe time allowed for supply installation

testing and commissioning of the entire work shall be six (6)

months to be reckoned from the 7th day of issue of Purchase

order by SCL

5 Drawing Data and ManualsFollowing drawings documents

shall be submitted by the selected contractor for approval of

SCL for execution of the workaFoundation drawing of all

floor mounted Electrical panelsbGeneral Layout (GA)

drawing with dimension of all electrical equipment and Single

line drawings (SLDs) of electrical PanelcMake type and

catalogue of Switchgears of Electrical MCC Panels Power DBs

Power Cables and related accessories along with technical

leaflets data sheets etc to be provided by the contractor

The contractor shall offer recommended makes mentioned in

this document dEquipment data sheets furnishing

guaranteed performance figure for each type of

equipmenteTest certificates test results for each type of

equipmentfCheck lists and tests to be conducted during

erection testing amp commissioning of the individual

equipmentOn successful completion of the entire work the

Contractor shall provide lsquoAs Builtrsquo drawings for all the Systems

executed under the Contract Three (03) sets of hard copies

and one (01) set in soft copy (CDDVD) in Auto‐CAD and PDF

Tender No SCLPS52019E0156401 25

format shall be provided to SCL for its record and reference

Contractor shall also provide instruction Operation

manual(s) and maintenance manuals for the all equipment

system installed under the project

6 Eligibility Criteria Only those bidders meeting the below

mentioned eligibility criteria are eligible to participate in the

tendera Should have satisfactorily executed at‐least two (2)

similar works of value not less than Rs 50 Lakh each

involving inter alia power distribution works consisting of

MCCsPCCs of rating not less than 400 A 415 V 35 kA ( fault

level) MCBDBs lighting systems cabling during the last 5

years To ascertain eligibility for the work the participating

bidders shall enclose copy (ies) of the detailed Purchase

Order(s) and their completion certificate(s) evidencing

satisfactory completion of similar works issued by the

respective clientsorganisations Completion certificate for

works issued by private parties shall be supported by TDSb

Should not have incurred any loss in more than two years

during the last five (5) financial years ending 31st March 2019

c The Contractor should possess valid license of Class lsquoArsquo

Category Electrical Contractor issued by the State Licensing

Authorityd The contractor shall carry out the work in co‐

ordination with the civil works undertaken by other contractor

engaged by SCL

7 DeviationaContractor to clearly mention deviation(s) if any

from the specification in the unpriced techno‐commercial bid

bUnless such deviations are recorded in the deviation sheets

and submitted with the bid it will be assumed that the offer is

made in conformity with the tendered specification in all

respectscThe deviations shall be evaluated by SCL and

acceptance of the same shall be at the sole discretion of SCL

Tender No SCLPS52019E0156401 26

8 Quantity variationThe quantities indicated against each item

in the Bill of Quantities (BOQ) are indicative and are for the

purpose of bidding only Variation in quantities upto + 25

shall be carried out by the contractor on the agreedPurchase

Order (PO) rates and terms amp conditions as in the Purchase

Order (PO) In case of contract items which exceed the said

limit of +25 the contractor may claim revision of rates

supported by proof analysis and if the rate claimed in excess

of the rate specified in the bill of quantities SCLrsquos engineerndashin‐

charge of the work shall after giving consideration to the

analysis of rates submitted by the contractor determine the

rates on the basis of market rates and the contractor shall be

paid in accordance with the rates so determined The

Contractorrsquos profit amp OH shall be factored in the rate

analysis15

9 Extra ItemsIn case of extra items (that are completely new

and are in addition to the items contained in the contract) the

contractor may claim rates supported by proper analysis and

SCLrsquos engineer‐in‐charge of the work shall after giving

consideration to the analysis of the rates submitted by the

contractor determine the rates on the basis of market rates

and the contractor shall be paid in accordance with the rates

so determined The Contractorrsquos profit amp OH shall be factored

in the rate analysis15

10 Construction Power SupplyElectricity if available in the

premises may be provided to the contractor by Department

(SCL) only at a single point free of cost subject to the following

conditions ‐a)The Contractor has to make his own

arrangement to tap Electricity from a 3 phasesingle phase

supply from the location decided by the SCLrsquos Engineer‐in‐

charge (E‐I‐C)

Tender No SCLPS52019E0156401 27

11 Storage space site office Contractor will be provided a

lockable room within SCL premises for storage space subject

to availability Contractor will make at his own cost

temporary site office close to work site as per the location

decided by the E‐I‐C

12 Materialsystem submittalsMaterialssystems etc procured

by the selected Contractor for incorporation in the work will

be only of MakesManufacturers specified in the tender

document Submittals of the same shall be submitted by the

contractor for SCL review and approval

13 Other RequirementsbullErection testing amp commissioning of

items as per BOQbullSpecial tools amp tackles Party shall arrange

the ladderscaffoldingstair for working at height for cable

laying Fire detection system installation of light fixture

bullWork shall be executed as per the ISRO contractor safety

Manual Contractor to ensure that the manpower is equipped

with PPE for working at the site bullAll relevant drawing data

catalogues with instruction and trouble shoot manuals type

test certificates for the above accessoriesbullMaterials and

accessories which are necessary or used for satisfactory and

trouble free operation and maintenance of the above

equipmentrsquosmaterial shall also be furnished bullContractor

shall deploy skilled amp unskilled Labor qualified technical

Supervisor(s) erection tools amp tackles testing tools amp

equipment supplies consumables and hardware and

transport for timely and efficient execution of the

workbullContractor shall guarantee LED fixtures

(flameproofnon‐flameproof) for a period of 5 years from the

date of acceptance The contractorrsquos guarantee shall be

supported with a guarantee from the manufacturer(s) in this

regard

Tender No SCLPS52019E0156401 28

TECHNICAL SPECIFICATION‐1

Item Specifications ‐I

Sl No Specifications Compliance

(Yes No)

Offered Specifications Remarks

1 Internal Wiringa The electrical wiring installations and other

accessories shall comply with latest IS code 732 (part‐II) 1983

and National Electric Code‐1985b The word concealed means

it involves cutting of floor wall and making good after laying

the conduitMetal raceway as per the enclosed drawings by

the contractor as requiredc The contractor shall provide all

necessary components fixing materials accessories and

interconnections as per standard practice It is to be noted

that ceiling rose forms a part of the specifications hence not

indicated separately and shall be provided by the contractor

as requiredd Scope includes termination of wire ferruling

dressing cable tie etc as requirede The work shall be

executed as per the ISRO electrical specification available on

ISRO site wwwisrogovin in Schedule I to be read along with

the tender specification

2 LED LuminariesThe scope includes supply installation

testing commissioning of flame proofnon‐flameproof LED

lighting fixture at the ceiling level (about 55 meter height) in

the chemical store building outer periphery of the store

building electrical room AHU room at the first floor as per

drawings and discretion of E‐I‐C Architectural plan of the

building is attached Supply of required accessories such as

mounting brackets nuts bolts screws washers glands and

any other material required for installation of LED fixture as

per specifications mentioned in BOQ shall be part of the

specification Junction box as required for loop‐in and loop‐

Tender No SCLPS52019E0156401 29

out of the cable for flame proof light fixture will be in the

scope of the contractor LED light fittings will be suitable for

operation on 230V single phase AC supply The fitting shall

be supplied with all fixing material such as brackets nuts

bolts etc as required for installation of fittings Special

Conditions aLuminaire make (Brand) from among the

recommended make mentioned in the tender document shall

be clearly mentioned in Technical Bid along with complete

technical detailsbThe LED light fitting and its driver unit etc

shall have warranty for a period of 5 years from the date of

installation and commissioningcThe flame proof fixture shall

be provided along with the Petroleum and Explosives Safety

Organization (PESO) certification

3 Detailed Specification for LED Fixture a Flame Proof LED

Fixtures Supply and installation of flameexplosion proof high

efficiency 1 Phase 230 V 60W LED light fitting as per IS 2206

with luminous efficiency 100Lmwatt or better CRI gt 08 amp

THDlt10 IP‐66 as per ISIEC 605292001 made of Die cast

aluminium alloy Heat resistant amp tough clear dome glass

having enclosure as per Ex‐d GAS Gr IIA IIB IIC AS PER ISIEC

60079‐12007 amp ISIEC 60079‐02004 Area of classification

ZONE‐1 2 21 amp 22 and temperature class T‐6 or better as per

ISIEC 60079 complete with loop‐in loop‐out provision

Mounting bracket for mounting on the ceiling Double

compression cable gland shall be provided and install by the

contractor along with the light fitting Recommended Make of

fixture Baliga Stahl Sudhir SwitchgearRecommended make

of LED NICHIA CREE PHILIPS LUMILED OSRAMb General

LED fixtures Supply amp fixing of wallceiling mounted batten

type 20W LED tube light (Four feet) luminaire with efficient

driver (efficiency shall be more than 90) amp with minimum

lumens output of 2000 lumens per lamp comprising of nano

diffuser technology complete with efficient amp constant

Tender No SCLPS52019E0156401 30

current output driver suitable for operation on 230V single

phase 50Hz AC supply efficient heat sink effective thermal

management and with colour temperature shall be gt 6000K

The LED with suitable control gear and power factor gt09 LM

79 certification for luminaireLM80 certificate for LED shall be

submitted and with other standard accessories prewired

including necessary interconnections complete in all respects

and as directed by EIC (Similar to Philips Astra or equivalent)

Recommended make of fixture Philips GE Trilux

LTRecommended make of LED NICHIA CREE PHILIPS

LUMILED OSRAM

4 c Street Light Fixture Supply and installation of 72W75W

LED Street Light fixture with High‐brightness White LEDs

sources with high transmittance flat toughed glass cover and

peanut LENS on each LEDs System luminous efficacy 100

LmsWatt 5600K colour temperature amp 70 CRI value for

ensuring good quality light output Life of at‐least 50000

hours at 70 lumen maintenance ampLED driver efficiency gt

85 Power factor greater than 095 THDlt10 amp min 3KV

surge protection with operating voltage range from 120‐270V

for ensuring lifelong high performance of luminaire the

fixture shall be made of LM‐6 Pressure die‐cast aluminium

with engraved company name amp have IK05 amp IP66 Class

protection with NABL Accredited LM‐79 amp LM‐80 Report

Mounting pole mounted upto a height of 8 meter and pole

bracket diameter of 48‐60 mm (adjustable) Recommended

make of fixture Trilux Philips GE LTRecommended make of

LED NICHIA CREE PHILIPS LUMILED OSRAM

5 Street Light Pole Providing and installation of hot dipped

galvanized swaged tubular 9‐meter‐long with planting depth

15 metersiexclbrvbar street light poles The effective length of each

section shall be‐ bottom 5 meters middle 2 meters and top 2

meters The outside dia and thickness of pole shall be

Tender No SCLPS52019E0156401 31

minimum 11430x440mm 889x4085mm 761x325mm

respectively as required The pole shall be provided with

necessary bracket (inclination 105115 degree length 15

meter dia 45 mm ) for mounting upto 72 W LED street light

fixture Each pole shall have a weather proof

loopingterminal box clamped at 550 mm above ground level

along with a suitable earth terminal The looping box shall be

provided with a suitable Power terminal arrangement to loop

4C x10sqmm size cable and MCB5A fuse cut‐out A base

plate 300 x300x10mm shall be welded to the bottom of the

pole Both underground cable and GI earth wire shall be

terminated at the terminal looping box in the looping zone

Further wiring to the light fixture shall be done with three

core flexible copper wire (2core for power supply and third

core for earthing)GI tubular pole shall be installed in cement

concrete 136 (1 cement 3 coarse sand 6 graded stone

aggregate 40 mm nominal size) foundation including

excavation and refilling etc Party to cast 2 run of 32 mm MS

conduit for cables upto a height of 550mm from ground level

for loop in loop out of cable The civil work for street light pole

foundation forms a part of installation of the work and will be

done by the party as required for commissioning of lighting

poleFor earthing of street light poles coilspiral earthing

using 8 SWG GI wire shall be used The GI wire shall be buried

to a minimum depth of 15 m with excavation refilling of

earth and connecting GI wire to pole using GI bolt and nut

complete as per requirementMake of Pole Reputed make

with ISI mark Note Party shall submit Drawing of the street

light pole for SCL approval before start of manufacturing

6 Cables wire conduit earthing Switchboards

SwitchesSockets etca Cables The scope includes the Supply

and installation of XLPE insulated overall FRLS PVC outer

sheathed AlCu armored cable on wallsurfacesoilexisting

Tender No SCLPS52019E0156401 32

cable tray as required for MCC Panel and MCB DBs as per the

detailed specification and quantity in this document All

necessary hardware for installation of cable like cable tie

clamps tags etc is in the scope of Contractor Contractor to

ensure that cable laid on the cable tray is properly clamped

with GI clamps and cable is properly secured on cable tray b

Wire The scope includes the Supply and installation of FRLS

Copper wire of different size quantity amp Specification for

power distribution and lighting and power etc as per the

requirement c Conduit The scope includes the Supply and

installation of ISI makes MS Conduits of different size as per

Specification for power and lighting distribution switch

sockets etc as per the requirement Flexible conduit shall be

of GId Cable tray The scope includes the supply and

installation of GIMS cable trays as per specificationse

Earthing The scope includes the supply and providing

earthing for Panels DBs cable trays light fixtures and poles

flameproof accessories fire panel speakers exhaust fans etc

matching the specifications given in this tender documentf

Lightning protection The scope includes the supply and

providing earthing for lightning protection of the building as

per the IS 2309 specification and quantities as per the BOQ

The scope includes horizontal and vertical runs earth pits test

point earthing of building periphery for contour etcg Rack

earthing The scope includes the supply and providing

earthing for racks as per specificationsh Switchboards and

SwitchSockets The scope includes the Supply and installation

of different size of flameproofnon‐flameproof Switchboards

and switchsocket for Lighting Power Distribution as per

specificationi MSGI Conduits flexible GI conduit earthing

materials doublesingle compression brass cable glands

cable lugs (Al amp Cu as required) cable ties cablewire

identification tags required for the installation and

maintenance of trouble free operation of the downstream

Tender No SCLPS52019E0156401 33

system and accessories are covered under this specificationj

MS junction box conduit along with all related accessories as

per specification

TECHNICAL SPECIFICATION‐2

Item Specifications ‐II

Sl No Specifications Compliance

(Yes No)

Offered Specifications Remarks

1 Electrical Panel SpecificationGeneralaPanel shall be

fabricated as per IEC 61439 part 1 amp 2 bPanel shall be indoor

metal clad air insulated floor mounted extendable to side

single front construction front wired front

connectedcMinimum thickness of sheet metal used shall be

2 mm and panel shall confirm to IP54 protectiondThe

working height of the Panel shall be limited as per standard

engineering practicese The design should be fully

compartmentalized with metal partitions between

compartments All doors shall be gasketed Each vertical

section shall have removable back coverfAll switches push

buttons lamps indicating instruments shall be flush

mountedgA full height vertical cable chamber with cable

supports shall be provided in each section to facilitate unit

wiring Cable chamber shall be sized to accommodate all cable

and shall have removable covers A horizontal wire way

extending the entire length shall be provided at the top of

panel for inter panel wiringhPanel shall be with minimum

75mm high base MS channel frameiThe panel shall undergo

seven tank or better process as per relevant IS

standardsjLifting hook shall be provided at each section for

easy transportationkDifferent compartment of the panel

shall be provided with dust proof type air filter louvers

explosion vents or similar safety arrangements in the panels

Tender No SCLPS52019E0156401 34

to let out gases under pressure generated during event of any

fault inside the panellPanel shall have pocket for the Panel

drawing in the incomer section

2 Busbar and Bus TapsaThe main bus and connections shall be

of high connectivity AluminiumAluminium alloy sized for

specified current ratings with maximum temperature limited

to 85amp778 C ie 35amp778 C rise and ambient 50amp778

bSeparate vertical bus bars shall be provided for each vertical

panelcAdequate contact pressure shall be ensured at bus

connections by means of two bolt connections with plain and

spring washers and lock nutsdBus bar and connections shall

be fully insulated for working voltages with adequate

phaseground clearances Insulating sleeves heat shrink type

for bus bar and shrouds removable type joints shall be

provided Bus insulators shall be flame retardanteBus bar

shall be color coded for easy identificationfBusbar should be

connected in such a way that it can be dismantledassembled

while separating different section of the panelgShrouds of

transparent sheet on the exposed bus in cable alleys for

adequate safety measurehBus bar Conductor shall be

confirming to IS‐5082iMinimum clearance (PH‐PH PH‐N and

PH‐E) between Bus bars shall be maintained as per latest

ISjBus Bar supporting Material shall be of

SMCDMCkMaterial of Aluminium Bus bar shall be of E91

gradelBus bar shall be protected from the transparent

insulated material for stand safety point

3 3Control ModuleaFixed type control module shall house the

control components for a circuitbThe equipment layout shall

provide sufficient working space in between the components

and subject to SCL approval cEach control module shall be

equipped with ACDC potential free Relays (230V AC24V DC)

Contactors etc for seamless interface of the operation of

Drives from FCMS (PLC)dVendor to provide the potential free

Tender No SCLPS52019E0156401 35

contact to facilitate local operation from MCC and remote

operation from FCMSPLC Vendor shall provide with each

drive module automanual selector switch and each drive

module shall be wired up to the terminal block for localauto

selection ON OFF trip feedback to SCLrsquos control station and

ONOFF command room FCMSPLC as welleMCC panel and

LPBS shall have selector switches for MCCLocal and

LocalRemote selection respectively Control (OnOff) of the

Drivesheaters will be as per following selection If selector

switch (SS) at MCC is selected to MCC ONOFF operation can

be done from MCC only irrespective of position of SS at LPBSIf

selector switches both at MCC amp LPBS are selected to LOCAL

ONOFF operation can be done from LPBS onlyIf SS at MCC is

selected to LOCAL and SS at LPBS is selected to REMOTE

ONOFF operation can be done from FCMS only

4 VFDVFD shall be of Allen Bradley PF400 series having

redundant Control Net communication option as well to

communicate with the existing Facilities Control amp Monitoring

System (FCMs) Control Net Bridge Coaxial Straight T‐Tap

1786‐TPS must also be supplied along with VFDs Line

reactorchoke of suitable rating shall be connected before the

VFD

5 Thyristor based Heater ControlaDYDAC Make Thyristor

power controller Type 3003 or equivalent rating 85kW

Control input 4‐20mA Thyristor input supply 415VAC (3‐Ouml)

Thyristor output supply 415VAC (3‐Ouml) which shall be provided

by the vendor in a separate compartment of the MCC 4‐20mA

Control signal from the heater PID will modulate the thyristor

controller output to maintain the fresh air temperature at set

value Heater ON and OFF set points shall be adjustable in the

SCADA in FCMSbThyristor controller run command run

feedback 4‐20mA modulating signal shall be wired up to the

terminal block in the cable alley in the MCC Thyristor

Tender No SCLPS52019E0156401 36

Panelcompartment shall be complete with inter module

control and power wiring 220V AC supply shall be drawn from

one of the phase and neutral of the incoming 415VAC and

connect to the Thyristor supply terminals through MCB

Circuit breaker lsquoswitch ONrsquo and Thyristor control unit lsquoRUN

commandrsquo will get activated from FCMS if air temperature is

below ON set point Circuit breaker lsquoswitch OFFrsquo and Thyristor

control unit lsquoRUN command withdraws will get activated

from FCMS when temperature becomes above OFF set point

6 Fire Suppression system amp Fire Protection systemPanel shall

be equipped with required materials such as fire suppression

cylinders filled with fire suppression agents Fire detection

tubes Heat sensor tubes end of line adaptor with gauge

electrical Relays differential pressure valves etc to provide

the fire suppression and fire protection system in cable alley

and bus bar chambers of the electrical panel

7 MCCBaThe MCCBs should be extra current limiting type with

trip time of less than 10 m sec under short circuit conditions

The current limiting action should be achieved with repulsion

principle The MCCBs should preferably have an anti‐reclosing

featurebThe MCCBs should be 3 or 4 poles as per SLDcThe

MCCBs should have a Service short circuit breaking capacity

(Ics) of not less than 35 kA rms at 415 Volts 50Hz AC for

incomer The service breaking capacity should be equal to

ultimate breaking capacities (Icu) (ie Ics= Icu=100)dThe

release should be thermal magnetic having adjustable

overload and short circuiteSwitches shall be triple pole air

break AC23 motor duty for motor starter feedersfCubicle

doors of incoming and outgoing shall be mechanically

interlocked with switchgear to prevent unintentional openings

of the door while the unit is in energized condition However

defeat interlock provision is also to be providedgAll incoming

and outgoing feeders shall be provided with bolted disconnect

Tender No SCLPS52019E0156401 37

link for isolation of neutral if necessary Selector switches

shall be of rotary typehThe MCCB shall be provided with

rotary drive kit spreader terminals and ONOFFTrip (MCCB)

position of switch handle to be clearly markediDuct Heater

MCCB shall be motorized to control (ONoff) from FCMSjFor

incomers it should be EDO microprocessor based

communicable MCCB (35 kA or above) with numerical

releases for OL SC amp EFR (With mechanical and Electrical

interlocking for operation of only one ACB at any point of

time)

8 MPCBaThe MPCBs should be of 3 pole air break type AC3

Duty continuous rating as specifiedbMPCBs should have at

least 1NO+1NC contactcThese should have trip indication

test trip functiondThe release should be thermal magnetic

having adjustable overload trip settingeThe service breaking

capacity should be equal to ultimate breaking capacities (Icu)

(ie Ics= Icu=100)fThe MPCBs should be suitable for din rail

type mounting

9 Capacitor Bank Supply and installation of Capacitor Bank ‐

Box Type Dry construction Conforming to IS 13340‐41IEC

60831 440V 50Hz Rated Current (In) as per Load Heavy

Duty Dielectric MPP Low loss type with overall loss lt

05WkVAR Delta Connection with Discharge Device

10 ContactoraThe contactor shall be 3 pole air break type AC3

Duty continuous rating for motor starter feeders with non‐

bouncing silver silver alloy contactsbContactor shall be of

electromagnetic type rated for uninterrupted duty as per

relevant standards and also suitable for capacitor duty

cContactor shall be provided with adequate auxiliary contacts

rated for 10Amps 240VAC for interfacing with control

schemedContactor coil rating shall be minimum pick up of

85 of rated voltage and minimum drop out of 75 rated

Tender No SCLPS52019E0156401 38

voltage

11 Control and IndicationsaPush buttons will be heavy duty oil

tight and push to actuate type with integral plate marked

with its functionbEach push button shall be provided with

2NO+2NC contacts rated for 10Amps 240VACcLamps shall

be LED type rated for 240V AC Lens and lamps shall be

replaceable from the front dThe control supply shall be

through a 415V230V transformer and the vendor shall

provide 1 no 415V230V transformer for the same Vendor

shall also provide Power module for 24V DC Supply for the

operation of heaters control module

12 MetersaAll indicating instruments shall be digital

Switchboard type with accuracy class +‐ 2 full scalebMFM

of suitable rating shall be used in the incomer

feedercSelector switches shall be furnished at outgoing

feeders as per SLD for ammeterdAmmeter shall be of analog

type flush mounted industrial pattern of size 96x96 mm with

accuracy class 10 eMultifunction meter shall be of digital

type flush mounted industrial pattern of size 96x96 mm with

accuracy class 10 as per IEC 6205253 suitable for

measurement of Current Voltage Power Frequency Power

factor Energy and ready port to communicate with FCMS

through RS 485 The Meter should have Modbus

communication port as well

13 CT (Current transformer)CT will be cast resin type rated 15VA

or more burden with Maximum accuracy limit of class 1

14 Secondary wiringaPanel shall be fully wired at the factory to

ensure proper functioning of control and protectionbFuse

and links shall be provided to permit individual circuit

protection from bus wires without disturbing other circuits All

spare contacts of relays push buttons and other devices shall

Tender No SCLPS52019E0156401 39

be wired up to terminal blockscWiring shall be done with

flexible 25sqmm copper 1100V grade PVC insulated

switchboard wires Each wire shall be identified at both ends

with permanent markers bearing wire numbers as per wiring

diagramdWire termination shall be done with crimping type

connector with insulating sleeve

15 Powercontrol Terminal BlocksaTerminal block shall be 660V

grade box clamp type with marking strips similar to ELMEX 10

mm2 or equal for ControlbTerminal for CT secondary leads

shall have provision for shortingcNot more than two wires

shall be connected to any terminaldSpare terminals equal in

number to 20 active terminals shall be providedeTerminal

blocks shall be suitably located in cable alleysfFor Power

cable Bus Bar type cable connector (Melamine material) shall

be providedgFor Control cable heavy duty screw type cable

connector (Melamine material) shall be provided

16 Cable terminationaPanel shall be designed for cable entry

from topbEach cable shall be clearly marked at both ends

with an indestructible marker preferably a cable tag made of

Aluminium tacked with indicating cable number amp both end

feeder tags with switchboard tags Cable tags at ends of cable

shall be provided inside the gland plate as well as outside the

gland platecAll provisions and accessories shall be furnished

for termination of cables including removable gland plates

cable supports and terminal blocksdGland plate shall be

minimum 3 mm thick

17 Ground BusA GI ground bus rated to carry the maximum fault

current shall extend full length of Panel The ground bus shall

be provided with 2 bolts with GI bolt and nuts at each end to

receive 50x6mm GI flat

18 NameplateaThe nameplate of approved design shall be

Tender No SCLPS52019E0156401 40

provided for each compartment and also at the top of each

panel Nameplate shall be minimum 20x70mm and 3mm

thickbDrawing Pouch shall be provided at the incomer cable

allay

19 PaintingPanel shall be painted with light grey epoxy painted

(Siemens Gray RAL 7032) and caution notice plate shall be

fixed at the back of each vertical panel

20 Make of Switchgears aMCCBSiemensSchneiderbPush

button SiemensSchneider TekniccSelector

SwitchSiemensSchneider Teknic

dFuseSchneiderSiemenseTimerSiemensSchneiderfContro

l TransformerAEIMPIndcoilgTerminal

BlockElmexConnectwellFTChMeters Conzerv LampT

AEiCTs amp PTsKappaAutomatic

Electric(AE)NippenjContactorsSchneiderSiemenskIndicatio

ns SiemensSchneider

TekniclRelaysSchneiderSiemensPLAmMCBSchneiderSiem

ensnCooling Fan

RexnordSunonoVFDsAllen bradlypThyristor moduleDYDAC

qRCBOSiemensSchneiderrMCB

DBSiemensABBLegrandsLine reactorchokeAllen

BradleytCapacitor BankNeptune Schneider Siemens

21 Local Push Button Station (LPBS)The Scope includes supply

and installation of LPBS for Chiller Pumps AHUs Heaters as

per the BOQ and detailed specification given below aLPBS

shall be indoor metal clad air insulated wallAngle frame

mounted as required single front construction front wired

front connected hinged lockable door LPBS for Chiller Pumps

system shall be suitable for outdoor installationbMinimum

thickness of sheet metal used shall be 2 mm and panel shall

conform to IP54 protection for indoor installation and IP65 for

outdoor type LPBScAll switches push buttons with indicating

Tender No SCLPS52019E0156401 41

LED lamps indicating instruments shall be flush

mounteddThe LPBS shall be used for remote operation of

drives Equipment and HeaterseTo facilitate the localremote

operation LPBS shall have LocalRemote selector switch and

provided with Start push button lockable Stop push button

ammeter of suitable range Terminal Block and lockable

Emergency off Switch etc fLPBS shall be equipped with AC

(230V)DC (24V) Relays Contactors etc for seamless interface

of the operation of Drives from FCMS (PLC)gLPBS should be

suitable for wall mounting and provided with necessary

mounting arrangementhWiring shall be done with flexible

25sqmm copper 650V grade PVC insulated switchboard

wires Each wire shall be identified at both ends with

permanent markers bearing wire numbers as per wiring

diagramiWire termination shall be done with crimping type

connector with insulating sleevejGland plate shall be

minimum 3 mm thickkThe nameplate of approved design

shall be provided for each compartment and also at the top of

each panel Nameplate shall be minimum 20x70mm and 3mm

thicklLPBS shall be painted with light grey epoxy painted

(Siemens Gray RAL 7032)

22 Make of Electrical panel As per DOS Approved Panel

manufacturer list (attached)

TECHNICAL SPECIFICATION‐3

Item Specifications ‐III

Sl No Specifications Compliance

(Yes No)

Offered Specifications Remarks

Tender No SCLPS52019E0156401 42

1 Fire Detection System Scope for fire detection system

includes supply installation testing commissioning of Fire

panel Addressable Fire detection devices Manual Call Points

Addressable loop sounders Switch Monitoring unit (SMU) UV

IR sensor for detection of methanol flame Cable MS junction

boxes for loop in loop out of cable as per specifications and

integrating the same with existing repeater panel as per the

requirement The detailed specifications for the different

component of fire deduction system are as follows

2 A Multi‐sensor Detectors The smoke detectors shall be multi‐

sensor (heat and smoke) detector with isolator suitable for

detecting a wide range of smoke from slow smoldering and

fast flaming fire The detector shall have following features

bullSolid state addressing arrangement in combination with a

hand held programmer to configure the sensor

addressbullElectronics free mounting basebullTwin alarm LEDs for

360 Degree viewing and shall have blinking LED facilitybullThe

sensor shall have s removable chamber for ease of cleaning or

replacementbullAutomatic compensation for smoke sensor

contaminationbullShall have a built in test facility which allows

the fire alarm control panel to adjust the alarm threshold

levels to compensate for contamination and shall have a

maintenance alarm display when threshold can no longer be

adjustedbullOperating temperature ‐ 10 DegC to 50 DegC and

operating RH at 40 DegC‐95 RH

3 B Manual call stations Manual Call Stations should have in

built monitor module and pressbreak and resettable

capability constructed of high impact LEXAN sheet with clearly

visible operating instructions on the cover and the word FIRE

shall appear on front and suitable for surface mountingflush

mounting complete as required

Tender No SCLPS52019E0156401 43

4 C UV IR SensorThe UV‐IR flame detector shall operate on 24

VDC 0‐24mA current output suitable for detection of

Methanol flame with automatic built in test for reliable

operations and suitable for installation in Hazardous area zone

1and 2 with Class I Division 12 Gas group A B C The detector

shall not be susceptible to environmental conditions to

generate false alarms The entire system shall be rated for IP

66 or better and supplied with suitable mounting bracket The

system shall comply to the detailed specifications as listed

belowbullDetection Technology UV ‐ IR Electro‐optical

detectionbullDetection range 75 meterbullField of View greater

than equal to 90deg Both Horizontal and verticalbullResponse

Time less than equal to 5 secondsbullBuilt in Test Automatic

bullOperating Temperature Range 0 to + 75degCbullOperating

Humidity Range Continuous 95 non‐condensingbullAnalog

Output signal 4‐20mAbullAlarms amp Fault Normal 4 mA Fault

02 mA Alarm 20 mA + 10 verifiedbullOperating voltage 24

VDC ( 18‐32VDC)bullPower consumption Vendor to specify for

Standby and Alarm conditionbullSensor Calibration

Verification Sensor calibration as per OEM for certified

performancebullSensor Life 2 Years (minimum)bullSensor

Calibration vendor to carry out sensor calibration at site and

submit calibration certificate valid for one yearbullRFI EMI

SusceptibilitybullRequired EN 616326‐3 and EN 6100006‐3 or

equivalent IP protectionbullIP protection IP 66 or betterbullFault

Diagnostic Sensor Fault (end of life) other informationbullSelf‐

Check Test Automatic during start‐upbullHousing SS 316

Epoxy Painted Aluminium die castbullStart‐up Time Vendor to

specifybullApprovalcertification PESO and ATEX ‐ Ex d IIC C

Class 1 Div 12 Group A B C DNote Vendor shall arrange

the 230V AC to 24V DC Power supply module along with half

an hour Battery Back up in MS powder coated Enclosure

Input Power supply (230V AC) for Power Supply module shall

Tender No SCLPS52019E0156401 44

be provided by SCL

5 D SMU Unit for UV IR sensor Supply installation testing and

commissioning of Switch Monitoring Unit (SMU) to configure

the UV IR sensors with fire detection system as requiredE

SoundersAddressable Sounders shall be loop powered with

all fixing materials complete as required The sound level shall

be 100dB (A)

6 F Fire Alarm Control Panel (FACP) bullFACP shall be of 2

loopsbullFACP shall be suitable for 230V 50 Hz AC supply and

detectors shall be powered using FACP based detection

circuits Devices shall receive power and communication from

the same pair of conductorsbullFACP shall provide for resetting

detectors fault isolation and sensor loop operationbullFACP

shall be suitable for mixing different fire devices and beam

smoke detectors within the same loop to optimize field

wiringbullFACP shall have alarm indication of individual sensors

detector trouble alarm indication for dust accumulation The

panel shall check detector once in every 24 hours for

contamination for this purposebullThe FACP shall regularly

supervise all the sensors and devices on the loop and initiate

fire or trouble alarm whenever requiredbullFACP shall have 2

wire circuits to connect minimum of 126 addressable devices

per loopbullFACP shall be with repeater interface and suitable

24V battery with built in software and 2 x 40 character

alphanumeric LCD display and necessary front panel control

keys FACP shall display the date time and description for

Analog sensors to indicate alarms and trouble

situationsbullFACP switches shall allow authorized personnel to

accomplish the following ‐bullInitiate a general alarm

conditionbullSilence the local audiblebullSilence the alarm

signalsbullReset all zonespointsbullFACP shall have walk test

facilitybullShall have facility for programming from the key

board or utilizing PC set up software via laptopdesk top

Tender No SCLPS52019E0156401 45

computerbullShall have memory data for panel configuration

and operation reside in non‐volatile memory (EPROM)bullFACP

shall have facility for speech processor (to record pre‐

recorded message of 20 S) and also have Auto Dialer facility

(can dial up to 8 different lines)bullAll addressable units shall be

connected to the FACP through the loop cards and shall be

addressed though individualized numbers The FACP shall be

able to obtain analog value for all detectors in the circuit

through a pulsed digitized current data The FACP shall be

able to analyze all analog inputs from all addressable units

and though its own software and ambient level screening the

FACP shall be able to identify fire possible fire or fault

conditions The unit supervision shall be dynamic and

continuousbullThe FACP shall itself have all loop cards in it No

isolated mother board or transponder shall be

consideredbullShortopen circuit units shall also be reported at

the FACP in such cases the system through the use of fault

isolators shall be able to isolate that segment between the

two fault isolators The missing DetectorsDevices shall also

be reported to the FACP with identification of the

locationbullThe FACP shall have the facility to set smoke sensor

sensitivity remotely to either high sensitivity manually or on a

pre‐programmed sequence (Ie DayNight) period When an

alarm condition is sensed at the FACP from a smoke or heat

detector a delay timealarm verification period shall be

started If the sensor is still in alarm after the delay time

expired an alarm condition is reported The delay time shall

be adjustable from 0 to 990 secondsbullThe FACP shall have

either an in‐built or external printer coupled to the FACP

which shall log all events with time The printout shall clearly

indicate the event‐FirePre‐AlarmFault etc with the unit

address and timebullThe FACP shall also be able to discriminate

between false alarms and fire conditions as well as priority

selection of alarm in case alarm activities in two or more

Tender No SCLPS52019E0156401 46

remotely located units simultaneously In such cases the

Manual Call stations shall have the highest prioritybullThe FACP

shall also be able to actuate switches automatically in case of

Fire condition of AHUs and power supply or other system such

as piped pressurized gas supplybullThe system shall be fail safe

and adequate safe guards should be under taken that in the

event of a failure of a part of the system it shall not handicap

the complete system The loop cards shall be of Modular

constructionbullThe FACP shall have its own battery backup of a

minimum of 48 hours in normal run and then half an hour in

alarm condition The backup time calculation shall be done as

per TAC standards The Battery shall be 2 x 12V (24V) DC and

of sealed maintenance free type housed inside the FACPbullIt

shall be able to withstand temperature variations from 0

Degree Centigrade to 55 Degree Centigrade Further Relative

Humidity (non‐condensing type) up to 93 shall not hamper

its performance The voltage rating shall be from 17V DC to

31V DC though the voltage may be change depending upon

the working voltages of a proprietary FACPbullThe FACP shall be

totally enclosed dust and vermin proof type made of

minimum 16‐gauge dust inhibited sheet with even baked

finish The FACP shall be of completely solid state designbullThe

logic circuitry shall be based on high noise immunity solid‐

state hardware employing modular construction Logic cards

shall be of epoxy fiber glass constructionbullThe FACP shall have

EN 54ULFM approvalbullThe panel shall have an extra loop

card to serve as standby in case of burnout or malfunctioning

of any operating loop cardsbullThe FACP shall be capable of

being networked (future expansion) with other similar FACPs

located at different locations of SCL premises through a single

RS 485 busbullThe FACP shall have provision for interfacing with

the Public Address System

7 G Repeater panelScope comprises of supply and installation

Tender No SCLPS52019E0156401 47

of Repeater Panel which display fire fault message

simultaneously with the FACP bullIt shall be capable of

interfacing with the FACP on a single RS 485 Bus bullThe panel

shall be capable of operating on 24V DC supplybullThe

independent 24V DC supply source to be installed in MS

cubicle Box duly powder coated paint along with repeater

panelbullThe panel shall have 2 x 40‐character backlit display

which shall display date time and description of alarm

trouble events are that displayed in the panel shall be

powered from the FACPbullIt shall have control keys for sound

silence mute and to reset the FACP from the repeater

stationsbullThe repeater panel shall have the following LEDs

indicationsbullSupply bullFault bullMute bullSilent bullDisabled

bullFire

8 H Fire CableSupply and installation of 2Cx15mm2 Copper

extruded PVC inner sheath armored and overall FRLS PVC

outer sheathed 11 KV grade as per IS 7098 (Part I bearing ISI

certification) on existing cable traywallsoft soilhard soil as

required

9 I Fire Cable terminationSupplying and making end

termination with brass compression gland and copper lugs for

2Cx15mm2 Copper cable in MS Box of Size 4X4 installed

above the false ceilingwallsurface as required

10 J Junction Box for Fire devicesSupply installation testing and

commissioning of MS painted box Size 4X4 with ELMEX type

terminal block for loop in loop out of 2c x15 sq mm copper

armored cable and connection to the fire detector device on

wallsurfacerecess including wall cutting and providing

necessary hardware for mounting fixing including all

material for fixing as required

Tender No SCLPS52019E0156401 48

TECHNICAL SPECIFICATION‐4

Item Specifications ‐IV

Sl No Specifications Compliance

(Yes No)

Offered Specifications Remarks

1 A NetworksLAN The detailed specification for the network

rack switch cable cords IOs face plates etc and the

required accessories shall be as below CAT 6A or better cable

shall be laid in the PVC Conduit The detailed specifications

for the different component of networksLAN are as follows

2 bull Rack Supply installation testing and commissioning of UL

listed modular type 12U network rack with front glass door

and rear perforated door floor mounted Size 550x550 with

1 No of 5 port Octagonal PDU 515Amp with MCB and Fan

Tray with minimum 2 Fans The rack should have provision of

2 nos of cable manager duct type 1U and 2 vertical manager‐

concealed type Rack should be three sides openable with

front glass door and rear perforated door and provision of

cable entry from top and bottom both with proper earthing

kit as requiredRecommended Make Rittal Netrack

Schneider Valrack

3 bull Network Switch Supply amp installation of Network Switch in

Network Rack with the following specification as belowSwitch

shall haveamp61607Port Density Minimum 8 101001000

BaseT Ports amp 4‐1G SFP Ports ready for use with SFP module

Ports shall support PoE on all ports with PoE budget of

180Wamp61607Architecture Stand‐alone rack

mountableamp61607Bandwidth minimum 56Gbps of

switching bandwidth to support above listed ports in non‐

blocking configurationamp61607StackableScable support for

Tender No SCLPS52019E0156401 49

stacking multiple switchesamp61607Stacking backplane

bandwidth Access switch shall have additional port(s) for

providing minimum 40 Gbps stacking bandwidthamp61607L2

Features 8021x authentication spanning tree

etcamp61607Networkjflowsflow or equivalent provision for

Networkjflowsflow or equivalent supportamp61607Network

Management support Network Management through

command line interface (CLI) SNMP v1 v2c v3

httpsamp61607IPv6 Readiness IPv6 Readiness from day

1amp61607RegulatorySafety confirming to UL60950 amp

EN60950amp61607EALNIAP certified Model No shall be EAL

or NIAPNDPP certifiedRecommended Make Cisco Juniper

HP Brocade dell

4 bull CAT 6A Cable Supply and installationlaying of category 6A

or better 4 pair shielded cable UFTP or FUTP in PVC

Conduit sheath type low smoke zero halogen (LSZH) with

transmission properties amp electrical properties tested

minimum up to 500MHz amp verified by ETL amp comply with

ANSITIAEIA‐568‐C2 amp ISOIEC 11801 Recommended make

Commscope Schneider Molex Siemon

5 bull Patch Panel Supply installation testing and commissioning

of CAT6A PatchJack Panel of 24 Port fully loaded in Network

rack with port identification number with self‐adhesive clear

label holder Each portjack on the panel should be

individually removable on field from the panel and have

integrated rear cable management metallic shelf and have a

separate provision of grounding Recommended make

Commscope Schneider Molex Siemon

6 bull Patch Cords (1 meter) Supply installation testing and

commissioning of Patch Cords Cat 6A shielded 1 meter in

Network rack with 4 pair shielded copper wire factory pre

terminated with shielded RJ45 plugs Aluminumpolyester

Tender No SCLPS52019E0156401 50

shield screen material with low smoke Zero halogen sheath

comply to TIA‐568‐C2 Cat 6A in IOs of Network

RackRecommended make Commscope Schneider Molex

Siemon

7 bull Patch Cords (3 meter) Supply installation testing and

commissioning of Patch Cords Cat 6A shielded 3 meter in

Network rack with 4 pair shielded copper wire factory pre

terminated with shielded RJ45 plugs Aluminumpolyester

shield screen material with low smoke Zero halogen sheath

comply to TIA‐568‐C2 Cat 6A at field side Recommended

make Commscope Schneider Molex Siemon

8 bull Information outlet Supply and installation of Shielded Cat

6A information outlet UFTP or FUTP compliance to category

6A or better TIA568C2‐500MHz at field sideRecommended

make Commscope Schneider Molex Siemon

9 bull Face Plate (Dual) Supply and installation of single gang

square face plate (Dual) and SMB Box with a provision to

support variety of jacks‐ UTP STP etc at the field

sideRecommended make Commscope Schneider Molex

SiemonbullFace plate (single) Supply and installation of square

face plate ( single) with a provision to support variety of jacks‐

UTP STP etc at the field sideRecommended make

Commscope Schneider Molex Siemon

10 bull SMB Box Supply and installation of SMB Box for face plate

(DualSingle) as required Recommended make Commscope

Schneider Molex Siemon

11 bull Other Accessories amp61607Supply and Installation of

25mm electrical grade ISI mark PVC Conduit in

wallfloorslabsurface including wallfloor cutting and

making good the same as required Recommended make

Reputed ISI Markamp61607Supply and installation of OFC SM

Tender No SCLPS52019E0156401 51

OS2 Cable in existing 32mm HDPE pipe as

requiredamp61607Supply and Laying of 32mm HDPE pipe

direct in ground including excavation sand cushioning

protective covering and refilling the trench including standard

cable route marker etc as requiredamp61607Supply and

installation of SC simplex single‐mode LSZH pigtail 1m as

requiredamp61607Supply and installation of adaptor plate

with 3 SC duplex SM adaptors as requiredamp61607Splicing of

OFC as per Core as requiredamp61607Supply and installation

of accessories for making the Chamber Pit‐ 1Mtr Depth with

Lid for housing OFC as requiredamp61607Trenching of

HardSoft Soil as required

12 B Paging The scope includes supply installation testing and

commissioning of Supply and installation of IP 65 or better

explosion proofWP loud speaker anticorrosive powder

coated red (RAL‐3000) suitable for Zone I amp II Class II C

Hardware SS304 as per IS2148 and equivalent to model FLSR

25 of Baliga with necessary support gland as required and

installing the same on wallsurface with GI supports as

required and connecting the same with wire The Scope also

includes supply and installation of 2Cx15mm2 FRLS armored

and PVC sheath twisted pair wire their termination tagging

glanding earthing etc as required for speakers and other

accessories requires for smooth commissioning of the paging

system

Vendor Specificied Terms

Description Vendor Terms

Tender No SCLPS52019E0156401 52

1Delivery Term

Prices shall be quoted on F O R destination basis ie S C L S A S Nagar Mohali

Punjab exclusive of GST and taxes as may be applicable

2 GST

Purchaser is entitled to concessional GST of 5 as per Ministry of Finance

Department of Revenue Notification No 472017 Integrated Tax (Rate) both

dated 14th November 2017 respectively and would accordingly issue Exemption

Certificate in favour of the contractor quoting in Indian Rupees The bidder

should take note of the same while quoting the prices in Indian Rupees GST on

installation services shall be applicable 18

3 DELIVERY SCHEDULEPERIOD OF COMPLETION

The time allowed for supply installation testing and commissioning of the entire

works shall be 06 (Six) months to be reckoned form the 7th day of issue of

purchase order

4 IMPORTANT

This being a two part Tender Technical and Commercial parts separate the

bidder should not attach any document(s) containing pricing information with

technical part The Contractor will provide Un priced commercial offer in

envelope 1 (Technical Part) as an attachment

The tenders containing price information in Technical Part will be treated as

unsolicited offers and rejected Contractor to confirm that Price bid is not

attached in Envelope 1 ie Technical Part

Priced Commercial offer if any should be attached in Envelope 2 (Price Bid)

under Supporting Documents from Vendor (Commercial) as an attachment

5 The prices shall remain firm until completion of entire project including

extended period if any No cost escalation shall be applicable for the work

Tender No SCLPS52019E0156401 53

6 SECURITY DEPOSIT

a) On acceptance of the tender the Contractor shall submit security deposit for

ten percent (10 percent) of the value of the Contract within 15 days from the

date of purchase order If the Contractor fails toprovide the security within the

period specified such failure shall constitute a breach of the Contract and the

Purchaser shall be entitled to make other arrangements for the re purchase of

the stores contracted at the cost and risk of the Contractor

b) Security Deposit shall be submitted through Demand Draft Bankers Cheque

fixed deposit receipt or Bank Guarantee from any of the Scheduled Banks

executed on nonjudicial stamp paper of appropriate value and shall be valid for

a period of sixty (60) days beyond the date for completion of the Purchase

OrderContract

c) In case the contractor fails to furnish the security deposit within the specified

date or extended due date the Purchase OrderContract shall be cancelled and

in addition appropriate penal action may also be considered

d) After the Purchase OrderContract is successfully executed in all respects the

Bank Guarantee towards Security Deposit may be discharged and retained

amount shall be refunded to vendors

e) In the event of non execution of the Purchase orderContract or breach of any

terms and conditions of the Purchase Order the Security Deposit shall be

forfeited

7 Warranty

The Contractor shall provide for the tendered job comprehensive warranty for

parts as well as labour for a period of 12 months from the date of successful

installation commissioning and testing of the system at Purchasers site at no

extra charges against any manufacturing defectfaulty workmanship In case any

defect arises during warranty period the Contractor should replacerectify the

same at its own cost at siteworks

The LED light fittings and its driver unit etc shall have warranty for a period of 5

Tender No SCLPS52019E0156401 54

years from the date of installation and commissioning

8 Warranty Replacements

All replacement parts if any shall be supplied by the Contractor free of cost on F

O R Purchaser site at S A S Nagar Punjab basis

9 TERMS OF PAYMENT

The payment shall be remitted as under

90 of the value of the materials supplied shall be paid within 30 days of the

receipt of the materials at purchaser site and the balance 10 amount along

with 100 installation charges shall be payable on successful installation

commissioning and acceptance of the entire project at Purchasers site against a

Performance Bank Guarantee

10 PERFORMANCE BANK GUARANTEE (PBG)

The Contractor shall furnish a Bank Guarantee (as per format given by purchaser)

from any nationalized scheduled bank for an amount equivalent to 10 of the

value of the Contract and shall be valid for a period of 60 days beyond the expiry

date of warranty period On the performance and completion of the Contract in

all respects the Bank Guarantee will be returned to the Contractor without any

interest

11 VALIDITY

The tender must be valid for a minimum period of 120 days from the date of

opening of Technical bid and 90 days after opening of Price bid

The tender where the validity period is shorter than the period specified in the

tender enquiry shall be excluded from the procurement process

12 Quantity Variation

The quantities indicated against each items in the Bill of Quantities (BOQ) are

indicative and are for the purpose of bidding only Variation in quantities up to

Tender No SCLPS52019E0156401 55

+25 percent shall be carried out by the contractor on the agreedPurchase order

(PO) rates and terms amp conditions as in the purchase order (PO)

13 GUARANTEED TIME DELIVERY

The time for and the date of delivery stipulated in the Purchase Order shall be

deemed to be the essence of the Contract Delivery must be completed within

the date specified therein

14 Extra Items

In case of extra items (that are completely new and are in addition to the items

contained in the contract) the contractor may claim rates supported by proper

analysis and purchaser engineer in charge of the work shall after giving

consideration to the analysis of the rates submitted by the contractor determine

the rates on the basis of market rates and the contractor shall be paid in

accordance with the rates so determined The contractor(s) profit amp OH shall be

factored in the rate analysis 15

15 CONSIGNEE

Sr Purchase and Stores Officer (Stores)

Semi Conductor Laboratory

Sector 72 SAS Nagar (Mohali) Punjab

India 160 071

16 INSTALLATION AND COMMISSIONING

Installation commissioning and demonstration of performance of the tendered

stores as per Purchaser tendered specifications shall be carried out by the

Contractor at Purchaser site at S A S Nagar Punjab India

The Contractor shall provide in advance guidelines for preparation of the

installation site and list of items to be supplied by Purchaser during installation

Tender No SCLPS52019E0156401 56

On receipt of intimation from the Purchaser the Contractor shall depute its

engineer(s) to Purchaser site within two weeks to carry out installation and

commissioning and will demonstrate the functionality of the tendered

equipment to Purchaser specifications as per mutually agreed acceptance

procedure The Contractor shall be responsible for any lossdamages sustained

due to delay on the part of the Contractor to send its engineer for installation

and commissioning

Failure to commission the tendered equipment successfully shall entitle

Purchaser to full refund of the payment made and the interest thereon Decision

regarding successful installation and commissioning shall rest solely with the

Purchaser

17 REJECTION

In the event that any of the stores supplied by the Contractor is found defective

in material or workmanship or otherwise not in conformity with the

requirements of the Contract specifications the purchaser shall either reject the

stores or request the Contractor in writing to rectify the same The Contractor

on receipt of such notification shall either rectify or replace the defective stores

free of cost to the purchaser If the Contractor fails to do so the purchaser may

at his option either

a) replace or rectify such defective stores and recover the extra cost so involved

from the Contractor or

b) terminate the Contract for default as provided in this tender document

18 EXTENSION OF TIME

If the completion of supply of stores is delayed due to reason of force majeure

such as acts of god acts of public enemy acts of Government fires floods

epidemics quarantine restriction strikes freight embargoes etc the

Contractor shall give notice within 15 days to the purchaser in writing of his

claim for an extension of time The purchaser on receipt of such notice after

verification if necessary may agree to extend the Contract delivery date as may

Tender No SCLPS52019E0156401 57

be reasonable but without prejudice to other terms and conditions of the

Contract

19 DELAY IN COMPLETIONLIQUIDATED DAMAGES

If the Contractor fails to deliver the stores within the time specified in the

Contract or any extension thereof the purchaser shall recover from the

Contractor as liquidated damages a sum of one half of one percent (05 percent)

of the Contract price of the undelivered stores for each calendar week of delay

The total liquidated damages shall not exceed ten percent (10 percent) of the

Contract price of the unit or units so delayed Stores will be deemed to have

been delivered only when all their component parts are also delivered If certain

components are not delivered in time the stores will be considered as delayed

until such time as the missing parts are delivered Delivery of stores shall be

complete on Installation commissioning Testing and Acceptance

20 INSPECTION AND ACCEPTANCE TEST

The Purchasers representatives shall also be entitled at all reasonable times

during manufacture to inspect examine and test on the Contractors premises

the material and workmanship of all stores to be supplied under this Contract

and if part of the said stores is being manufactured on other premises the

Contractor shall obtain for the purchasers representative permission to inspect

examine and test as if the equipment were being manufactured on the

Contractors premises

Such inspection examination and testing shall not release the Contractor from

the obligations under this Contract

For tests on the premises of the Contractor or of any of his sub Contractors the

Contractor shall provide free of cost assistance labour material electricity fuel

and instruments as may be required or as may be reasonably needed by the

purchasers representative to carry out the tests efficiently

When the stores have passed the specified test the purchaser representative

shall furnish a certificate to the effect in writing to the Contractor The

Tender No SCLPS52019E0156401 58

Contractor shall provide copies of the tests certificates to the purchaser as may

be required

21 Labour Law Contractor shall abide by all labour laws rules and regulations

which are prevailing and as enforced from time to time and SCL shall not be

responsible for any accident or mishap during the course of the contract to any

of engineer labour employee by the Contractor The contractor shall also ensure

that the statutory obligations with regards to the employment of labour under

law are complied properly and timely

22 ARBITRATION

In the event of any disputes differences or claims arising out of or relating to

the interpretation and application of the Contract such disputes or differences

or claims shall be settled amicably by mutual consultations of the good Offices

of the respective Parties and recognizing their mutual interests attempt to reach

a solution satisfactory to both the parties If such a resolution is not possible

within 30 days from the date of receipt of written notice of the existence of such

disputes then the unresolved disputes or differences or claims shall be

referred to the Sole Arbitrator appointed by the Parties by mutual consent in

accordance with the rules and procedures of Arbitration and Conciliation Act

1996 as amended from time to time The arbitration shall be conducted in New

Delhi in the Arbitration and Conciliation Centre New Delhi (Domestic and

International) as per its rules and regulations The expenses for the Arbitration

shall be shared equally or as may be determined by the Arbitrator The

considered and written decision of the Arbitrator shall be final and binding

between the Parties The applicable language for Arbitration shall be English

only Work under the Contract shall be continued by the CONTRACTOR during

the pendency of arbitration proceedings without prejudice to a final adjustment

in accordance with the decision of the Arbitrator unless otherwise directed in

writing by the DEPARTMENT or unless the matter is such that the works cannot

be possibly continued until the decision (whether final or interim) of the

Arbitrator is obtained

23 APPLICABLE LAWS The contract shall be interpreted construed and

Tender No SCLPS52019E0156401 59

governed by laws of IndiaThe contract shall be subject to exclusive Jurisdiction

of the Court of SAS Nagar (Mohali) Punjab India irrespective of anything

mentioned in any correspondences or otherwise

24 Any Other Term

Tender No SCLPS52019E0156401 60

Supporting Documents from Vendor

Attachment ‐ I

Attachment ‐ II

Price Bid Form

Item Description Slab Range Qty UOM Currency Unit Price Total Price

Supply of MCC Panels cables

cable trays lightings etc for

electrical distribution system

including fire detection

system LAN Paging etc for

the Chemical Store building as

per detailed specifications

technical write‐updrawings

attached

‐ 1 Lot ‐ ‐ ‐

Installation Testing and

Commissioning of MCC

Panels cables cable trays

lightings etc for electrical

distribution system including

fire detection system LAN

Paging etc for the Chemical

Store building as per detailed

specifications technical write‐

updrawings attached

‐ 1 Lot ‐ ‐ ‐

Tender No SCLPS52019E0156401 61

Break‐up of other taxes and other costs should be specified in respective narration columns

Sum of these Break‐up values should be specified in respective value columns

Supporting Documents from Vendor (Commercial)

Document attachment with price bid

Attachment ‐ I

Attachment ‐ II

  • pdf_document_tndr_notc_electrical_distribution_system_051119
  • pdf_document_tndr_doc_electrical_distribution_system_051119
Page 17: -72, -160071 चंडीगढ़ के समीप पंजाब भारत...स म -क डक टर ल ब र टर /Semi-Conductor Laboratory अ त रक ष वभ

Tender No SCLPS52019E0156401 16

b) Commercially certified invoices describing the stores delivered quantity unit rate and their total

value in triplicate The invoice should indicate the discounts if any and Agency Commission separately

c) Packing List showing individual dimensions and weight of packages

d) Country of Origin Certificate in duplicate

e) Test Certificate

f) Declaration by the Seller that the contents in each case are not less than those entered in the invoices

and the quality of the Stores are guaranteed as per the specifications asked for by the Purchaser

g) Warrantee and guarantee Certificates vide Clause 20 herein below

4 IMPORTANT LICENCE

Reference to Import License No and date and Contract number and date shall be prominently indicated

in all the documents

5 DEMURRAGE

Supplier shall bear demurrage charges if any incurred by the purchaser due to delayed presentation of

shipping documents as prescribed in the bankers within a reasonable time (say within 10 to 12 days)

from the date of bill of lading for sea consignments and within 3 to 4 days from the date of Air Way Bill

for air consignments

6 ADDRESS OF INDIAN AGENTS

7 GUARANTEED TIME DELIVERY

The time for and the date of delivery stipulated in the Purchase Order shall be deemed to be the

essence of the Contract Delivery must be completed within the date specified therein

8 INSPECTION AND ACCEPTANCE TEST

81 The Purchaser representatives shall also be entitled at all reasonabletimes during manufacture to

inspect examine and test on the Contractors premises the material and workmanship of all stores to be

supplied under this Contract and if part of the said stores is being manufactured on other premises the

Contractor shall obtain for the purchasers representative permission to inspect examine and test as if

the equipment were being manufactured on the Contractors premises Such inspection examination

and testing shall not release the Contractor from the obligations under this Contract

82 For tests on the premises of the Contractor or of any of his subContractors the Contractor shall

provide free of cost assistance labourmaterial electricity fuel and instruments as may be required or

as may be reasonably needed by the purchasers representative to carry out the tests efficiently

Tender No SCLPS52019E0156401 17

83 When the stores have passed the specified test the purchasers representative shall furnish a

certificate to the effect in writing to the Contractor The Contractor shall provide copies of the tests

certificates to the purchaser as may be required

9 MODE OF DESPATCH

Generally stores should be despatched through Indian Flagged Vessel Air India or through any other

Agency nominated by the purchaser A copy of the invoice and packing list should invariably be kept

inside each of the packages

10 PORT OF ENTRY

New Delhi Mumbai

11 CONSIGNEE

Purchase and Stores Officer Stores

12 SHIPPING MARKS

The mark on the shipping documents such as invoice bill of lading and on the packages should be as

follow

PURCHASE ORDER NO

DATED

GOVERNMENT OF INDIA

DEPARTMENT OF SPACE

(name of the CentreUnit)

Destination

Port of Entry

13 INSURANCE OF THE STORES

The necessity or otherwise of insurance will be as indicated in the Purchase Order

14 CONTRACTORS DEFAULT LIABILITY

141 The purchaser may upon written notice of default to the Contractorterminate the Contract in

whole or in part in circumstances detailedhereunder

Tender No SCLPS52019E0156401 18

a) If in the judgement of the Purchaser the Contractor fails to makedelivery of Stores within the time

specified in the Contract agreement or within the period for which extension has been granted by the

Purchaser to the Contractor

b) If in the judgment of the Purchaser the Contractor fails to comply with any of the other provisions of

this Contract

15 In the event the Purchaser terminates the Contract in whole or in part as provided in Clause 14 the

Purchaser reserves the right to Purchase upon such terms and in such a manner as he may deem

appropriate stores similar to that terminated and the Contractor shall be liable to the Purchaser for any

additional costs for such similar stores andor for liquidated damages for delay as defined in Clause 19

until such reasonable time as may be required for the final supply of stores

151If this Contract is terminated as provided in Clause 14 the Purchaser in addition to any other rights

provided in this Article may require the Contractor to transfer title and deliver to the Purchaser under

any of the following clauses in the manner and as directed by the Purchaser

a) Any completed stores

b)Such partially completed stores drawing information and Contract rights (hereinafter called

manufacturing material) as the Contractor has specifically produced or acquired for the performance of

the Contract as terminated The Purchaser shall pay to the Contractor the Contract price for completed

stores delivered to and accepted by the purchaser and for manufacturing material delivered and

accepted

152 In the event the Purchaser does not terminate the Contract as provided in Clause 14 the

Contractor shall continue the performance of the Contract in which case he shall be liable to the

purchaser for liquidated damages for delay as set out in Clause for DELAY IN COMPLETION

LIQUIDATED DAMAGES until the stores are accepted

16 REPLACEMENT

If the stores or any portion thereof is damaged or lost during transit thePurchaser shall give notice to

the Contractor setting forth particulars of such stores damaged or lost during transit The replacement

of such stores shall be effected by the Contractor within a reasonable time to avoid unnecessary delay in

the intended usage of the Stores In case the purchaser agrees the price towards replacement items

shall be paid by the purchaser on the basis of original price quoted in the tender or as reasonably

worked out from the tender

17 REJECTION

In the event that any of the stores supplied by the Contractor is found defective in material or

workmanship or otherwise not in conformity with the requirements of the Contract specifications the

purchaser shall either reject the stores or request the Contractor in writing to rectify the same The

Tender No SCLPS52019E0156401 19

Contractor on receipt of such notification shall either rectify or replace the defective stores free of cost

to the purchaser If the Contractor fails to do so the purchaser may at his option either

a) replace or rectify such defective stores and recover the extra cost so involved from the Contractor or

b) terminate the Contract for default as provided under clause 14 above or

c) acquire the defective stores at a reduced price considered equitable under the circumstances The

provision of this article shall not prejudice the Purchasers rights under clause 19

18 EXTENSION OF TIME

If the completion of supply of stores is delayed due to reason of force majeure such as acts of god acts

of public enemy acts of Government fires floods epidemics quarantine restriction strikes freight

embargoes etc the Contractor shall give notice within 15 days to the purchaser in writing of his claim

for an extension of time The purchaser on receipt of such notice after verification if necessary may

agree to extend the Contract delivery date as may be reasonable but without prejudice to other terms

and conditions of the Contract

19 DELAY IN COMPLETION LIQUIDATED DAMAGES

If the Contractor fails to deliver the stores within the time specified in theContract or any extension

thereof the purchaser shall recover from theContractor as liquidated damages a sum of onehalf of one

percent (05percent) of the Contract price of the undelivered stores for each calendar week of delay

The total liquidated damages shall not exceed ten percent (10 percent) of the Contract price of the unit

or units so delayed Stores will be deemed to have been delivered only when all their component parts

are also delivered If certain components are not delivered in time the stores will be considered as

delayed until such time as the missing parts are delivered

20 GUARANTEE and REPLACEMENT

a) The Contractor shall guarantee that the stores supplied shall comply fully with the specifications laid

down for material workmanship and performance

b) For a period of twelve months after the acceptance of the stores if any defects are discovered

therein or any defects therein are found to have developed under proper use arising from faulty

materials design or workmanship the Contractor shall remedy such defects at his own cost provided he

is called upon to do so within a period of 14 months from the date of acceptance thereof by the

Purchaser who shall state in writing in what respect the stores or any parts thereof are faulty

c) If in the opinion of the purchaser it becomes necessary to replace or renew any defective stores such

replacements or renewals shall be made by the Contractor free of all costs to the purchaser provided

the notice informing the Contractor of the defect is given by the purchaser in this regard within the said

period of 14 months from the date of acceptance thereof

Tender No SCLPS52019E0156401 20

d) Should the Contractor fail to rectify the defects the purchaser shall have the right to reject or repair

or replace at the cost of the Contractor the whole or any portion of the defective stores

e) The decision of the Purchaser notwithstanding any prior approval or acceptance or inspection

thereof on behalf of the purchaser as to whether or not the stores supplied by the Contractor are

defective or any defects has developed within the said period of 12 months or as to whether the nature

of the defects requires renewal or replacement shall be final conclusive and binding on the Contractor

f) To fulfill guarantee conditions outlined in Clause 20 (a) to (e) above the Contractor shall at the option

of the purchaser furnish a Bank Guarantee (as prescribed by the purchaser Bank Guarantee format

enclosed) from a Bank approved by the purchaser for an amount equivalent to 10Percent of the value of

the Contract along with first shipment documents On the performance and completion of the Contract

in all respects the Bank Guarantee will be returned to the Contractor without any interest

g) All the replacement stores shall also be guaranteed for a period of 12 months from the date of arrival

of stores at purchasers site

h) Even while the 12 months guarantee applies to all stores in case where a greater period is called for

by our specifications then such a specification shall apply and in such cases the period of 14 months

referred to in Clause 20 (b) and (c) shall be asked for guarantee period plus two months

21 REQUIREMENT OF ADDITIONAL NUMBERS OF THE STORESSPARE PARTS ORDERED

The Contractor shall also undertake the supply of additional number of items covered by the order as

considered necessary by the purchaser at a later date the actual price to be paid shall be mutually

agreed to after negotiations

22 PACKING

a) The Contractor wherever applicable shall pack and crate all stores for sea air shipment as applicable

in a manner suitable for export to a tropical humid climate in accordance with internationally accepted

export practices and in such a manner so as to protect it from damage and deterioration in transit by

road rail or sea for space qualified stores The Contractors shallbe held responsible for all damages due

to improper packing

b) The Contractor shall ensure that each box unit of shipment is legible and properly marked for

correct identification The failure to comply with this requirement shall make the Contractor liable for

additional expenses involved

c) The Contractor shall notify the purchaser of the date of shipment from the port of embarkation as

well as the expected date of arrival of such shipment at the designated port of arrival

d) The Contractor shall give complete shipment information concerning the weight size content of each

packages etc

Tender No SCLPS52019E0156401 21

e) Transshipment of equipment shall not be permitted except with the written permission of the

purchaser

f) Apart from the despatch documents negotiated through Bank the following documents shall also be

airmailed to the purchaser within 7 days from the date of shipment by sea and within 3 days in case of

air consignments

a) Commercial Bill of Lading Air Way Bill Post parcel Receipt (Two nonnegotiable copies)

b) Invoice (3 copies)

c) Packing List (3 copies)

d) Test Certificate (3 copies)

e) Certificate of Origin

The Contractor shall also ensure that one copy of the packing list is enclosed in each case

23 ARBITRATION

In the event of any disputes differences or claims arising out of or relating to the interpretation and

application of the Contract such disputes or differences or claims shall be settled amicably by mutual

consultations of the good Offices of the respective Parties and recognizing their mutual interests

attempt to reach a solution satisfactory to both the parties If such a resolution is not possible within 30

days from the date of receipt of written notice of the existence of such disputes then the unresolved

disputes or differences or claims shall be referred to the Sole Arbitrator appointed by the Parties by

mutual consent in accordance with the rules and procedures of Arbitration and Conciliation Act 1996 as

amended from time to time The arbitration shall be conducted in New Delhi in the Arbitration and

Conciliation Centre New Delhi (Domestic and International) as per its rules and regulations The

expenses for the Arbitration shall be shared equally or as may be determined by the Arbitrator The

considered and written decision of the Arbitrator shall be final and binding between the Parties The

applicable language for Arbitration shall be English only

Work under the Contract shall be continued by the CONTRACTOR during the pendency of arbitration

proceedings without prejudice to a final adjustment in accordance with the decision of the Arbitrator

unless otherwise directed in writing by the Purchaser or unless the matter is such that the works cannot

be possibly continued until the decision (whether final or interim) of the Arbitrator is obtained

24 LANGUAGE AND MEASURES

All documents pertaining to the Contract including specification schedule notice correspondence

operating and maintenance instructions drawings or any other writings shall be written in English

language The metric system of measurement shall be used exclusively in the Contract

25 INDEMNITY

Tender No SCLPS52019E0156401 22

The Contractor shall warrant and be deemed to have warranted that all Stores supplied against this

Contract are free and clean of infringement of any patent copyright or trade mark and shall at all times

indemnify the purchaser against all claims which may be made in respect of stores for infringement of

any right protected by Patent Registration of design or Trade Mark and shall take all risk of accident or

damage which may cause a failure of the supply from whatever cause arising and the entire

responsibility for the sufficiency of all the means used by him for the fulfillment of the Contract

26 COUNTER TERMS AND CONDITIONS OF SUPPLIERS

Where counter terms and conditionsprinted or cyclostyled conditions have been offered by the

supplier the same shall not be deemed to have been accepted by the purchaser unless specific written

acceptance thereof is obtained

27 SECURITY INTEREST

On each item to be delivered under this Contract including an item of work in progress in respect of

which payments have been made in accordance with the terms of the Contract purchaser shall have a

security interest in such items which shall be deemed to be released only at the time when the

applicable deliverable item is finally accepted and delivered to the purchaser in accordance with the

terms of the Contract Such security interest of the purchaser shall constitute a prior charge as against

any other charge or interest created in respect of such items by any entity

28 BANK CHARGES

While the purchaser shall bear the bank charge payable to his Bankers (State Bank of India) the

Contractor shall bear the Bank charges payable to his Bankers including the cheques towards advising

amendment commissions

29 TRAINING

The Contractor shall if required by the purchaser provide facilities for the practical training of

Purchasers engineering technical personnel from India and for their active association on the

manufacturing processes throughout the manufacturing period of the Contract stores number of such

personnel to be mutually agreed upon

30 APPLICABLE LAW

The Contract shall be interpreted construed and governed by the laws of India

Tender No SCLPS52019E0156401 23

BidTemplates

GENERAL CONDITIONS

Item Specifications

Sl No Specifications Complianc

e (Yes No)

Offered Specifications Remarks

1 Intent of the ProjectaThe scope of Project includes Supply

Installation Testing and Commissioning of electrical

distribution system including illumination MCC Panels fire

detection system Local Area Network (LAN) Paging etc for

the Chemical Store Building at Semi‐Conductor Laboratory

(SCL) Sector‐ 72 SAS Nagar Mohali (Punjab) bScope

includes receiving unloading storage insurance in‐plant

transportation and all equipment amp accessories covered under

this specificationcTechnical SpecificationBrief overview of

Equipment amp services under this specification is described

hereiGeneral SpecificationiiSupply amp Installation of

Electrical MCCPCC Panels MCB DB exhaust fan light fixtures

etciiiSupply amp Installation of wire cables conduits Modules

SwitchSockets termination earthing etcivSupply amp

Installation of Fire detection system and its

accessoriesvSupply amp Installation of NetworksLAN

systemviSupply and installation of material for Earthing and

lightning protection system viiAny other electrical

requirement for execution of the work dDrawing amp notes All

drawing amp notes as listed in the annexure form a part of this

specification

Tender No SCLPS52019E0156401 24

2 General Information for Site Condition The Contractor may

visit the site of work at SCL to acquaint themselves of the

actual site conditions

3 Code amp Standards All electrical equipment and accessories to

be furnished installed and commissioned under scope of

these specifications shall be designed manufactured tested

and installed in accordance with relevant Indian Standard

Specifications (ISS) Indian electricity rules and any other

applicable regulations

4 Period of CompletionThe time allowed for supply installation

testing and commissioning of the entire work shall be six (6)

months to be reckoned from the 7th day of issue of Purchase

order by SCL

5 Drawing Data and ManualsFollowing drawings documents

shall be submitted by the selected contractor for approval of

SCL for execution of the workaFoundation drawing of all

floor mounted Electrical panelsbGeneral Layout (GA)

drawing with dimension of all electrical equipment and Single

line drawings (SLDs) of electrical PanelcMake type and

catalogue of Switchgears of Electrical MCC Panels Power DBs

Power Cables and related accessories along with technical

leaflets data sheets etc to be provided by the contractor

The contractor shall offer recommended makes mentioned in

this document dEquipment data sheets furnishing

guaranteed performance figure for each type of

equipmenteTest certificates test results for each type of

equipmentfCheck lists and tests to be conducted during

erection testing amp commissioning of the individual

equipmentOn successful completion of the entire work the

Contractor shall provide lsquoAs Builtrsquo drawings for all the Systems

executed under the Contract Three (03) sets of hard copies

and one (01) set in soft copy (CDDVD) in Auto‐CAD and PDF

Tender No SCLPS52019E0156401 25

format shall be provided to SCL for its record and reference

Contractor shall also provide instruction Operation

manual(s) and maintenance manuals for the all equipment

system installed under the project

6 Eligibility Criteria Only those bidders meeting the below

mentioned eligibility criteria are eligible to participate in the

tendera Should have satisfactorily executed at‐least two (2)

similar works of value not less than Rs 50 Lakh each

involving inter alia power distribution works consisting of

MCCsPCCs of rating not less than 400 A 415 V 35 kA ( fault

level) MCBDBs lighting systems cabling during the last 5

years To ascertain eligibility for the work the participating

bidders shall enclose copy (ies) of the detailed Purchase

Order(s) and their completion certificate(s) evidencing

satisfactory completion of similar works issued by the

respective clientsorganisations Completion certificate for

works issued by private parties shall be supported by TDSb

Should not have incurred any loss in more than two years

during the last five (5) financial years ending 31st March 2019

c The Contractor should possess valid license of Class lsquoArsquo

Category Electrical Contractor issued by the State Licensing

Authorityd The contractor shall carry out the work in co‐

ordination with the civil works undertaken by other contractor

engaged by SCL

7 DeviationaContractor to clearly mention deviation(s) if any

from the specification in the unpriced techno‐commercial bid

bUnless such deviations are recorded in the deviation sheets

and submitted with the bid it will be assumed that the offer is

made in conformity with the tendered specification in all

respectscThe deviations shall be evaluated by SCL and

acceptance of the same shall be at the sole discretion of SCL

Tender No SCLPS52019E0156401 26

8 Quantity variationThe quantities indicated against each item

in the Bill of Quantities (BOQ) are indicative and are for the

purpose of bidding only Variation in quantities upto + 25

shall be carried out by the contractor on the agreedPurchase

Order (PO) rates and terms amp conditions as in the Purchase

Order (PO) In case of contract items which exceed the said

limit of +25 the contractor may claim revision of rates

supported by proof analysis and if the rate claimed in excess

of the rate specified in the bill of quantities SCLrsquos engineerndashin‐

charge of the work shall after giving consideration to the

analysis of rates submitted by the contractor determine the

rates on the basis of market rates and the contractor shall be

paid in accordance with the rates so determined The

Contractorrsquos profit amp OH shall be factored in the rate

analysis15

9 Extra ItemsIn case of extra items (that are completely new

and are in addition to the items contained in the contract) the

contractor may claim rates supported by proper analysis and

SCLrsquos engineer‐in‐charge of the work shall after giving

consideration to the analysis of the rates submitted by the

contractor determine the rates on the basis of market rates

and the contractor shall be paid in accordance with the rates

so determined The Contractorrsquos profit amp OH shall be factored

in the rate analysis15

10 Construction Power SupplyElectricity if available in the

premises may be provided to the contractor by Department

(SCL) only at a single point free of cost subject to the following

conditions ‐a)The Contractor has to make his own

arrangement to tap Electricity from a 3 phasesingle phase

supply from the location decided by the SCLrsquos Engineer‐in‐

charge (E‐I‐C)

Tender No SCLPS52019E0156401 27

11 Storage space site office Contractor will be provided a

lockable room within SCL premises for storage space subject

to availability Contractor will make at his own cost

temporary site office close to work site as per the location

decided by the E‐I‐C

12 Materialsystem submittalsMaterialssystems etc procured

by the selected Contractor for incorporation in the work will

be only of MakesManufacturers specified in the tender

document Submittals of the same shall be submitted by the

contractor for SCL review and approval

13 Other RequirementsbullErection testing amp commissioning of

items as per BOQbullSpecial tools amp tackles Party shall arrange

the ladderscaffoldingstair for working at height for cable

laying Fire detection system installation of light fixture

bullWork shall be executed as per the ISRO contractor safety

Manual Contractor to ensure that the manpower is equipped

with PPE for working at the site bullAll relevant drawing data

catalogues with instruction and trouble shoot manuals type

test certificates for the above accessoriesbullMaterials and

accessories which are necessary or used for satisfactory and

trouble free operation and maintenance of the above

equipmentrsquosmaterial shall also be furnished bullContractor

shall deploy skilled amp unskilled Labor qualified technical

Supervisor(s) erection tools amp tackles testing tools amp

equipment supplies consumables and hardware and

transport for timely and efficient execution of the

workbullContractor shall guarantee LED fixtures

(flameproofnon‐flameproof) for a period of 5 years from the

date of acceptance The contractorrsquos guarantee shall be

supported with a guarantee from the manufacturer(s) in this

regard

Tender No SCLPS52019E0156401 28

TECHNICAL SPECIFICATION‐1

Item Specifications ‐I

Sl No Specifications Compliance

(Yes No)

Offered Specifications Remarks

1 Internal Wiringa The electrical wiring installations and other

accessories shall comply with latest IS code 732 (part‐II) 1983

and National Electric Code‐1985b The word concealed means

it involves cutting of floor wall and making good after laying

the conduitMetal raceway as per the enclosed drawings by

the contractor as requiredc The contractor shall provide all

necessary components fixing materials accessories and

interconnections as per standard practice It is to be noted

that ceiling rose forms a part of the specifications hence not

indicated separately and shall be provided by the contractor

as requiredd Scope includes termination of wire ferruling

dressing cable tie etc as requirede The work shall be

executed as per the ISRO electrical specification available on

ISRO site wwwisrogovin in Schedule I to be read along with

the tender specification

2 LED LuminariesThe scope includes supply installation

testing commissioning of flame proofnon‐flameproof LED

lighting fixture at the ceiling level (about 55 meter height) in

the chemical store building outer periphery of the store

building electrical room AHU room at the first floor as per

drawings and discretion of E‐I‐C Architectural plan of the

building is attached Supply of required accessories such as

mounting brackets nuts bolts screws washers glands and

any other material required for installation of LED fixture as

per specifications mentioned in BOQ shall be part of the

specification Junction box as required for loop‐in and loop‐

Tender No SCLPS52019E0156401 29

out of the cable for flame proof light fixture will be in the

scope of the contractor LED light fittings will be suitable for

operation on 230V single phase AC supply The fitting shall

be supplied with all fixing material such as brackets nuts

bolts etc as required for installation of fittings Special

Conditions aLuminaire make (Brand) from among the

recommended make mentioned in the tender document shall

be clearly mentioned in Technical Bid along with complete

technical detailsbThe LED light fitting and its driver unit etc

shall have warranty for a period of 5 years from the date of

installation and commissioningcThe flame proof fixture shall

be provided along with the Petroleum and Explosives Safety

Organization (PESO) certification

3 Detailed Specification for LED Fixture a Flame Proof LED

Fixtures Supply and installation of flameexplosion proof high

efficiency 1 Phase 230 V 60W LED light fitting as per IS 2206

with luminous efficiency 100Lmwatt or better CRI gt 08 amp

THDlt10 IP‐66 as per ISIEC 605292001 made of Die cast

aluminium alloy Heat resistant amp tough clear dome glass

having enclosure as per Ex‐d GAS Gr IIA IIB IIC AS PER ISIEC

60079‐12007 amp ISIEC 60079‐02004 Area of classification

ZONE‐1 2 21 amp 22 and temperature class T‐6 or better as per

ISIEC 60079 complete with loop‐in loop‐out provision

Mounting bracket for mounting on the ceiling Double

compression cable gland shall be provided and install by the

contractor along with the light fitting Recommended Make of

fixture Baliga Stahl Sudhir SwitchgearRecommended make

of LED NICHIA CREE PHILIPS LUMILED OSRAMb General

LED fixtures Supply amp fixing of wallceiling mounted batten

type 20W LED tube light (Four feet) luminaire with efficient

driver (efficiency shall be more than 90) amp with minimum

lumens output of 2000 lumens per lamp comprising of nano

diffuser technology complete with efficient amp constant

Tender No SCLPS52019E0156401 30

current output driver suitable for operation on 230V single

phase 50Hz AC supply efficient heat sink effective thermal

management and with colour temperature shall be gt 6000K

The LED with suitable control gear and power factor gt09 LM

79 certification for luminaireLM80 certificate for LED shall be

submitted and with other standard accessories prewired

including necessary interconnections complete in all respects

and as directed by EIC (Similar to Philips Astra or equivalent)

Recommended make of fixture Philips GE Trilux

LTRecommended make of LED NICHIA CREE PHILIPS

LUMILED OSRAM

4 c Street Light Fixture Supply and installation of 72W75W

LED Street Light fixture with High‐brightness White LEDs

sources with high transmittance flat toughed glass cover and

peanut LENS on each LEDs System luminous efficacy 100

LmsWatt 5600K colour temperature amp 70 CRI value for

ensuring good quality light output Life of at‐least 50000

hours at 70 lumen maintenance ampLED driver efficiency gt

85 Power factor greater than 095 THDlt10 amp min 3KV

surge protection with operating voltage range from 120‐270V

for ensuring lifelong high performance of luminaire the

fixture shall be made of LM‐6 Pressure die‐cast aluminium

with engraved company name amp have IK05 amp IP66 Class

protection with NABL Accredited LM‐79 amp LM‐80 Report

Mounting pole mounted upto a height of 8 meter and pole

bracket diameter of 48‐60 mm (adjustable) Recommended

make of fixture Trilux Philips GE LTRecommended make of

LED NICHIA CREE PHILIPS LUMILED OSRAM

5 Street Light Pole Providing and installation of hot dipped

galvanized swaged tubular 9‐meter‐long with planting depth

15 metersiexclbrvbar street light poles The effective length of each

section shall be‐ bottom 5 meters middle 2 meters and top 2

meters The outside dia and thickness of pole shall be

Tender No SCLPS52019E0156401 31

minimum 11430x440mm 889x4085mm 761x325mm

respectively as required The pole shall be provided with

necessary bracket (inclination 105115 degree length 15

meter dia 45 mm ) for mounting upto 72 W LED street light

fixture Each pole shall have a weather proof

loopingterminal box clamped at 550 mm above ground level

along with a suitable earth terminal The looping box shall be

provided with a suitable Power terminal arrangement to loop

4C x10sqmm size cable and MCB5A fuse cut‐out A base

plate 300 x300x10mm shall be welded to the bottom of the

pole Both underground cable and GI earth wire shall be

terminated at the terminal looping box in the looping zone

Further wiring to the light fixture shall be done with three

core flexible copper wire (2core for power supply and third

core for earthing)GI tubular pole shall be installed in cement

concrete 136 (1 cement 3 coarse sand 6 graded stone

aggregate 40 mm nominal size) foundation including

excavation and refilling etc Party to cast 2 run of 32 mm MS

conduit for cables upto a height of 550mm from ground level

for loop in loop out of cable The civil work for street light pole

foundation forms a part of installation of the work and will be

done by the party as required for commissioning of lighting

poleFor earthing of street light poles coilspiral earthing

using 8 SWG GI wire shall be used The GI wire shall be buried

to a minimum depth of 15 m with excavation refilling of

earth and connecting GI wire to pole using GI bolt and nut

complete as per requirementMake of Pole Reputed make

with ISI mark Note Party shall submit Drawing of the street

light pole for SCL approval before start of manufacturing

6 Cables wire conduit earthing Switchboards

SwitchesSockets etca Cables The scope includes the Supply

and installation of XLPE insulated overall FRLS PVC outer

sheathed AlCu armored cable on wallsurfacesoilexisting

Tender No SCLPS52019E0156401 32

cable tray as required for MCC Panel and MCB DBs as per the

detailed specification and quantity in this document All

necessary hardware for installation of cable like cable tie

clamps tags etc is in the scope of Contractor Contractor to

ensure that cable laid on the cable tray is properly clamped

with GI clamps and cable is properly secured on cable tray b

Wire The scope includes the Supply and installation of FRLS

Copper wire of different size quantity amp Specification for

power distribution and lighting and power etc as per the

requirement c Conduit The scope includes the Supply and

installation of ISI makes MS Conduits of different size as per

Specification for power and lighting distribution switch

sockets etc as per the requirement Flexible conduit shall be

of GId Cable tray The scope includes the supply and

installation of GIMS cable trays as per specificationse

Earthing The scope includes the supply and providing

earthing for Panels DBs cable trays light fixtures and poles

flameproof accessories fire panel speakers exhaust fans etc

matching the specifications given in this tender documentf

Lightning protection The scope includes the supply and

providing earthing for lightning protection of the building as

per the IS 2309 specification and quantities as per the BOQ

The scope includes horizontal and vertical runs earth pits test

point earthing of building periphery for contour etcg Rack

earthing The scope includes the supply and providing

earthing for racks as per specificationsh Switchboards and

SwitchSockets The scope includes the Supply and installation

of different size of flameproofnon‐flameproof Switchboards

and switchsocket for Lighting Power Distribution as per

specificationi MSGI Conduits flexible GI conduit earthing

materials doublesingle compression brass cable glands

cable lugs (Al amp Cu as required) cable ties cablewire

identification tags required for the installation and

maintenance of trouble free operation of the downstream

Tender No SCLPS52019E0156401 33

system and accessories are covered under this specificationj

MS junction box conduit along with all related accessories as

per specification

TECHNICAL SPECIFICATION‐2

Item Specifications ‐II

Sl No Specifications Compliance

(Yes No)

Offered Specifications Remarks

1 Electrical Panel SpecificationGeneralaPanel shall be

fabricated as per IEC 61439 part 1 amp 2 bPanel shall be indoor

metal clad air insulated floor mounted extendable to side

single front construction front wired front

connectedcMinimum thickness of sheet metal used shall be

2 mm and panel shall confirm to IP54 protectiondThe

working height of the Panel shall be limited as per standard

engineering practicese The design should be fully

compartmentalized with metal partitions between

compartments All doors shall be gasketed Each vertical

section shall have removable back coverfAll switches push

buttons lamps indicating instruments shall be flush

mountedgA full height vertical cable chamber with cable

supports shall be provided in each section to facilitate unit

wiring Cable chamber shall be sized to accommodate all cable

and shall have removable covers A horizontal wire way

extending the entire length shall be provided at the top of

panel for inter panel wiringhPanel shall be with minimum

75mm high base MS channel frameiThe panel shall undergo

seven tank or better process as per relevant IS

standardsjLifting hook shall be provided at each section for

easy transportationkDifferent compartment of the panel

shall be provided with dust proof type air filter louvers

explosion vents or similar safety arrangements in the panels

Tender No SCLPS52019E0156401 34

to let out gases under pressure generated during event of any

fault inside the panellPanel shall have pocket for the Panel

drawing in the incomer section

2 Busbar and Bus TapsaThe main bus and connections shall be

of high connectivity AluminiumAluminium alloy sized for

specified current ratings with maximum temperature limited

to 85amp778 C ie 35amp778 C rise and ambient 50amp778

bSeparate vertical bus bars shall be provided for each vertical

panelcAdequate contact pressure shall be ensured at bus

connections by means of two bolt connections with plain and

spring washers and lock nutsdBus bar and connections shall

be fully insulated for working voltages with adequate

phaseground clearances Insulating sleeves heat shrink type

for bus bar and shrouds removable type joints shall be

provided Bus insulators shall be flame retardanteBus bar

shall be color coded for easy identificationfBusbar should be

connected in such a way that it can be dismantledassembled

while separating different section of the panelgShrouds of

transparent sheet on the exposed bus in cable alleys for

adequate safety measurehBus bar Conductor shall be

confirming to IS‐5082iMinimum clearance (PH‐PH PH‐N and

PH‐E) between Bus bars shall be maintained as per latest

ISjBus Bar supporting Material shall be of

SMCDMCkMaterial of Aluminium Bus bar shall be of E91

gradelBus bar shall be protected from the transparent

insulated material for stand safety point

3 3Control ModuleaFixed type control module shall house the

control components for a circuitbThe equipment layout shall

provide sufficient working space in between the components

and subject to SCL approval cEach control module shall be

equipped with ACDC potential free Relays (230V AC24V DC)

Contactors etc for seamless interface of the operation of

Drives from FCMS (PLC)dVendor to provide the potential free

Tender No SCLPS52019E0156401 35

contact to facilitate local operation from MCC and remote

operation from FCMSPLC Vendor shall provide with each

drive module automanual selector switch and each drive

module shall be wired up to the terminal block for localauto

selection ON OFF trip feedback to SCLrsquos control station and

ONOFF command room FCMSPLC as welleMCC panel and

LPBS shall have selector switches for MCCLocal and

LocalRemote selection respectively Control (OnOff) of the

Drivesheaters will be as per following selection If selector

switch (SS) at MCC is selected to MCC ONOFF operation can

be done from MCC only irrespective of position of SS at LPBSIf

selector switches both at MCC amp LPBS are selected to LOCAL

ONOFF operation can be done from LPBS onlyIf SS at MCC is

selected to LOCAL and SS at LPBS is selected to REMOTE

ONOFF operation can be done from FCMS only

4 VFDVFD shall be of Allen Bradley PF400 series having

redundant Control Net communication option as well to

communicate with the existing Facilities Control amp Monitoring

System (FCMs) Control Net Bridge Coaxial Straight T‐Tap

1786‐TPS must also be supplied along with VFDs Line

reactorchoke of suitable rating shall be connected before the

VFD

5 Thyristor based Heater ControlaDYDAC Make Thyristor

power controller Type 3003 or equivalent rating 85kW

Control input 4‐20mA Thyristor input supply 415VAC (3‐Ouml)

Thyristor output supply 415VAC (3‐Ouml) which shall be provided

by the vendor in a separate compartment of the MCC 4‐20mA

Control signal from the heater PID will modulate the thyristor

controller output to maintain the fresh air temperature at set

value Heater ON and OFF set points shall be adjustable in the

SCADA in FCMSbThyristor controller run command run

feedback 4‐20mA modulating signal shall be wired up to the

terminal block in the cable alley in the MCC Thyristor

Tender No SCLPS52019E0156401 36

Panelcompartment shall be complete with inter module

control and power wiring 220V AC supply shall be drawn from

one of the phase and neutral of the incoming 415VAC and

connect to the Thyristor supply terminals through MCB

Circuit breaker lsquoswitch ONrsquo and Thyristor control unit lsquoRUN

commandrsquo will get activated from FCMS if air temperature is

below ON set point Circuit breaker lsquoswitch OFFrsquo and Thyristor

control unit lsquoRUN command withdraws will get activated

from FCMS when temperature becomes above OFF set point

6 Fire Suppression system amp Fire Protection systemPanel shall

be equipped with required materials such as fire suppression

cylinders filled with fire suppression agents Fire detection

tubes Heat sensor tubes end of line adaptor with gauge

electrical Relays differential pressure valves etc to provide

the fire suppression and fire protection system in cable alley

and bus bar chambers of the electrical panel

7 MCCBaThe MCCBs should be extra current limiting type with

trip time of less than 10 m sec under short circuit conditions

The current limiting action should be achieved with repulsion

principle The MCCBs should preferably have an anti‐reclosing

featurebThe MCCBs should be 3 or 4 poles as per SLDcThe

MCCBs should have a Service short circuit breaking capacity

(Ics) of not less than 35 kA rms at 415 Volts 50Hz AC for

incomer The service breaking capacity should be equal to

ultimate breaking capacities (Icu) (ie Ics= Icu=100)dThe

release should be thermal magnetic having adjustable

overload and short circuiteSwitches shall be triple pole air

break AC23 motor duty for motor starter feedersfCubicle

doors of incoming and outgoing shall be mechanically

interlocked with switchgear to prevent unintentional openings

of the door while the unit is in energized condition However

defeat interlock provision is also to be providedgAll incoming

and outgoing feeders shall be provided with bolted disconnect

Tender No SCLPS52019E0156401 37

link for isolation of neutral if necessary Selector switches

shall be of rotary typehThe MCCB shall be provided with

rotary drive kit spreader terminals and ONOFFTrip (MCCB)

position of switch handle to be clearly markediDuct Heater

MCCB shall be motorized to control (ONoff) from FCMSjFor

incomers it should be EDO microprocessor based

communicable MCCB (35 kA or above) with numerical

releases for OL SC amp EFR (With mechanical and Electrical

interlocking for operation of only one ACB at any point of

time)

8 MPCBaThe MPCBs should be of 3 pole air break type AC3

Duty continuous rating as specifiedbMPCBs should have at

least 1NO+1NC contactcThese should have trip indication

test trip functiondThe release should be thermal magnetic

having adjustable overload trip settingeThe service breaking

capacity should be equal to ultimate breaking capacities (Icu)

(ie Ics= Icu=100)fThe MPCBs should be suitable for din rail

type mounting

9 Capacitor Bank Supply and installation of Capacitor Bank ‐

Box Type Dry construction Conforming to IS 13340‐41IEC

60831 440V 50Hz Rated Current (In) as per Load Heavy

Duty Dielectric MPP Low loss type with overall loss lt

05WkVAR Delta Connection with Discharge Device

10 ContactoraThe contactor shall be 3 pole air break type AC3

Duty continuous rating for motor starter feeders with non‐

bouncing silver silver alloy contactsbContactor shall be of

electromagnetic type rated for uninterrupted duty as per

relevant standards and also suitable for capacitor duty

cContactor shall be provided with adequate auxiliary contacts

rated for 10Amps 240VAC for interfacing with control

schemedContactor coil rating shall be minimum pick up of

85 of rated voltage and minimum drop out of 75 rated

Tender No SCLPS52019E0156401 38

voltage

11 Control and IndicationsaPush buttons will be heavy duty oil

tight and push to actuate type with integral plate marked

with its functionbEach push button shall be provided with

2NO+2NC contacts rated for 10Amps 240VACcLamps shall

be LED type rated for 240V AC Lens and lamps shall be

replaceable from the front dThe control supply shall be

through a 415V230V transformer and the vendor shall

provide 1 no 415V230V transformer for the same Vendor

shall also provide Power module for 24V DC Supply for the

operation of heaters control module

12 MetersaAll indicating instruments shall be digital

Switchboard type with accuracy class +‐ 2 full scalebMFM

of suitable rating shall be used in the incomer

feedercSelector switches shall be furnished at outgoing

feeders as per SLD for ammeterdAmmeter shall be of analog

type flush mounted industrial pattern of size 96x96 mm with

accuracy class 10 eMultifunction meter shall be of digital

type flush mounted industrial pattern of size 96x96 mm with

accuracy class 10 as per IEC 6205253 suitable for

measurement of Current Voltage Power Frequency Power

factor Energy and ready port to communicate with FCMS

through RS 485 The Meter should have Modbus

communication port as well

13 CT (Current transformer)CT will be cast resin type rated 15VA

or more burden with Maximum accuracy limit of class 1

14 Secondary wiringaPanel shall be fully wired at the factory to

ensure proper functioning of control and protectionbFuse

and links shall be provided to permit individual circuit

protection from bus wires without disturbing other circuits All

spare contacts of relays push buttons and other devices shall

Tender No SCLPS52019E0156401 39

be wired up to terminal blockscWiring shall be done with

flexible 25sqmm copper 1100V grade PVC insulated

switchboard wires Each wire shall be identified at both ends

with permanent markers bearing wire numbers as per wiring

diagramdWire termination shall be done with crimping type

connector with insulating sleeve

15 Powercontrol Terminal BlocksaTerminal block shall be 660V

grade box clamp type with marking strips similar to ELMEX 10

mm2 or equal for ControlbTerminal for CT secondary leads

shall have provision for shortingcNot more than two wires

shall be connected to any terminaldSpare terminals equal in

number to 20 active terminals shall be providedeTerminal

blocks shall be suitably located in cable alleysfFor Power

cable Bus Bar type cable connector (Melamine material) shall

be providedgFor Control cable heavy duty screw type cable

connector (Melamine material) shall be provided

16 Cable terminationaPanel shall be designed for cable entry

from topbEach cable shall be clearly marked at both ends

with an indestructible marker preferably a cable tag made of

Aluminium tacked with indicating cable number amp both end

feeder tags with switchboard tags Cable tags at ends of cable

shall be provided inside the gland plate as well as outside the

gland platecAll provisions and accessories shall be furnished

for termination of cables including removable gland plates

cable supports and terminal blocksdGland plate shall be

minimum 3 mm thick

17 Ground BusA GI ground bus rated to carry the maximum fault

current shall extend full length of Panel The ground bus shall

be provided with 2 bolts with GI bolt and nuts at each end to

receive 50x6mm GI flat

18 NameplateaThe nameplate of approved design shall be

Tender No SCLPS52019E0156401 40

provided for each compartment and also at the top of each

panel Nameplate shall be minimum 20x70mm and 3mm

thickbDrawing Pouch shall be provided at the incomer cable

allay

19 PaintingPanel shall be painted with light grey epoxy painted

(Siemens Gray RAL 7032) and caution notice plate shall be

fixed at the back of each vertical panel

20 Make of Switchgears aMCCBSiemensSchneiderbPush

button SiemensSchneider TekniccSelector

SwitchSiemensSchneider Teknic

dFuseSchneiderSiemenseTimerSiemensSchneiderfContro

l TransformerAEIMPIndcoilgTerminal

BlockElmexConnectwellFTChMeters Conzerv LampT

AEiCTs amp PTsKappaAutomatic

Electric(AE)NippenjContactorsSchneiderSiemenskIndicatio

ns SiemensSchneider

TekniclRelaysSchneiderSiemensPLAmMCBSchneiderSiem

ensnCooling Fan

RexnordSunonoVFDsAllen bradlypThyristor moduleDYDAC

qRCBOSiemensSchneiderrMCB

DBSiemensABBLegrandsLine reactorchokeAllen

BradleytCapacitor BankNeptune Schneider Siemens

21 Local Push Button Station (LPBS)The Scope includes supply

and installation of LPBS for Chiller Pumps AHUs Heaters as

per the BOQ and detailed specification given below aLPBS

shall be indoor metal clad air insulated wallAngle frame

mounted as required single front construction front wired

front connected hinged lockable door LPBS for Chiller Pumps

system shall be suitable for outdoor installationbMinimum

thickness of sheet metal used shall be 2 mm and panel shall

conform to IP54 protection for indoor installation and IP65 for

outdoor type LPBScAll switches push buttons with indicating

Tender No SCLPS52019E0156401 41

LED lamps indicating instruments shall be flush

mounteddThe LPBS shall be used for remote operation of

drives Equipment and HeaterseTo facilitate the localremote

operation LPBS shall have LocalRemote selector switch and

provided with Start push button lockable Stop push button

ammeter of suitable range Terminal Block and lockable

Emergency off Switch etc fLPBS shall be equipped with AC

(230V)DC (24V) Relays Contactors etc for seamless interface

of the operation of Drives from FCMS (PLC)gLPBS should be

suitable for wall mounting and provided with necessary

mounting arrangementhWiring shall be done with flexible

25sqmm copper 650V grade PVC insulated switchboard

wires Each wire shall be identified at both ends with

permanent markers bearing wire numbers as per wiring

diagramiWire termination shall be done with crimping type

connector with insulating sleevejGland plate shall be

minimum 3 mm thickkThe nameplate of approved design

shall be provided for each compartment and also at the top of

each panel Nameplate shall be minimum 20x70mm and 3mm

thicklLPBS shall be painted with light grey epoxy painted

(Siemens Gray RAL 7032)

22 Make of Electrical panel As per DOS Approved Panel

manufacturer list (attached)

TECHNICAL SPECIFICATION‐3

Item Specifications ‐III

Sl No Specifications Compliance

(Yes No)

Offered Specifications Remarks

Tender No SCLPS52019E0156401 42

1 Fire Detection System Scope for fire detection system

includes supply installation testing commissioning of Fire

panel Addressable Fire detection devices Manual Call Points

Addressable loop sounders Switch Monitoring unit (SMU) UV

IR sensor for detection of methanol flame Cable MS junction

boxes for loop in loop out of cable as per specifications and

integrating the same with existing repeater panel as per the

requirement The detailed specifications for the different

component of fire deduction system are as follows

2 A Multi‐sensor Detectors The smoke detectors shall be multi‐

sensor (heat and smoke) detector with isolator suitable for

detecting a wide range of smoke from slow smoldering and

fast flaming fire The detector shall have following features

bullSolid state addressing arrangement in combination with a

hand held programmer to configure the sensor

addressbullElectronics free mounting basebullTwin alarm LEDs for

360 Degree viewing and shall have blinking LED facilitybullThe

sensor shall have s removable chamber for ease of cleaning or

replacementbullAutomatic compensation for smoke sensor

contaminationbullShall have a built in test facility which allows

the fire alarm control panel to adjust the alarm threshold

levels to compensate for contamination and shall have a

maintenance alarm display when threshold can no longer be

adjustedbullOperating temperature ‐ 10 DegC to 50 DegC and

operating RH at 40 DegC‐95 RH

3 B Manual call stations Manual Call Stations should have in

built monitor module and pressbreak and resettable

capability constructed of high impact LEXAN sheet with clearly

visible operating instructions on the cover and the word FIRE

shall appear on front and suitable for surface mountingflush

mounting complete as required

Tender No SCLPS52019E0156401 43

4 C UV IR SensorThe UV‐IR flame detector shall operate on 24

VDC 0‐24mA current output suitable for detection of

Methanol flame with automatic built in test for reliable

operations and suitable for installation in Hazardous area zone

1and 2 with Class I Division 12 Gas group A B C The detector

shall not be susceptible to environmental conditions to

generate false alarms The entire system shall be rated for IP

66 or better and supplied with suitable mounting bracket The

system shall comply to the detailed specifications as listed

belowbullDetection Technology UV ‐ IR Electro‐optical

detectionbullDetection range 75 meterbullField of View greater

than equal to 90deg Both Horizontal and verticalbullResponse

Time less than equal to 5 secondsbullBuilt in Test Automatic

bullOperating Temperature Range 0 to + 75degCbullOperating

Humidity Range Continuous 95 non‐condensingbullAnalog

Output signal 4‐20mAbullAlarms amp Fault Normal 4 mA Fault

02 mA Alarm 20 mA + 10 verifiedbullOperating voltage 24

VDC ( 18‐32VDC)bullPower consumption Vendor to specify for

Standby and Alarm conditionbullSensor Calibration

Verification Sensor calibration as per OEM for certified

performancebullSensor Life 2 Years (minimum)bullSensor

Calibration vendor to carry out sensor calibration at site and

submit calibration certificate valid for one yearbullRFI EMI

SusceptibilitybullRequired EN 616326‐3 and EN 6100006‐3 or

equivalent IP protectionbullIP protection IP 66 or betterbullFault

Diagnostic Sensor Fault (end of life) other informationbullSelf‐

Check Test Automatic during start‐upbullHousing SS 316

Epoxy Painted Aluminium die castbullStart‐up Time Vendor to

specifybullApprovalcertification PESO and ATEX ‐ Ex d IIC C

Class 1 Div 12 Group A B C DNote Vendor shall arrange

the 230V AC to 24V DC Power supply module along with half

an hour Battery Back up in MS powder coated Enclosure

Input Power supply (230V AC) for Power Supply module shall

Tender No SCLPS52019E0156401 44

be provided by SCL

5 D SMU Unit for UV IR sensor Supply installation testing and

commissioning of Switch Monitoring Unit (SMU) to configure

the UV IR sensors with fire detection system as requiredE

SoundersAddressable Sounders shall be loop powered with

all fixing materials complete as required The sound level shall

be 100dB (A)

6 F Fire Alarm Control Panel (FACP) bullFACP shall be of 2

loopsbullFACP shall be suitable for 230V 50 Hz AC supply and

detectors shall be powered using FACP based detection

circuits Devices shall receive power and communication from

the same pair of conductorsbullFACP shall provide for resetting

detectors fault isolation and sensor loop operationbullFACP

shall be suitable for mixing different fire devices and beam

smoke detectors within the same loop to optimize field

wiringbullFACP shall have alarm indication of individual sensors

detector trouble alarm indication for dust accumulation The

panel shall check detector once in every 24 hours for

contamination for this purposebullThe FACP shall regularly

supervise all the sensors and devices on the loop and initiate

fire or trouble alarm whenever requiredbullFACP shall have 2

wire circuits to connect minimum of 126 addressable devices

per loopbullFACP shall be with repeater interface and suitable

24V battery with built in software and 2 x 40 character

alphanumeric LCD display and necessary front panel control

keys FACP shall display the date time and description for

Analog sensors to indicate alarms and trouble

situationsbullFACP switches shall allow authorized personnel to

accomplish the following ‐bullInitiate a general alarm

conditionbullSilence the local audiblebullSilence the alarm

signalsbullReset all zonespointsbullFACP shall have walk test

facilitybullShall have facility for programming from the key

board or utilizing PC set up software via laptopdesk top

Tender No SCLPS52019E0156401 45

computerbullShall have memory data for panel configuration

and operation reside in non‐volatile memory (EPROM)bullFACP

shall have facility for speech processor (to record pre‐

recorded message of 20 S) and also have Auto Dialer facility

(can dial up to 8 different lines)bullAll addressable units shall be

connected to the FACP through the loop cards and shall be

addressed though individualized numbers The FACP shall be

able to obtain analog value for all detectors in the circuit

through a pulsed digitized current data The FACP shall be

able to analyze all analog inputs from all addressable units

and though its own software and ambient level screening the

FACP shall be able to identify fire possible fire or fault

conditions The unit supervision shall be dynamic and

continuousbullThe FACP shall itself have all loop cards in it No

isolated mother board or transponder shall be

consideredbullShortopen circuit units shall also be reported at

the FACP in such cases the system through the use of fault

isolators shall be able to isolate that segment between the

two fault isolators The missing DetectorsDevices shall also

be reported to the FACP with identification of the

locationbullThe FACP shall have the facility to set smoke sensor

sensitivity remotely to either high sensitivity manually or on a

pre‐programmed sequence (Ie DayNight) period When an

alarm condition is sensed at the FACP from a smoke or heat

detector a delay timealarm verification period shall be

started If the sensor is still in alarm after the delay time

expired an alarm condition is reported The delay time shall

be adjustable from 0 to 990 secondsbullThe FACP shall have

either an in‐built or external printer coupled to the FACP

which shall log all events with time The printout shall clearly

indicate the event‐FirePre‐AlarmFault etc with the unit

address and timebullThe FACP shall also be able to discriminate

between false alarms and fire conditions as well as priority

selection of alarm in case alarm activities in two or more

Tender No SCLPS52019E0156401 46

remotely located units simultaneously In such cases the

Manual Call stations shall have the highest prioritybullThe FACP

shall also be able to actuate switches automatically in case of

Fire condition of AHUs and power supply or other system such

as piped pressurized gas supplybullThe system shall be fail safe

and adequate safe guards should be under taken that in the

event of a failure of a part of the system it shall not handicap

the complete system The loop cards shall be of Modular

constructionbullThe FACP shall have its own battery backup of a

minimum of 48 hours in normal run and then half an hour in

alarm condition The backup time calculation shall be done as

per TAC standards The Battery shall be 2 x 12V (24V) DC and

of sealed maintenance free type housed inside the FACPbullIt

shall be able to withstand temperature variations from 0

Degree Centigrade to 55 Degree Centigrade Further Relative

Humidity (non‐condensing type) up to 93 shall not hamper

its performance The voltage rating shall be from 17V DC to

31V DC though the voltage may be change depending upon

the working voltages of a proprietary FACPbullThe FACP shall be

totally enclosed dust and vermin proof type made of

minimum 16‐gauge dust inhibited sheet with even baked

finish The FACP shall be of completely solid state designbullThe

logic circuitry shall be based on high noise immunity solid‐

state hardware employing modular construction Logic cards

shall be of epoxy fiber glass constructionbullThe FACP shall have

EN 54ULFM approvalbullThe panel shall have an extra loop

card to serve as standby in case of burnout or malfunctioning

of any operating loop cardsbullThe FACP shall be capable of

being networked (future expansion) with other similar FACPs

located at different locations of SCL premises through a single

RS 485 busbullThe FACP shall have provision for interfacing with

the Public Address System

7 G Repeater panelScope comprises of supply and installation

Tender No SCLPS52019E0156401 47

of Repeater Panel which display fire fault message

simultaneously with the FACP bullIt shall be capable of

interfacing with the FACP on a single RS 485 Bus bullThe panel

shall be capable of operating on 24V DC supplybullThe

independent 24V DC supply source to be installed in MS

cubicle Box duly powder coated paint along with repeater

panelbullThe panel shall have 2 x 40‐character backlit display

which shall display date time and description of alarm

trouble events are that displayed in the panel shall be

powered from the FACPbullIt shall have control keys for sound

silence mute and to reset the FACP from the repeater

stationsbullThe repeater panel shall have the following LEDs

indicationsbullSupply bullFault bullMute bullSilent bullDisabled

bullFire

8 H Fire CableSupply and installation of 2Cx15mm2 Copper

extruded PVC inner sheath armored and overall FRLS PVC

outer sheathed 11 KV grade as per IS 7098 (Part I bearing ISI

certification) on existing cable traywallsoft soilhard soil as

required

9 I Fire Cable terminationSupplying and making end

termination with brass compression gland and copper lugs for

2Cx15mm2 Copper cable in MS Box of Size 4X4 installed

above the false ceilingwallsurface as required

10 J Junction Box for Fire devicesSupply installation testing and

commissioning of MS painted box Size 4X4 with ELMEX type

terminal block for loop in loop out of 2c x15 sq mm copper

armored cable and connection to the fire detector device on

wallsurfacerecess including wall cutting and providing

necessary hardware for mounting fixing including all

material for fixing as required

Tender No SCLPS52019E0156401 48

TECHNICAL SPECIFICATION‐4

Item Specifications ‐IV

Sl No Specifications Compliance

(Yes No)

Offered Specifications Remarks

1 A NetworksLAN The detailed specification for the network

rack switch cable cords IOs face plates etc and the

required accessories shall be as below CAT 6A or better cable

shall be laid in the PVC Conduit The detailed specifications

for the different component of networksLAN are as follows

2 bull Rack Supply installation testing and commissioning of UL

listed modular type 12U network rack with front glass door

and rear perforated door floor mounted Size 550x550 with

1 No of 5 port Octagonal PDU 515Amp with MCB and Fan

Tray with minimum 2 Fans The rack should have provision of

2 nos of cable manager duct type 1U and 2 vertical manager‐

concealed type Rack should be three sides openable with

front glass door and rear perforated door and provision of

cable entry from top and bottom both with proper earthing

kit as requiredRecommended Make Rittal Netrack

Schneider Valrack

3 bull Network Switch Supply amp installation of Network Switch in

Network Rack with the following specification as belowSwitch

shall haveamp61607Port Density Minimum 8 101001000

BaseT Ports amp 4‐1G SFP Ports ready for use with SFP module

Ports shall support PoE on all ports with PoE budget of

180Wamp61607Architecture Stand‐alone rack

mountableamp61607Bandwidth minimum 56Gbps of

switching bandwidth to support above listed ports in non‐

blocking configurationamp61607StackableScable support for

Tender No SCLPS52019E0156401 49

stacking multiple switchesamp61607Stacking backplane

bandwidth Access switch shall have additional port(s) for

providing minimum 40 Gbps stacking bandwidthamp61607L2

Features 8021x authentication spanning tree

etcamp61607Networkjflowsflow or equivalent provision for

Networkjflowsflow or equivalent supportamp61607Network

Management support Network Management through

command line interface (CLI) SNMP v1 v2c v3

httpsamp61607IPv6 Readiness IPv6 Readiness from day

1amp61607RegulatorySafety confirming to UL60950 amp

EN60950amp61607EALNIAP certified Model No shall be EAL

or NIAPNDPP certifiedRecommended Make Cisco Juniper

HP Brocade dell

4 bull CAT 6A Cable Supply and installationlaying of category 6A

or better 4 pair shielded cable UFTP or FUTP in PVC

Conduit sheath type low smoke zero halogen (LSZH) with

transmission properties amp electrical properties tested

minimum up to 500MHz amp verified by ETL amp comply with

ANSITIAEIA‐568‐C2 amp ISOIEC 11801 Recommended make

Commscope Schneider Molex Siemon

5 bull Patch Panel Supply installation testing and commissioning

of CAT6A PatchJack Panel of 24 Port fully loaded in Network

rack with port identification number with self‐adhesive clear

label holder Each portjack on the panel should be

individually removable on field from the panel and have

integrated rear cable management metallic shelf and have a

separate provision of grounding Recommended make

Commscope Schneider Molex Siemon

6 bull Patch Cords (1 meter) Supply installation testing and

commissioning of Patch Cords Cat 6A shielded 1 meter in

Network rack with 4 pair shielded copper wire factory pre

terminated with shielded RJ45 plugs Aluminumpolyester

Tender No SCLPS52019E0156401 50

shield screen material with low smoke Zero halogen sheath

comply to TIA‐568‐C2 Cat 6A in IOs of Network

RackRecommended make Commscope Schneider Molex

Siemon

7 bull Patch Cords (3 meter) Supply installation testing and

commissioning of Patch Cords Cat 6A shielded 3 meter in

Network rack with 4 pair shielded copper wire factory pre

terminated with shielded RJ45 plugs Aluminumpolyester

shield screen material with low smoke Zero halogen sheath

comply to TIA‐568‐C2 Cat 6A at field side Recommended

make Commscope Schneider Molex Siemon

8 bull Information outlet Supply and installation of Shielded Cat

6A information outlet UFTP or FUTP compliance to category

6A or better TIA568C2‐500MHz at field sideRecommended

make Commscope Schneider Molex Siemon

9 bull Face Plate (Dual) Supply and installation of single gang

square face plate (Dual) and SMB Box with a provision to

support variety of jacks‐ UTP STP etc at the field

sideRecommended make Commscope Schneider Molex

SiemonbullFace plate (single) Supply and installation of square

face plate ( single) with a provision to support variety of jacks‐

UTP STP etc at the field sideRecommended make

Commscope Schneider Molex Siemon

10 bull SMB Box Supply and installation of SMB Box for face plate

(DualSingle) as required Recommended make Commscope

Schneider Molex Siemon

11 bull Other Accessories amp61607Supply and Installation of

25mm electrical grade ISI mark PVC Conduit in

wallfloorslabsurface including wallfloor cutting and

making good the same as required Recommended make

Reputed ISI Markamp61607Supply and installation of OFC SM

Tender No SCLPS52019E0156401 51

OS2 Cable in existing 32mm HDPE pipe as

requiredamp61607Supply and Laying of 32mm HDPE pipe

direct in ground including excavation sand cushioning

protective covering and refilling the trench including standard

cable route marker etc as requiredamp61607Supply and

installation of SC simplex single‐mode LSZH pigtail 1m as

requiredamp61607Supply and installation of adaptor plate

with 3 SC duplex SM adaptors as requiredamp61607Splicing of

OFC as per Core as requiredamp61607Supply and installation

of accessories for making the Chamber Pit‐ 1Mtr Depth with

Lid for housing OFC as requiredamp61607Trenching of

HardSoft Soil as required

12 B Paging The scope includes supply installation testing and

commissioning of Supply and installation of IP 65 or better

explosion proofWP loud speaker anticorrosive powder

coated red (RAL‐3000) suitable for Zone I amp II Class II C

Hardware SS304 as per IS2148 and equivalent to model FLSR

25 of Baliga with necessary support gland as required and

installing the same on wallsurface with GI supports as

required and connecting the same with wire The Scope also

includes supply and installation of 2Cx15mm2 FRLS armored

and PVC sheath twisted pair wire their termination tagging

glanding earthing etc as required for speakers and other

accessories requires for smooth commissioning of the paging

system

Vendor Specificied Terms

Description Vendor Terms

Tender No SCLPS52019E0156401 52

1Delivery Term

Prices shall be quoted on F O R destination basis ie S C L S A S Nagar Mohali

Punjab exclusive of GST and taxes as may be applicable

2 GST

Purchaser is entitled to concessional GST of 5 as per Ministry of Finance

Department of Revenue Notification No 472017 Integrated Tax (Rate) both

dated 14th November 2017 respectively and would accordingly issue Exemption

Certificate in favour of the contractor quoting in Indian Rupees The bidder

should take note of the same while quoting the prices in Indian Rupees GST on

installation services shall be applicable 18

3 DELIVERY SCHEDULEPERIOD OF COMPLETION

The time allowed for supply installation testing and commissioning of the entire

works shall be 06 (Six) months to be reckoned form the 7th day of issue of

purchase order

4 IMPORTANT

This being a two part Tender Technical and Commercial parts separate the

bidder should not attach any document(s) containing pricing information with

technical part The Contractor will provide Un priced commercial offer in

envelope 1 (Technical Part) as an attachment

The tenders containing price information in Technical Part will be treated as

unsolicited offers and rejected Contractor to confirm that Price bid is not

attached in Envelope 1 ie Technical Part

Priced Commercial offer if any should be attached in Envelope 2 (Price Bid)

under Supporting Documents from Vendor (Commercial) as an attachment

5 The prices shall remain firm until completion of entire project including

extended period if any No cost escalation shall be applicable for the work

Tender No SCLPS52019E0156401 53

6 SECURITY DEPOSIT

a) On acceptance of the tender the Contractor shall submit security deposit for

ten percent (10 percent) of the value of the Contract within 15 days from the

date of purchase order If the Contractor fails toprovide the security within the

period specified such failure shall constitute a breach of the Contract and the

Purchaser shall be entitled to make other arrangements for the re purchase of

the stores contracted at the cost and risk of the Contractor

b) Security Deposit shall be submitted through Demand Draft Bankers Cheque

fixed deposit receipt or Bank Guarantee from any of the Scheduled Banks

executed on nonjudicial stamp paper of appropriate value and shall be valid for

a period of sixty (60) days beyond the date for completion of the Purchase

OrderContract

c) In case the contractor fails to furnish the security deposit within the specified

date or extended due date the Purchase OrderContract shall be cancelled and

in addition appropriate penal action may also be considered

d) After the Purchase OrderContract is successfully executed in all respects the

Bank Guarantee towards Security Deposit may be discharged and retained

amount shall be refunded to vendors

e) In the event of non execution of the Purchase orderContract or breach of any

terms and conditions of the Purchase Order the Security Deposit shall be

forfeited

7 Warranty

The Contractor shall provide for the tendered job comprehensive warranty for

parts as well as labour for a period of 12 months from the date of successful

installation commissioning and testing of the system at Purchasers site at no

extra charges against any manufacturing defectfaulty workmanship In case any

defect arises during warranty period the Contractor should replacerectify the

same at its own cost at siteworks

The LED light fittings and its driver unit etc shall have warranty for a period of 5

Tender No SCLPS52019E0156401 54

years from the date of installation and commissioning

8 Warranty Replacements

All replacement parts if any shall be supplied by the Contractor free of cost on F

O R Purchaser site at S A S Nagar Punjab basis

9 TERMS OF PAYMENT

The payment shall be remitted as under

90 of the value of the materials supplied shall be paid within 30 days of the

receipt of the materials at purchaser site and the balance 10 amount along

with 100 installation charges shall be payable on successful installation

commissioning and acceptance of the entire project at Purchasers site against a

Performance Bank Guarantee

10 PERFORMANCE BANK GUARANTEE (PBG)

The Contractor shall furnish a Bank Guarantee (as per format given by purchaser)

from any nationalized scheduled bank for an amount equivalent to 10 of the

value of the Contract and shall be valid for a period of 60 days beyond the expiry

date of warranty period On the performance and completion of the Contract in

all respects the Bank Guarantee will be returned to the Contractor without any

interest

11 VALIDITY

The tender must be valid for a minimum period of 120 days from the date of

opening of Technical bid and 90 days after opening of Price bid

The tender where the validity period is shorter than the period specified in the

tender enquiry shall be excluded from the procurement process

12 Quantity Variation

The quantities indicated against each items in the Bill of Quantities (BOQ) are

indicative and are for the purpose of bidding only Variation in quantities up to

Tender No SCLPS52019E0156401 55

+25 percent shall be carried out by the contractor on the agreedPurchase order

(PO) rates and terms amp conditions as in the purchase order (PO)

13 GUARANTEED TIME DELIVERY

The time for and the date of delivery stipulated in the Purchase Order shall be

deemed to be the essence of the Contract Delivery must be completed within

the date specified therein

14 Extra Items

In case of extra items (that are completely new and are in addition to the items

contained in the contract) the contractor may claim rates supported by proper

analysis and purchaser engineer in charge of the work shall after giving

consideration to the analysis of the rates submitted by the contractor determine

the rates on the basis of market rates and the contractor shall be paid in

accordance with the rates so determined The contractor(s) profit amp OH shall be

factored in the rate analysis 15

15 CONSIGNEE

Sr Purchase and Stores Officer (Stores)

Semi Conductor Laboratory

Sector 72 SAS Nagar (Mohali) Punjab

India 160 071

16 INSTALLATION AND COMMISSIONING

Installation commissioning and demonstration of performance of the tendered

stores as per Purchaser tendered specifications shall be carried out by the

Contractor at Purchaser site at S A S Nagar Punjab India

The Contractor shall provide in advance guidelines for preparation of the

installation site and list of items to be supplied by Purchaser during installation

Tender No SCLPS52019E0156401 56

On receipt of intimation from the Purchaser the Contractor shall depute its

engineer(s) to Purchaser site within two weeks to carry out installation and

commissioning and will demonstrate the functionality of the tendered

equipment to Purchaser specifications as per mutually agreed acceptance

procedure The Contractor shall be responsible for any lossdamages sustained

due to delay on the part of the Contractor to send its engineer for installation

and commissioning

Failure to commission the tendered equipment successfully shall entitle

Purchaser to full refund of the payment made and the interest thereon Decision

regarding successful installation and commissioning shall rest solely with the

Purchaser

17 REJECTION

In the event that any of the stores supplied by the Contractor is found defective

in material or workmanship or otherwise not in conformity with the

requirements of the Contract specifications the purchaser shall either reject the

stores or request the Contractor in writing to rectify the same The Contractor

on receipt of such notification shall either rectify or replace the defective stores

free of cost to the purchaser If the Contractor fails to do so the purchaser may

at his option either

a) replace or rectify such defective stores and recover the extra cost so involved

from the Contractor or

b) terminate the Contract for default as provided in this tender document

18 EXTENSION OF TIME

If the completion of supply of stores is delayed due to reason of force majeure

such as acts of god acts of public enemy acts of Government fires floods

epidemics quarantine restriction strikes freight embargoes etc the

Contractor shall give notice within 15 days to the purchaser in writing of his

claim for an extension of time The purchaser on receipt of such notice after

verification if necessary may agree to extend the Contract delivery date as may

Tender No SCLPS52019E0156401 57

be reasonable but without prejudice to other terms and conditions of the

Contract

19 DELAY IN COMPLETIONLIQUIDATED DAMAGES

If the Contractor fails to deliver the stores within the time specified in the

Contract or any extension thereof the purchaser shall recover from the

Contractor as liquidated damages a sum of one half of one percent (05 percent)

of the Contract price of the undelivered stores for each calendar week of delay

The total liquidated damages shall not exceed ten percent (10 percent) of the

Contract price of the unit or units so delayed Stores will be deemed to have

been delivered only when all their component parts are also delivered If certain

components are not delivered in time the stores will be considered as delayed

until such time as the missing parts are delivered Delivery of stores shall be

complete on Installation commissioning Testing and Acceptance

20 INSPECTION AND ACCEPTANCE TEST

The Purchasers representatives shall also be entitled at all reasonable times

during manufacture to inspect examine and test on the Contractors premises

the material and workmanship of all stores to be supplied under this Contract

and if part of the said stores is being manufactured on other premises the

Contractor shall obtain for the purchasers representative permission to inspect

examine and test as if the equipment were being manufactured on the

Contractors premises

Such inspection examination and testing shall not release the Contractor from

the obligations under this Contract

For tests on the premises of the Contractor or of any of his sub Contractors the

Contractor shall provide free of cost assistance labour material electricity fuel

and instruments as may be required or as may be reasonably needed by the

purchasers representative to carry out the tests efficiently

When the stores have passed the specified test the purchaser representative

shall furnish a certificate to the effect in writing to the Contractor The

Tender No SCLPS52019E0156401 58

Contractor shall provide copies of the tests certificates to the purchaser as may

be required

21 Labour Law Contractor shall abide by all labour laws rules and regulations

which are prevailing and as enforced from time to time and SCL shall not be

responsible for any accident or mishap during the course of the contract to any

of engineer labour employee by the Contractor The contractor shall also ensure

that the statutory obligations with regards to the employment of labour under

law are complied properly and timely

22 ARBITRATION

In the event of any disputes differences or claims arising out of or relating to

the interpretation and application of the Contract such disputes or differences

or claims shall be settled amicably by mutual consultations of the good Offices

of the respective Parties and recognizing their mutual interests attempt to reach

a solution satisfactory to both the parties If such a resolution is not possible

within 30 days from the date of receipt of written notice of the existence of such

disputes then the unresolved disputes or differences or claims shall be

referred to the Sole Arbitrator appointed by the Parties by mutual consent in

accordance with the rules and procedures of Arbitration and Conciliation Act

1996 as amended from time to time The arbitration shall be conducted in New

Delhi in the Arbitration and Conciliation Centre New Delhi (Domestic and

International) as per its rules and regulations The expenses for the Arbitration

shall be shared equally or as may be determined by the Arbitrator The

considered and written decision of the Arbitrator shall be final and binding

between the Parties The applicable language for Arbitration shall be English

only Work under the Contract shall be continued by the CONTRACTOR during

the pendency of arbitration proceedings without prejudice to a final adjustment

in accordance with the decision of the Arbitrator unless otherwise directed in

writing by the DEPARTMENT or unless the matter is such that the works cannot

be possibly continued until the decision (whether final or interim) of the

Arbitrator is obtained

23 APPLICABLE LAWS The contract shall be interpreted construed and

Tender No SCLPS52019E0156401 59

governed by laws of IndiaThe contract shall be subject to exclusive Jurisdiction

of the Court of SAS Nagar (Mohali) Punjab India irrespective of anything

mentioned in any correspondences or otherwise

24 Any Other Term

Tender No SCLPS52019E0156401 60

Supporting Documents from Vendor

Attachment ‐ I

Attachment ‐ II

Price Bid Form

Item Description Slab Range Qty UOM Currency Unit Price Total Price

Supply of MCC Panels cables

cable trays lightings etc for

electrical distribution system

including fire detection

system LAN Paging etc for

the Chemical Store building as

per detailed specifications

technical write‐updrawings

attached

‐ 1 Lot ‐ ‐ ‐

Installation Testing and

Commissioning of MCC

Panels cables cable trays

lightings etc for electrical

distribution system including

fire detection system LAN

Paging etc for the Chemical

Store building as per detailed

specifications technical write‐

updrawings attached

‐ 1 Lot ‐ ‐ ‐

Tender No SCLPS52019E0156401 61

Break‐up of other taxes and other costs should be specified in respective narration columns

Sum of these Break‐up values should be specified in respective value columns

Supporting Documents from Vendor (Commercial)

Document attachment with price bid

Attachment ‐ I

Attachment ‐ II

  • pdf_document_tndr_notc_electrical_distribution_system_051119
  • pdf_document_tndr_doc_electrical_distribution_system_051119
Page 18: -72, -160071 चंडीगढ़ के समीप पंजाब भारत...स म -क डक टर ल ब र टर /Semi-Conductor Laboratory अ त रक ष वभ

Tender No SCLPS52019E0156401 17

83 When the stores have passed the specified test the purchasers representative shall furnish a

certificate to the effect in writing to the Contractor The Contractor shall provide copies of the tests

certificates to the purchaser as may be required

9 MODE OF DESPATCH

Generally stores should be despatched through Indian Flagged Vessel Air India or through any other

Agency nominated by the purchaser A copy of the invoice and packing list should invariably be kept

inside each of the packages

10 PORT OF ENTRY

New Delhi Mumbai

11 CONSIGNEE

Purchase and Stores Officer Stores

12 SHIPPING MARKS

The mark on the shipping documents such as invoice bill of lading and on the packages should be as

follow

PURCHASE ORDER NO

DATED

GOVERNMENT OF INDIA

DEPARTMENT OF SPACE

(name of the CentreUnit)

Destination

Port of Entry

13 INSURANCE OF THE STORES

The necessity or otherwise of insurance will be as indicated in the Purchase Order

14 CONTRACTORS DEFAULT LIABILITY

141 The purchaser may upon written notice of default to the Contractorterminate the Contract in

whole or in part in circumstances detailedhereunder

Tender No SCLPS52019E0156401 18

a) If in the judgement of the Purchaser the Contractor fails to makedelivery of Stores within the time

specified in the Contract agreement or within the period for which extension has been granted by the

Purchaser to the Contractor

b) If in the judgment of the Purchaser the Contractor fails to comply with any of the other provisions of

this Contract

15 In the event the Purchaser terminates the Contract in whole or in part as provided in Clause 14 the

Purchaser reserves the right to Purchase upon such terms and in such a manner as he may deem

appropriate stores similar to that terminated and the Contractor shall be liable to the Purchaser for any

additional costs for such similar stores andor for liquidated damages for delay as defined in Clause 19

until such reasonable time as may be required for the final supply of stores

151If this Contract is terminated as provided in Clause 14 the Purchaser in addition to any other rights

provided in this Article may require the Contractor to transfer title and deliver to the Purchaser under

any of the following clauses in the manner and as directed by the Purchaser

a) Any completed stores

b)Such partially completed stores drawing information and Contract rights (hereinafter called

manufacturing material) as the Contractor has specifically produced or acquired for the performance of

the Contract as terminated The Purchaser shall pay to the Contractor the Contract price for completed

stores delivered to and accepted by the purchaser and for manufacturing material delivered and

accepted

152 In the event the Purchaser does not terminate the Contract as provided in Clause 14 the

Contractor shall continue the performance of the Contract in which case he shall be liable to the

purchaser for liquidated damages for delay as set out in Clause for DELAY IN COMPLETION

LIQUIDATED DAMAGES until the stores are accepted

16 REPLACEMENT

If the stores or any portion thereof is damaged or lost during transit thePurchaser shall give notice to

the Contractor setting forth particulars of such stores damaged or lost during transit The replacement

of such stores shall be effected by the Contractor within a reasonable time to avoid unnecessary delay in

the intended usage of the Stores In case the purchaser agrees the price towards replacement items

shall be paid by the purchaser on the basis of original price quoted in the tender or as reasonably

worked out from the tender

17 REJECTION

In the event that any of the stores supplied by the Contractor is found defective in material or

workmanship or otherwise not in conformity with the requirements of the Contract specifications the

purchaser shall either reject the stores or request the Contractor in writing to rectify the same The

Tender No SCLPS52019E0156401 19

Contractor on receipt of such notification shall either rectify or replace the defective stores free of cost

to the purchaser If the Contractor fails to do so the purchaser may at his option either

a) replace or rectify such defective stores and recover the extra cost so involved from the Contractor or

b) terminate the Contract for default as provided under clause 14 above or

c) acquire the defective stores at a reduced price considered equitable under the circumstances The

provision of this article shall not prejudice the Purchasers rights under clause 19

18 EXTENSION OF TIME

If the completion of supply of stores is delayed due to reason of force majeure such as acts of god acts

of public enemy acts of Government fires floods epidemics quarantine restriction strikes freight

embargoes etc the Contractor shall give notice within 15 days to the purchaser in writing of his claim

for an extension of time The purchaser on receipt of such notice after verification if necessary may

agree to extend the Contract delivery date as may be reasonable but without prejudice to other terms

and conditions of the Contract

19 DELAY IN COMPLETION LIQUIDATED DAMAGES

If the Contractor fails to deliver the stores within the time specified in theContract or any extension

thereof the purchaser shall recover from theContractor as liquidated damages a sum of onehalf of one

percent (05percent) of the Contract price of the undelivered stores for each calendar week of delay

The total liquidated damages shall not exceed ten percent (10 percent) of the Contract price of the unit

or units so delayed Stores will be deemed to have been delivered only when all their component parts

are also delivered If certain components are not delivered in time the stores will be considered as

delayed until such time as the missing parts are delivered

20 GUARANTEE and REPLACEMENT

a) The Contractor shall guarantee that the stores supplied shall comply fully with the specifications laid

down for material workmanship and performance

b) For a period of twelve months after the acceptance of the stores if any defects are discovered

therein or any defects therein are found to have developed under proper use arising from faulty

materials design or workmanship the Contractor shall remedy such defects at his own cost provided he

is called upon to do so within a period of 14 months from the date of acceptance thereof by the

Purchaser who shall state in writing in what respect the stores or any parts thereof are faulty

c) If in the opinion of the purchaser it becomes necessary to replace or renew any defective stores such

replacements or renewals shall be made by the Contractor free of all costs to the purchaser provided

the notice informing the Contractor of the defect is given by the purchaser in this regard within the said

period of 14 months from the date of acceptance thereof

Tender No SCLPS52019E0156401 20

d) Should the Contractor fail to rectify the defects the purchaser shall have the right to reject or repair

or replace at the cost of the Contractor the whole or any portion of the defective stores

e) The decision of the Purchaser notwithstanding any prior approval or acceptance or inspection

thereof on behalf of the purchaser as to whether or not the stores supplied by the Contractor are

defective or any defects has developed within the said period of 12 months or as to whether the nature

of the defects requires renewal or replacement shall be final conclusive and binding on the Contractor

f) To fulfill guarantee conditions outlined in Clause 20 (a) to (e) above the Contractor shall at the option

of the purchaser furnish a Bank Guarantee (as prescribed by the purchaser Bank Guarantee format

enclosed) from a Bank approved by the purchaser for an amount equivalent to 10Percent of the value of

the Contract along with first shipment documents On the performance and completion of the Contract

in all respects the Bank Guarantee will be returned to the Contractor without any interest

g) All the replacement stores shall also be guaranteed for a period of 12 months from the date of arrival

of stores at purchasers site

h) Even while the 12 months guarantee applies to all stores in case where a greater period is called for

by our specifications then such a specification shall apply and in such cases the period of 14 months

referred to in Clause 20 (b) and (c) shall be asked for guarantee period plus two months

21 REQUIREMENT OF ADDITIONAL NUMBERS OF THE STORESSPARE PARTS ORDERED

The Contractor shall also undertake the supply of additional number of items covered by the order as

considered necessary by the purchaser at a later date the actual price to be paid shall be mutually

agreed to after negotiations

22 PACKING

a) The Contractor wherever applicable shall pack and crate all stores for sea air shipment as applicable

in a manner suitable for export to a tropical humid climate in accordance with internationally accepted

export practices and in such a manner so as to protect it from damage and deterioration in transit by

road rail or sea for space qualified stores The Contractors shallbe held responsible for all damages due

to improper packing

b) The Contractor shall ensure that each box unit of shipment is legible and properly marked for

correct identification The failure to comply with this requirement shall make the Contractor liable for

additional expenses involved

c) The Contractor shall notify the purchaser of the date of shipment from the port of embarkation as

well as the expected date of arrival of such shipment at the designated port of arrival

d) The Contractor shall give complete shipment information concerning the weight size content of each

packages etc

Tender No SCLPS52019E0156401 21

e) Transshipment of equipment shall not be permitted except with the written permission of the

purchaser

f) Apart from the despatch documents negotiated through Bank the following documents shall also be

airmailed to the purchaser within 7 days from the date of shipment by sea and within 3 days in case of

air consignments

a) Commercial Bill of Lading Air Way Bill Post parcel Receipt (Two nonnegotiable copies)

b) Invoice (3 copies)

c) Packing List (3 copies)

d) Test Certificate (3 copies)

e) Certificate of Origin

The Contractor shall also ensure that one copy of the packing list is enclosed in each case

23 ARBITRATION

In the event of any disputes differences or claims arising out of or relating to the interpretation and

application of the Contract such disputes or differences or claims shall be settled amicably by mutual

consultations of the good Offices of the respective Parties and recognizing their mutual interests

attempt to reach a solution satisfactory to both the parties If such a resolution is not possible within 30

days from the date of receipt of written notice of the existence of such disputes then the unresolved

disputes or differences or claims shall be referred to the Sole Arbitrator appointed by the Parties by

mutual consent in accordance with the rules and procedures of Arbitration and Conciliation Act 1996 as

amended from time to time The arbitration shall be conducted in New Delhi in the Arbitration and

Conciliation Centre New Delhi (Domestic and International) as per its rules and regulations The

expenses for the Arbitration shall be shared equally or as may be determined by the Arbitrator The

considered and written decision of the Arbitrator shall be final and binding between the Parties The

applicable language for Arbitration shall be English only

Work under the Contract shall be continued by the CONTRACTOR during the pendency of arbitration

proceedings without prejudice to a final adjustment in accordance with the decision of the Arbitrator

unless otherwise directed in writing by the Purchaser or unless the matter is such that the works cannot

be possibly continued until the decision (whether final or interim) of the Arbitrator is obtained

24 LANGUAGE AND MEASURES

All documents pertaining to the Contract including specification schedule notice correspondence

operating and maintenance instructions drawings or any other writings shall be written in English

language The metric system of measurement shall be used exclusively in the Contract

25 INDEMNITY

Tender No SCLPS52019E0156401 22

The Contractor shall warrant and be deemed to have warranted that all Stores supplied against this

Contract are free and clean of infringement of any patent copyright or trade mark and shall at all times

indemnify the purchaser against all claims which may be made in respect of stores for infringement of

any right protected by Patent Registration of design or Trade Mark and shall take all risk of accident or

damage which may cause a failure of the supply from whatever cause arising and the entire

responsibility for the sufficiency of all the means used by him for the fulfillment of the Contract

26 COUNTER TERMS AND CONDITIONS OF SUPPLIERS

Where counter terms and conditionsprinted or cyclostyled conditions have been offered by the

supplier the same shall not be deemed to have been accepted by the purchaser unless specific written

acceptance thereof is obtained

27 SECURITY INTEREST

On each item to be delivered under this Contract including an item of work in progress in respect of

which payments have been made in accordance with the terms of the Contract purchaser shall have a

security interest in such items which shall be deemed to be released only at the time when the

applicable deliverable item is finally accepted and delivered to the purchaser in accordance with the

terms of the Contract Such security interest of the purchaser shall constitute a prior charge as against

any other charge or interest created in respect of such items by any entity

28 BANK CHARGES

While the purchaser shall bear the bank charge payable to his Bankers (State Bank of India) the

Contractor shall bear the Bank charges payable to his Bankers including the cheques towards advising

amendment commissions

29 TRAINING

The Contractor shall if required by the purchaser provide facilities for the practical training of

Purchasers engineering technical personnel from India and for their active association on the

manufacturing processes throughout the manufacturing period of the Contract stores number of such

personnel to be mutually agreed upon

30 APPLICABLE LAW

The Contract shall be interpreted construed and governed by the laws of India

Tender No SCLPS52019E0156401 23

BidTemplates

GENERAL CONDITIONS

Item Specifications

Sl No Specifications Complianc

e (Yes No)

Offered Specifications Remarks

1 Intent of the ProjectaThe scope of Project includes Supply

Installation Testing and Commissioning of electrical

distribution system including illumination MCC Panels fire

detection system Local Area Network (LAN) Paging etc for

the Chemical Store Building at Semi‐Conductor Laboratory

(SCL) Sector‐ 72 SAS Nagar Mohali (Punjab) bScope

includes receiving unloading storage insurance in‐plant

transportation and all equipment amp accessories covered under

this specificationcTechnical SpecificationBrief overview of

Equipment amp services under this specification is described

hereiGeneral SpecificationiiSupply amp Installation of

Electrical MCCPCC Panels MCB DB exhaust fan light fixtures

etciiiSupply amp Installation of wire cables conduits Modules

SwitchSockets termination earthing etcivSupply amp

Installation of Fire detection system and its

accessoriesvSupply amp Installation of NetworksLAN

systemviSupply and installation of material for Earthing and

lightning protection system viiAny other electrical

requirement for execution of the work dDrawing amp notes All

drawing amp notes as listed in the annexure form a part of this

specification

Tender No SCLPS52019E0156401 24

2 General Information for Site Condition The Contractor may

visit the site of work at SCL to acquaint themselves of the

actual site conditions

3 Code amp Standards All electrical equipment and accessories to

be furnished installed and commissioned under scope of

these specifications shall be designed manufactured tested

and installed in accordance with relevant Indian Standard

Specifications (ISS) Indian electricity rules and any other

applicable regulations

4 Period of CompletionThe time allowed for supply installation

testing and commissioning of the entire work shall be six (6)

months to be reckoned from the 7th day of issue of Purchase

order by SCL

5 Drawing Data and ManualsFollowing drawings documents

shall be submitted by the selected contractor for approval of

SCL for execution of the workaFoundation drawing of all

floor mounted Electrical panelsbGeneral Layout (GA)

drawing with dimension of all electrical equipment and Single

line drawings (SLDs) of electrical PanelcMake type and

catalogue of Switchgears of Electrical MCC Panels Power DBs

Power Cables and related accessories along with technical

leaflets data sheets etc to be provided by the contractor

The contractor shall offer recommended makes mentioned in

this document dEquipment data sheets furnishing

guaranteed performance figure for each type of

equipmenteTest certificates test results for each type of

equipmentfCheck lists and tests to be conducted during

erection testing amp commissioning of the individual

equipmentOn successful completion of the entire work the

Contractor shall provide lsquoAs Builtrsquo drawings for all the Systems

executed under the Contract Three (03) sets of hard copies

and one (01) set in soft copy (CDDVD) in Auto‐CAD and PDF

Tender No SCLPS52019E0156401 25

format shall be provided to SCL for its record and reference

Contractor shall also provide instruction Operation

manual(s) and maintenance manuals for the all equipment

system installed under the project

6 Eligibility Criteria Only those bidders meeting the below

mentioned eligibility criteria are eligible to participate in the

tendera Should have satisfactorily executed at‐least two (2)

similar works of value not less than Rs 50 Lakh each

involving inter alia power distribution works consisting of

MCCsPCCs of rating not less than 400 A 415 V 35 kA ( fault

level) MCBDBs lighting systems cabling during the last 5

years To ascertain eligibility for the work the participating

bidders shall enclose copy (ies) of the detailed Purchase

Order(s) and their completion certificate(s) evidencing

satisfactory completion of similar works issued by the

respective clientsorganisations Completion certificate for

works issued by private parties shall be supported by TDSb

Should not have incurred any loss in more than two years

during the last five (5) financial years ending 31st March 2019

c The Contractor should possess valid license of Class lsquoArsquo

Category Electrical Contractor issued by the State Licensing

Authorityd The contractor shall carry out the work in co‐

ordination with the civil works undertaken by other contractor

engaged by SCL

7 DeviationaContractor to clearly mention deviation(s) if any

from the specification in the unpriced techno‐commercial bid

bUnless such deviations are recorded in the deviation sheets

and submitted with the bid it will be assumed that the offer is

made in conformity with the tendered specification in all

respectscThe deviations shall be evaluated by SCL and

acceptance of the same shall be at the sole discretion of SCL

Tender No SCLPS52019E0156401 26

8 Quantity variationThe quantities indicated against each item

in the Bill of Quantities (BOQ) are indicative and are for the

purpose of bidding only Variation in quantities upto + 25

shall be carried out by the contractor on the agreedPurchase

Order (PO) rates and terms amp conditions as in the Purchase

Order (PO) In case of contract items which exceed the said

limit of +25 the contractor may claim revision of rates

supported by proof analysis and if the rate claimed in excess

of the rate specified in the bill of quantities SCLrsquos engineerndashin‐

charge of the work shall after giving consideration to the

analysis of rates submitted by the contractor determine the

rates on the basis of market rates and the contractor shall be

paid in accordance with the rates so determined The

Contractorrsquos profit amp OH shall be factored in the rate

analysis15

9 Extra ItemsIn case of extra items (that are completely new

and are in addition to the items contained in the contract) the

contractor may claim rates supported by proper analysis and

SCLrsquos engineer‐in‐charge of the work shall after giving

consideration to the analysis of the rates submitted by the

contractor determine the rates on the basis of market rates

and the contractor shall be paid in accordance with the rates

so determined The Contractorrsquos profit amp OH shall be factored

in the rate analysis15

10 Construction Power SupplyElectricity if available in the

premises may be provided to the contractor by Department

(SCL) only at a single point free of cost subject to the following

conditions ‐a)The Contractor has to make his own

arrangement to tap Electricity from a 3 phasesingle phase

supply from the location decided by the SCLrsquos Engineer‐in‐

charge (E‐I‐C)

Tender No SCLPS52019E0156401 27

11 Storage space site office Contractor will be provided a

lockable room within SCL premises for storage space subject

to availability Contractor will make at his own cost

temporary site office close to work site as per the location

decided by the E‐I‐C

12 Materialsystem submittalsMaterialssystems etc procured

by the selected Contractor for incorporation in the work will

be only of MakesManufacturers specified in the tender

document Submittals of the same shall be submitted by the

contractor for SCL review and approval

13 Other RequirementsbullErection testing amp commissioning of

items as per BOQbullSpecial tools amp tackles Party shall arrange

the ladderscaffoldingstair for working at height for cable

laying Fire detection system installation of light fixture

bullWork shall be executed as per the ISRO contractor safety

Manual Contractor to ensure that the manpower is equipped

with PPE for working at the site bullAll relevant drawing data

catalogues with instruction and trouble shoot manuals type

test certificates for the above accessoriesbullMaterials and

accessories which are necessary or used for satisfactory and

trouble free operation and maintenance of the above

equipmentrsquosmaterial shall also be furnished bullContractor

shall deploy skilled amp unskilled Labor qualified technical

Supervisor(s) erection tools amp tackles testing tools amp

equipment supplies consumables and hardware and

transport for timely and efficient execution of the

workbullContractor shall guarantee LED fixtures

(flameproofnon‐flameproof) for a period of 5 years from the

date of acceptance The contractorrsquos guarantee shall be

supported with a guarantee from the manufacturer(s) in this

regard

Tender No SCLPS52019E0156401 28

TECHNICAL SPECIFICATION‐1

Item Specifications ‐I

Sl No Specifications Compliance

(Yes No)

Offered Specifications Remarks

1 Internal Wiringa The electrical wiring installations and other

accessories shall comply with latest IS code 732 (part‐II) 1983

and National Electric Code‐1985b The word concealed means

it involves cutting of floor wall and making good after laying

the conduitMetal raceway as per the enclosed drawings by

the contractor as requiredc The contractor shall provide all

necessary components fixing materials accessories and

interconnections as per standard practice It is to be noted

that ceiling rose forms a part of the specifications hence not

indicated separately and shall be provided by the contractor

as requiredd Scope includes termination of wire ferruling

dressing cable tie etc as requirede The work shall be

executed as per the ISRO electrical specification available on

ISRO site wwwisrogovin in Schedule I to be read along with

the tender specification

2 LED LuminariesThe scope includes supply installation

testing commissioning of flame proofnon‐flameproof LED

lighting fixture at the ceiling level (about 55 meter height) in

the chemical store building outer periphery of the store

building electrical room AHU room at the first floor as per

drawings and discretion of E‐I‐C Architectural plan of the

building is attached Supply of required accessories such as

mounting brackets nuts bolts screws washers glands and

any other material required for installation of LED fixture as

per specifications mentioned in BOQ shall be part of the

specification Junction box as required for loop‐in and loop‐

Tender No SCLPS52019E0156401 29

out of the cable for flame proof light fixture will be in the

scope of the contractor LED light fittings will be suitable for

operation on 230V single phase AC supply The fitting shall

be supplied with all fixing material such as brackets nuts

bolts etc as required for installation of fittings Special

Conditions aLuminaire make (Brand) from among the

recommended make mentioned in the tender document shall

be clearly mentioned in Technical Bid along with complete

technical detailsbThe LED light fitting and its driver unit etc

shall have warranty for a period of 5 years from the date of

installation and commissioningcThe flame proof fixture shall

be provided along with the Petroleum and Explosives Safety

Organization (PESO) certification

3 Detailed Specification for LED Fixture a Flame Proof LED

Fixtures Supply and installation of flameexplosion proof high

efficiency 1 Phase 230 V 60W LED light fitting as per IS 2206

with luminous efficiency 100Lmwatt or better CRI gt 08 amp

THDlt10 IP‐66 as per ISIEC 605292001 made of Die cast

aluminium alloy Heat resistant amp tough clear dome glass

having enclosure as per Ex‐d GAS Gr IIA IIB IIC AS PER ISIEC

60079‐12007 amp ISIEC 60079‐02004 Area of classification

ZONE‐1 2 21 amp 22 and temperature class T‐6 or better as per

ISIEC 60079 complete with loop‐in loop‐out provision

Mounting bracket for mounting on the ceiling Double

compression cable gland shall be provided and install by the

contractor along with the light fitting Recommended Make of

fixture Baliga Stahl Sudhir SwitchgearRecommended make

of LED NICHIA CREE PHILIPS LUMILED OSRAMb General

LED fixtures Supply amp fixing of wallceiling mounted batten

type 20W LED tube light (Four feet) luminaire with efficient

driver (efficiency shall be more than 90) amp with minimum

lumens output of 2000 lumens per lamp comprising of nano

diffuser technology complete with efficient amp constant

Tender No SCLPS52019E0156401 30

current output driver suitable for operation on 230V single

phase 50Hz AC supply efficient heat sink effective thermal

management and with colour temperature shall be gt 6000K

The LED with suitable control gear and power factor gt09 LM

79 certification for luminaireLM80 certificate for LED shall be

submitted and with other standard accessories prewired

including necessary interconnections complete in all respects

and as directed by EIC (Similar to Philips Astra or equivalent)

Recommended make of fixture Philips GE Trilux

LTRecommended make of LED NICHIA CREE PHILIPS

LUMILED OSRAM

4 c Street Light Fixture Supply and installation of 72W75W

LED Street Light fixture with High‐brightness White LEDs

sources with high transmittance flat toughed glass cover and

peanut LENS on each LEDs System luminous efficacy 100

LmsWatt 5600K colour temperature amp 70 CRI value for

ensuring good quality light output Life of at‐least 50000

hours at 70 lumen maintenance ampLED driver efficiency gt

85 Power factor greater than 095 THDlt10 amp min 3KV

surge protection with operating voltage range from 120‐270V

for ensuring lifelong high performance of luminaire the

fixture shall be made of LM‐6 Pressure die‐cast aluminium

with engraved company name amp have IK05 amp IP66 Class

protection with NABL Accredited LM‐79 amp LM‐80 Report

Mounting pole mounted upto a height of 8 meter and pole

bracket diameter of 48‐60 mm (adjustable) Recommended

make of fixture Trilux Philips GE LTRecommended make of

LED NICHIA CREE PHILIPS LUMILED OSRAM

5 Street Light Pole Providing and installation of hot dipped

galvanized swaged tubular 9‐meter‐long with planting depth

15 metersiexclbrvbar street light poles The effective length of each

section shall be‐ bottom 5 meters middle 2 meters and top 2

meters The outside dia and thickness of pole shall be

Tender No SCLPS52019E0156401 31

minimum 11430x440mm 889x4085mm 761x325mm

respectively as required The pole shall be provided with

necessary bracket (inclination 105115 degree length 15

meter dia 45 mm ) for mounting upto 72 W LED street light

fixture Each pole shall have a weather proof

loopingterminal box clamped at 550 mm above ground level

along with a suitable earth terminal The looping box shall be

provided with a suitable Power terminal arrangement to loop

4C x10sqmm size cable and MCB5A fuse cut‐out A base

plate 300 x300x10mm shall be welded to the bottom of the

pole Both underground cable and GI earth wire shall be

terminated at the terminal looping box in the looping zone

Further wiring to the light fixture shall be done with three

core flexible copper wire (2core for power supply and third

core for earthing)GI tubular pole shall be installed in cement

concrete 136 (1 cement 3 coarse sand 6 graded stone

aggregate 40 mm nominal size) foundation including

excavation and refilling etc Party to cast 2 run of 32 mm MS

conduit for cables upto a height of 550mm from ground level

for loop in loop out of cable The civil work for street light pole

foundation forms a part of installation of the work and will be

done by the party as required for commissioning of lighting

poleFor earthing of street light poles coilspiral earthing

using 8 SWG GI wire shall be used The GI wire shall be buried

to a minimum depth of 15 m with excavation refilling of

earth and connecting GI wire to pole using GI bolt and nut

complete as per requirementMake of Pole Reputed make

with ISI mark Note Party shall submit Drawing of the street

light pole for SCL approval before start of manufacturing

6 Cables wire conduit earthing Switchboards

SwitchesSockets etca Cables The scope includes the Supply

and installation of XLPE insulated overall FRLS PVC outer

sheathed AlCu armored cable on wallsurfacesoilexisting

Tender No SCLPS52019E0156401 32

cable tray as required for MCC Panel and MCB DBs as per the

detailed specification and quantity in this document All

necessary hardware for installation of cable like cable tie

clamps tags etc is in the scope of Contractor Contractor to

ensure that cable laid on the cable tray is properly clamped

with GI clamps and cable is properly secured on cable tray b

Wire The scope includes the Supply and installation of FRLS

Copper wire of different size quantity amp Specification for

power distribution and lighting and power etc as per the

requirement c Conduit The scope includes the Supply and

installation of ISI makes MS Conduits of different size as per

Specification for power and lighting distribution switch

sockets etc as per the requirement Flexible conduit shall be

of GId Cable tray The scope includes the supply and

installation of GIMS cable trays as per specificationse

Earthing The scope includes the supply and providing

earthing for Panels DBs cable trays light fixtures and poles

flameproof accessories fire panel speakers exhaust fans etc

matching the specifications given in this tender documentf

Lightning protection The scope includes the supply and

providing earthing for lightning protection of the building as

per the IS 2309 specification and quantities as per the BOQ

The scope includes horizontal and vertical runs earth pits test

point earthing of building periphery for contour etcg Rack

earthing The scope includes the supply and providing

earthing for racks as per specificationsh Switchboards and

SwitchSockets The scope includes the Supply and installation

of different size of flameproofnon‐flameproof Switchboards

and switchsocket for Lighting Power Distribution as per

specificationi MSGI Conduits flexible GI conduit earthing

materials doublesingle compression brass cable glands

cable lugs (Al amp Cu as required) cable ties cablewire

identification tags required for the installation and

maintenance of trouble free operation of the downstream

Tender No SCLPS52019E0156401 33

system and accessories are covered under this specificationj

MS junction box conduit along with all related accessories as

per specification

TECHNICAL SPECIFICATION‐2

Item Specifications ‐II

Sl No Specifications Compliance

(Yes No)

Offered Specifications Remarks

1 Electrical Panel SpecificationGeneralaPanel shall be

fabricated as per IEC 61439 part 1 amp 2 bPanel shall be indoor

metal clad air insulated floor mounted extendable to side

single front construction front wired front

connectedcMinimum thickness of sheet metal used shall be

2 mm and panel shall confirm to IP54 protectiondThe

working height of the Panel shall be limited as per standard

engineering practicese The design should be fully

compartmentalized with metal partitions between

compartments All doors shall be gasketed Each vertical

section shall have removable back coverfAll switches push

buttons lamps indicating instruments shall be flush

mountedgA full height vertical cable chamber with cable

supports shall be provided in each section to facilitate unit

wiring Cable chamber shall be sized to accommodate all cable

and shall have removable covers A horizontal wire way

extending the entire length shall be provided at the top of

panel for inter panel wiringhPanel shall be with minimum

75mm high base MS channel frameiThe panel shall undergo

seven tank or better process as per relevant IS

standardsjLifting hook shall be provided at each section for

easy transportationkDifferent compartment of the panel

shall be provided with dust proof type air filter louvers

explosion vents or similar safety arrangements in the panels

Tender No SCLPS52019E0156401 34

to let out gases under pressure generated during event of any

fault inside the panellPanel shall have pocket for the Panel

drawing in the incomer section

2 Busbar and Bus TapsaThe main bus and connections shall be

of high connectivity AluminiumAluminium alloy sized for

specified current ratings with maximum temperature limited

to 85amp778 C ie 35amp778 C rise and ambient 50amp778

bSeparate vertical bus bars shall be provided for each vertical

panelcAdequate contact pressure shall be ensured at bus

connections by means of two bolt connections with plain and

spring washers and lock nutsdBus bar and connections shall

be fully insulated for working voltages with adequate

phaseground clearances Insulating sleeves heat shrink type

for bus bar and shrouds removable type joints shall be

provided Bus insulators shall be flame retardanteBus bar

shall be color coded for easy identificationfBusbar should be

connected in such a way that it can be dismantledassembled

while separating different section of the panelgShrouds of

transparent sheet on the exposed bus in cable alleys for

adequate safety measurehBus bar Conductor shall be

confirming to IS‐5082iMinimum clearance (PH‐PH PH‐N and

PH‐E) between Bus bars shall be maintained as per latest

ISjBus Bar supporting Material shall be of

SMCDMCkMaterial of Aluminium Bus bar shall be of E91

gradelBus bar shall be protected from the transparent

insulated material for stand safety point

3 3Control ModuleaFixed type control module shall house the

control components for a circuitbThe equipment layout shall

provide sufficient working space in between the components

and subject to SCL approval cEach control module shall be

equipped with ACDC potential free Relays (230V AC24V DC)

Contactors etc for seamless interface of the operation of

Drives from FCMS (PLC)dVendor to provide the potential free

Tender No SCLPS52019E0156401 35

contact to facilitate local operation from MCC and remote

operation from FCMSPLC Vendor shall provide with each

drive module automanual selector switch and each drive

module shall be wired up to the terminal block for localauto

selection ON OFF trip feedback to SCLrsquos control station and

ONOFF command room FCMSPLC as welleMCC panel and

LPBS shall have selector switches for MCCLocal and

LocalRemote selection respectively Control (OnOff) of the

Drivesheaters will be as per following selection If selector

switch (SS) at MCC is selected to MCC ONOFF operation can

be done from MCC only irrespective of position of SS at LPBSIf

selector switches both at MCC amp LPBS are selected to LOCAL

ONOFF operation can be done from LPBS onlyIf SS at MCC is

selected to LOCAL and SS at LPBS is selected to REMOTE

ONOFF operation can be done from FCMS only

4 VFDVFD shall be of Allen Bradley PF400 series having

redundant Control Net communication option as well to

communicate with the existing Facilities Control amp Monitoring

System (FCMs) Control Net Bridge Coaxial Straight T‐Tap

1786‐TPS must also be supplied along with VFDs Line

reactorchoke of suitable rating shall be connected before the

VFD

5 Thyristor based Heater ControlaDYDAC Make Thyristor

power controller Type 3003 or equivalent rating 85kW

Control input 4‐20mA Thyristor input supply 415VAC (3‐Ouml)

Thyristor output supply 415VAC (3‐Ouml) which shall be provided

by the vendor in a separate compartment of the MCC 4‐20mA

Control signal from the heater PID will modulate the thyristor

controller output to maintain the fresh air temperature at set

value Heater ON and OFF set points shall be adjustable in the

SCADA in FCMSbThyristor controller run command run

feedback 4‐20mA modulating signal shall be wired up to the

terminal block in the cable alley in the MCC Thyristor

Tender No SCLPS52019E0156401 36

Panelcompartment shall be complete with inter module

control and power wiring 220V AC supply shall be drawn from

one of the phase and neutral of the incoming 415VAC and

connect to the Thyristor supply terminals through MCB

Circuit breaker lsquoswitch ONrsquo and Thyristor control unit lsquoRUN

commandrsquo will get activated from FCMS if air temperature is

below ON set point Circuit breaker lsquoswitch OFFrsquo and Thyristor

control unit lsquoRUN command withdraws will get activated

from FCMS when temperature becomes above OFF set point

6 Fire Suppression system amp Fire Protection systemPanel shall

be equipped with required materials such as fire suppression

cylinders filled with fire suppression agents Fire detection

tubes Heat sensor tubes end of line adaptor with gauge

electrical Relays differential pressure valves etc to provide

the fire suppression and fire protection system in cable alley

and bus bar chambers of the electrical panel

7 MCCBaThe MCCBs should be extra current limiting type with

trip time of less than 10 m sec under short circuit conditions

The current limiting action should be achieved with repulsion

principle The MCCBs should preferably have an anti‐reclosing

featurebThe MCCBs should be 3 or 4 poles as per SLDcThe

MCCBs should have a Service short circuit breaking capacity

(Ics) of not less than 35 kA rms at 415 Volts 50Hz AC for

incomer The service breaking capacity should be equal to

ultimate breaking capacities (Icu) (ie Ics= Icu=100)dThe

release should be thermal magnetic having adjustable

overload and short circuiteSwitches shall be triple pole air

break AC23 motor duty for motor starter feedersfCubicle

doors of incoming and outgoing shall be mechanically

interlocked with switchgear to prevent unintentional openings

of the door while the unit is in energized condition However

defeat interlock provision is also to be providedgAll incoming

and outgoing feeders shall be provided with bolted disconnect

Tender No SCLPS52019E0156401 37

link for isolation of neutral if necessary Selector switches

shall be of rotary typehThe MCCB shall be provided with

rotary drive kit spreader terminals and ONOFFTrip (MCCB)

position of switch handle to be clearly markediDuct Heater

MCCB shall be motorized to control (ONoff) from FCMSjFor

incomers it should be EDO microprocessor based

communicable MCCB (35 kA or above) with numerical

releases for OL SC amp EFR (With mechanical and Electrical

interlocking for operation of only one ACB at any point of

time)

8 MPCBaThe MPCBs should be of 3 pole air break type AC3

Duty continuous rating as specifiedbMPCBs should have at

least 1NO+1NC contactcThese should have trip indication

test trip functiondThe release should be thermal magnetic

having adjustable overload trip settingeThe service breaking

capacity should be equal to ultimate breaking capacities (Icu)

(ie Ics= Icu=100)fThe MPCBs should be suitable for din rail

type mounting

9 Capacitor Bank Supply and installation of Capacitor Bank ‐

Box Type Dry construction Conforming to IS 13340‐41IEC

60831 440V 50Hz Rated Current (In) as per Load Heavy

Duty Dielectric MPP Low loss type with overall loss lt

05WkVAR Delta Connection with Discharge Device

10 ContactoraThe contactor shall be 3 pole air break type AC3

Duty continuous rating for motor starter feeders with non‐

bouncing silver silver alloy contactsbContactor shall be of

electromagnetic type rated for uninterrupted duty as per

relevant standards and also suitable for capacitor duty

cContactor shall be provided with adequate auxiliary contacts

rated for 10Amps 240VAC for interfacing with control

schemedContactor coil rating shall be minimum pick up of

85 of rated voltage and minimum drop out of 75 rated

Tender No SCLPS52019E0156401 38

voltage

11 Control and IndicationsaPush buttons will be heavy duty oil

tight and push to actuate type with integral plate marked

with its functionbEach push button shall be provided with

2NO+2NC contacts rated for 10Amps 240VACcLamps shall

be LED type rated for 240V AC Lens and lamps shall be

replaceable from the front dThe control supply shall be

through a 415V230V transformer and the vendor shall

provide 1 no 415V230V transformer for the same Vendor

shall also provide Power module for 24V DC Supply for the

operation of heaters control module

12 MetersaAll indicating instruments shall be digital

Switchboard type with accuracy class +‐ 2 full scalebMFM

of suitable rating shall be used in the incomer

feedercSelector switches shall be furnished at outgoing

feeders as per SLD for ammeterdAmmeter shall be of analog

type flush mounted industrial pattern of size 96x96 mm with

accuracy class 10 eMultifunction meter shall be of digital

type flush mounted industrial pattern of size 96x96 mm with

accuracy class 10 as per IEC 6205253 suitable for

measurement of Current Voltage Power Frequency Power

factor Energy and ready port to communicate with FCMS

through RS 485 The Meter should have Modbus

communication port as well

13 CT (Current transformer)CT will be cast resin type rated 15VA

or more burden with Maximum accuracy limit of class 1

14 Secondary wiringaPanel shall be fully wired at the factory to

ensure proper functioning of control and protectionbFuse

and links shall be provided to permit individual circuit

protection from bus wires without disturbing other circuits All

spare contacts of relays push buttons and other devices shall

Tender No SCLPS52019E0156401 39

be wired up to terminal blockscWiring shall be done with

flexible 25sqmm copper 1100V grade PVC insulated

switchboard wires Each wire shall be identified at both ends

with permanent markers bearing wire numbers as per wiring

diagramdWire termination shall be done with crimping type

connector with insulating sleeve

15 Powercontrol Terminal BlocksaTerminal block shall be 660V

grade box clamp type with marking strips similar to ELMEX 10

mm2 or equal for ControlbTerminal for CT secondary leads

shall have provision for shortingcNot more than two wires

shall be connected to any terminaldSpare terminals equal in

number to 20 active terminals shall be providedeTerminal

blocks shall be suitably located in cable alleysfFor Power

cable Bus Bar type cable connector (Melamine material) shall

be providedgFor Control cable heavy duty screw type cable

connector (Melamine material) shall be provided

16 Cable terminationaPanel shall be designed for cable entry

from topbEach cable shall be clearly marked at both ends

with an indestructible marker preferably a cable tag made of

Aluminium tacked with indicating cable number amp both end

feeder tags with switchboard tags Cable tags at ends of cable

shall be provided inside the gland plate as well as outside the

gland platecAll provisions and accessories shall be furnished

for termination of cables including removable gland plates

cable supports and terminal blocksdGland plate shall be

minimum 3 mm thick

17 Ground BusA GI ground bus rated to carry the maximum fault

current shall extend full length of Panel The ground bus shall

be provided with 2 bolts with GI bolt and nuts at each end to

receive 50x6mm GI flat

18 NameplateaThe nameplate of approved design shall be

Tender No SCLPS52019E0156401 40

provided for each compartment and also at the top of each

panel Nameplate shall be minimum 20x70mm and 3mm

thickbDrawing Pouch shall be provided at the incomer cable

allay

19 PaintingPanel shall be painted with light grey epoxy painted

(Siemens Gray RAL 7032) and caution notice plate shall be

fixed at the back of each vertical panel

20 Make of Switchgears aMCCBSiemensSchneiderbPush

button SiemensSchneider TekniccSelector

SwitchSiemensSchneider Teknic

dFuseSchneiderSiemenseTimerSiemensSchneiderfContro

l TransformerAEIMPIndcoilgTerminal

BlockElmexConnectwellFTChMeters Conzerv LampT

AEiCTs amp PTsKappaAutomatic

Electric(AE)NippenjContactorsSchneiderSiemenskIndicatio

ns SiemensSchneider

TekniclRelaysSchneiderSiemensPLAmMCBSchneiderSiem

ensnCooling Fan

RexnordSunonoVFDsAllen bradlypThyristor moduleDYDAC

qRCBOSiemensSchneiderrMCB

DBSiemensABBLegrandsLine reactorchokeAllen

BradleytCapacitor BankNeptune Schneider Siemens

21 Local Push Button Station (LPBS)The Scope includes supply

and installation of LPBS for Chiller Pumps AHUs Heaters as

per the BOQ and detailed specification given below aLPBS

shall be indoor metal clad air insulated wallAngle frame

mounted as required single front construction front wired

front connected hinged lockable door LPBS for Chiller Pumps

system shall be suitable for outdoor installationbMinimum

thickness of sheet metal used shall be 2 mm and panel shall

conform to IP54 protection for indoor installation and IP65 for

outdoor type LPBScAll switches push buttons with indicating

Tender No SCLPS52019E0156401 41

LED lamps indicating instruments shall be flush

mounteddThe LPBS shall be used for remote operation of

drives Equipment and HeaterseTo facilitate the localremote

operation LPBS shall have LocalRemote selector switch and

provided with Start push button lockable Stop push button

ammeter of suitable range Terminal Block and lockable

Emergency off Switch etc fLPBS shall be equipped with AC

(230V)DC (24V) Relays Contactors etc for seamless interface

of the operation of Drives from FCMS (PLC)gLPBS should be

suitable for wall mounting and provided with necessary

mounting arrangementhWiring shall be done with flexible

25sqmm copper 650V grade PVC insulated switchboard

wires Each wire shall be identified at both ends with

permanent markers bearing wire numbers as per wiring

diagramiWire termination shall be done with crimping type

connector with insulating sleevejGland plate shall be

minimum 3 mm thickkThe nameplate of approved design

shall be provided for each compartment and also at the top of

each panel Nameplate shall be minimum 20x70mm and 3mm

thicklLPBS shall be painted with light grey epoxy painted

(Siemens Gray RAL 7032)

22 Make of Electrical panel As per DOS Approved Panel

manufacturer list (attached)

TECHNICAL SPECIFICATION‐3

Item Specifications ‐III

Sl No Specifications Compliance

(Yes No)

Offered Specifications Remarks

Tender No SCLPS52019E0156401 42

1 Fire Detection System Scope for fire detection system

includes supply installation testing commissioning of Fire

panel Addressable Fire detection devices Manual Call Points

Addressable loop sounders Switch Monitoring unit (SMU) UV

IR sensor for detection of methanol flame Cable MS junction

boxes for loop in loop out of cable as per specifications and

integrating the same with existing repeater panel as per the

requirement The detailed specifications for the different

component of fire deduction system are as follows

2 A Multi‐sensor Detectors The smoke detectors shall be multi‐

sensor (heat and smoke) detector with isolator suitable for

detecting a wide range of smoke from slow smoldering and

fast flaming fire The detector shall have following features

bullSolid state addressing arrangement in combination with a

hand held programmer to configure the sensor

addressbullElectronics free mounting basebullTwin alarm LEDs for

360 Degree viewing and shall have blinking LED facilitybullThe

sensor shall have s removable chamber for ease of cleaning or

replacementbullAutomatic compensation for smoke sensor

contaminationbullShall have a built in test facility which allows

the fire alarm control panel to adjust the alarm threshold

levels to compensate for contamination and shall have a

maintenance alarm display when threshold can no longer be

adjustedbullOperating temperature ‐ 10 DegC to 50 DegC and

operating RH at 40 DegC‐95 RH

3 B Manual call stations Manual Call Stations should have in

built monitor module and pressbreak and resettable

capability constructed of high impact LEXAN sheet with clearly

visible operating instructions on the cover and the word FIRE

shall appear on front and suitable for surface mountingflush

mounting complete as required

Tender No SCLPS52019E0156401 43

4 C UV IR SensorThe UV‐IR flame detector shall operate on 24

VDC 0‐24mA current output suitable for detection of

Methanol flame with automatic built in test for reliable

operations and suitable for installation in Hazardous area zone

1and 2 with Class I Division 12 Gas group A B C The detector

shall not be susceptible to environmental conditions to

generate false alarms The entire system shall be rated for IP

66 or better and supplied with suitable mounting bracket The

system shall comply to the detailed specifications as listed

belowbullDetection Technology UV ‐ IR Electro‐optical

detectionbullDetection range 75 meterbullField of View greater

than equal to 90deg Both Horizontal and verticalbullResponse

Time less than equal to 5 secondsbullBuilt in Test Automatic

bullOperating Temperature Range 0 to + 75degCbullOperating

Humidity Range Continuous 95 non‐condensingbullAnalog

Output signal 4‐20mAbullAlarms amp Fault Normal 4 mA Fault

02 mA Alarm 20 mA + 10 verifiedbullOperating voltage 24

VDC ( 18‐32VDC)bullPower consumption Vendor to specify for

Standby and Alarm conditionbullSensor Calibration

Verification Sensor calibration as per OEM for certified

performancebullSensor Life 2 Years (minimum)bullSensor

Calibration vendor to carry out sensor calibration at site and

submit calibration certificate valid for one yearbullRFI EMI

SusceptibilitybullRequired EN 616326‐3 and EN 6100006‐3 or

equivalent IP protectionbullIP protection IP 66 or betterbullFault

Diagnostic Sensor Fault (end of life) other informationbullSelf‐

Check Test Automatic during start‐upbullHousing SS 316

Epoxy Painted Aluminium die castbullStart‐up Time Vendor to

specifybullApprovalcertification PESO and ATEX ‐ Ex d IIC C

Class 1 Div 12 Group A B C DNote Vendor shall arrange

the 230V AC to 24V DC Power supply module along with half

an hour Battery Back up in MS powder coated Enclosure

Input Power supply (230V AC) for Power Supply module shall

Tender No SCLPS52019E0156401 44

be provided by SCL

5 D SMU Unit for UV IR sensor Supply installation testing and

commissioning of Switch Monitoring Unit (SMU) to configure

the UV IR sensors with fire detection system as requiredE

SoundersAddressable Sounders shall be loop powered with

all fixing materials complete as required The sound level shall

be 100dB (A)

6 F Fire Alarm Control Panel (FACP) bullFACP shall be of 2

loopsbullFACP shall be suitable for 230V 50 Hz AC supply and

detectors shall be powered using FACP based detection

circuits Devices shall receive power and communication from

the same pair of conductorsbullFACP shall provide for resetting

detectors fault isolation and sensor loop operationbullFACP

shall be suitable for mixing different fire devices and beam

smoke detectors within the same loop to optimize field

wiringbullFACP shall have alarm indication of individual sensors

detector trouble alarm indication for dust accumulation The

panel shall check detector once in every 24 hours for

contamination for this purposebullThe FACP shall regularly

supervise all the sensors and devices on the loop and initiate

fire or trouble alarm whenever requiredbullFACP shall have 2

wire circuits to connect minimum of 126 addressable devices

per loopbullFACP shall be with repeater interface and suitable

24V battery with built in software and 2 x 40 character

alphanumeric LCD display and necessary front panel control

keys FACP shall display the date time and description for

Analog sensors to indicate alarms and trouble

situationsbullFACP switches shall allow authorized personnel to

accomplish the following ‐bullInitiate a general alarm

conditionbullSilence the local audiblebullSilence the alarm

signalsbullReset all zonespointsbullFACP shall have walk test

facilitybullShall have facility for programming from the key

board or utilizing PC set up software via laptopdesk top

Tender No SCLPS52019E0156401 45

computerbullShall have memory data for panel configuration

and operation reside in non‐volatile memory (EPROM)bullFACP

shall have facility for speech processor (to record pre‐

recorded message of 20 S) and also have Auto Dialer facility

(can dial up to 8 different lines)bullAll addressable units shall be

connected to the FACP through the loop cards and shall be

addressed though individualized numbers The FACP shall be

able to obtain analog value for all detectors in the circuit

through a pulsed digitized current data The FACP shall be

able to analyze all analog inputs from all addressable units

and though its own software and ambient level screening the

FACP shall be able to identify fire possible fire or fault

conditions The unit supervision shall be dynamic and

continuousbullThe FACP shall itself have all loop cards in it No

isolated mother board or transponder shall be

consideredbullShortopen circuit units shall also be reported at

the FACP in such cases the system through the use of fault

isolators shall be able to isolate that segment between the

two fault isolators The missing DetectorsDevices shall also

be reported to the FACP with identification of the

locationbullThe FACP shall have the facility to set smoke sensor

sensitivity remotely to either high sensitivity manually or on a

pre‐programmed sequence (Ie DayNight) period When an

alarm condition is sensed at the FACP from a smoke or heat

detector a delay timealarm verification period shall be

started If the sensor is still in alarm after the delay time

expired an alarm condition is reported The delay time shall

be adjustable from 0 to 990 secondsbullThe FACP shall have

either an in‐built or external printer coupled to the FACP

which shall log all events with time The printout shall clearly

indicate the event‐FirePre‐AlarmFault etc with the unit

address and timebullThe FACP shall also be able to discriminate

between false alarms and fire conditions as well as priority

selection of alarm in case alarm activities in two or more

Tender No SCLPS52019E0156401 46

remotely located units simultaneously In such cases the

Manual Call stations shall have the highest prioritybullThe FACP

shall also be able to actuate switches automatically in case of

Fire condition of AHUs and power supply or other system such

as piped pressurized gas supplybullThe system shall be fail safe

and adequate safe guards should be under taken that in the

event of a failure of a part of the system it shall not handicap

the complete system The loop cards shall be of Modular

constructionbullThe FACP shall have its own battery backup of a

minimum of 48 hours in normal run and then half an hour in

alarm condition The backup time calculation shall be done as

per TAC standards The Battery shall be 2 x 12V (24V) DC and

of sealed maintenance free type housed inside the FACPbullIt

shall be able to withstand temperature variations from 0

Degree Centigrade to 55 Degree Centigrade Further Relative

Humidity (non‐condensing type) up to 93 shall not hamper

its performance The voltage rating shall be from 17V DC to

31V DC though the voltage may be change depending upon

the working voltages of a proprietary FACPbullThe FACP shall be

totally enclosed dust and vermin proof type made of

minimum 16‐gauge dust inhibited sheet with even baked

finish The FACP shall be of completely solid state designbullThe

logic circuitry shall be based on high noise immunity solid‐

state hardware employing modular construction Logic cards

shall be of epoxy fiber glass constructionbullThe FACP shall have

EN 54ULFM approvalbullThe panel shall have an extra loop

card to serve as standby in case of burnout or malfunctioning

of any operating loop cardsbullThe FACP shall be capable of

being networked (future expansion) with other similar FACPs

located at different locations of SCL premises through a single

RS 485 busbullThe FACP shall have provision for interfacing with

the Public Address System

7 G Repeater panelScope comprises of supply and installation

Tender No SCLPS52019E0156401 47

of Repeater Panel which display fire fault message

simultaneously with the FACP bullIt shall be capable of

interfacing with the FACP on a single RS 485 Bus bullThe panel

shall be capable of operating on 24V DC supplybullThe

independent 24V DC supply source to be installed in MS

cubicle Box duly powder coated paint along with repeater

panelbullThe panel shall have 2 x 40‐character backlit display

which shall display date time and description of alarm

trouble events are that displayed in the panel shall be

powered from the FACPbullIt shall have control keys for sound

silence mute and to reset the FACP from the repeater

stationsbullThe repeater panel shall have the following LEDs

indicationsbullSupply bullFault bullMute bullSilent bullDisabled

bullFire

8 H Fire CableSupply and installation of 2Cx15mm2 Copper

extruded PVC inner sheath armored and overall FRLS PVC

outer sheathed 11 KV grade as per IS 7098 (Part I bearing ISI

certification) on existing cable traywallsoft soilhard soil as

required

9 I Fire Cable terminationSupplying and making end

termination with brass compression gland and copper lugs for

2Cx15mm2 Copper cable in MS Box of Size 4X4 installed

above the false ceilingwallsurface as required

10 J Junction Box for Fire devicesSupply installation testing and

commissioning of MS painted box Size 4X4 with ELMEX type

terminal block for loop in loop out of 2c x15 sq mm copper

armored cable and connection to the fire detector device on

wallsurfacerecess including wall cutting and providing

necessary hardware for mounting fixing including all

material for fixing as required

Tender No SCLPS52019E0156401 48

TECHNICAL SPECIFICATION‐4

Item Specifications ‐IV

Sl No Specifications Compliance

(Yes No)

Offered Specifications Remarks

1 A NetworksLAN The detailed specification for the network

rack switch cable cords IOs face plates etc and the

required accessories shall be as below CAT 6A or better cable

shall be laid in the PVC Conduit The detailed specifications

for the different component of networksLAN are as follows

2 bull Rack Supply installation testing and commissioning of UL

listed modular type 12U network rack with front glass door

and rear perforated door floor mounted Size 550x550 with

1 No of 5 port Octagonal PDU 515Amp with MCB and Fan

Tray with minimum 2 Fans The rack should have provision of

2 nos of cable manager duct type 1U and 2 vertical manager‐

concealed type Rack should be three sides openable with

front glass door and rear perforated door and provision of

cable entry from top and bottom both with proper earthing

kit as requiredRecommended Make Rittal Netrack

Schneider Valrack

3 bull Network Switch Supply amp installation of Network Switch in

Network Rack with the following specification as belowSwitch

shall haveamp61607Port Density Minimum 8 101001000

BaseT Ports amp 4‐1G SFP Ports ready for use with SFP module

Ports shall support PoE on all ports with PoE budget of

180Wamp61607Architecture Stand‐alone rack

mountableamp61607Bandwidth minimum 56Gbps of

switching bandwidth to support above listed ports in non‐

blocking configurationamp61607StackableScable support for

Tender No SCLPS52019E0156401 49

stacking multiple switchesamp61607Stacking backplane

bandwidth Access switch shall have additional port(s) for

providing minimum 40 Gbps stacking bandwidthamp61607L2

Features 8021x authentication spanning tree

etcamp61607Networkjflowsflow or equivalent provision for

Networkjflowsflow or equivalent supportamp61607Network

Management support Network Management through

command line interface (CLI) SNMP v1 v2c v3

httpsamp61607IPv6 Readiness IPv6 Readiness from day

1amp61607RegulatorySafety confirming to UL60950 amp

EN60950amp61607EALNIAP certified Model No shall be EAL

or NIAPNDPP certifiedRecommended Make Cisco Juniper

HP Brocade dell

4 bull CAT 6A Cable Supply and installationlaying of category 6A

or better 4 pair shielded cable UFTP or FUTP in PVC

Conduit sheath type low smoke zero halogen (LSZH) with

transmission properties amp electrical properties tested

minimum up to 500MHz amp verified by ETL amp comply with

ANSITIAEIA‐568‐C2 amp ISOIEC 11801 Recommended make

Commscope Schneider Molex Siemon

5 bull Patch Panel Supply installation testing and commissioning

of CAT6A PatchJack Panel of 24 Port fully loaded in Network

rack with port identification number with self‐adhesive clear

label holder Each portjack on the panel should be

individually removable on field from the panel and have

integrated rear cable management metallic shelf and have a

separate provision of grounding Recommended make

Commscope Schneider Molex Siemon

6 bull Patch Cords (1 meter) Supply installation testing and

commissioning of Patch Cords Cat 6A shielded 1 meter in

Network rack with 4 pair shielded copper wire factory pre

terminated with shielded RJ45 plugs Aluminumpolyester

Tender No SCLPS52019E0156401 50

shield screen material with low smoke Zero halogen sheath

comply to TIA‐568‐C2 Cat 6A in IOs of Network

RackRecommended make Commscope Schneider Molex

Siemon

7 bull Patch Cords (3 meter) Supply installation testing and

commissioning of Patch Cords Cat 6A shielded 3 meter in

Network rack with 4 pair shielded copper wire factory pre

terminated with shielded RJ45 plugs Aluminumpolyester

shield screen material with low smoke Zero halogen sheath

comply to TIA‐568‐C2 Cat 6A at field side Recommended

make Commscope Schneider Molex Siemon

8 bull Information outlet Supply and installation of Shielded Cat

6A information outlet UFTP or FUTP compliance to category

6A or better TIA568C2‐500MHz at field sideRecommended

make Commscope Schneider Molex Siemon

9 bull Face Plate (Dual) Supply and installation of single gang

square face plate (Dual) and SMB Box with a provision to

support variety of jacks‐ UTP STP etc at the field

sideRecommended make Commscope Schneider Molex

SiemonbullFace plate (single) Supply and installation of square

face plate ( single) with a provision to support variety of jacks‐

UTP STP etc at the field sideRecommended make

Commscope Schneider Molex Siemon

10 bull SMB Box Supply and installation of SMB Box for face plate

(DualSingle) as required Recommended make Commscope

Schneider Molex Siemon

11 bull Other Accessories amp61607Supply and Installation of

25mm electrical grade ISI mark PVC Conduit in

wallfloorslabsurface including wallfloor cutting and

making good the same as required Recommended make

Reputed ISI Markamp61607Supply and installation of OFC SM

Tender No SCLPS52019E0156401 51

OS2 Cable in existing 32mm HDPE pipe as

requiredamp61607Supply and Laying of 32mm HDPE pipe

direct in ground including excavation sand cushioning

protective covering and refilling the trench including standard

cable route marker etc as requiredamp61607Supply and

installation of SC simplex single‐mode LSZH pigtail 1m as

requiredamp61607Supply and installation of adaptor plate

with 3 SC duplex SM adaptors as requiredamp61607Splicing of

OFC as per Core as requiredamp61607Supply and installation

of accessories for making the Chamber Pit‐ 1Mtr Depth with

Lid for housing OFC as requiredamp61607Trenching of

HardSoft Soil as required

12 B Paging The scope includes supply installation testing and

commissioning of Supply and installation of IP 65 or better

explosion proofWP loud speaker anticorrosive powder

coated red (RAL‐3000) suitable for Zone I amp II Class II C

Hardware SS304 as per IS2148 and equivalent to model FLSR

25 of Baliga with necessary support gland as required and

installing the same on wallsurface with GI supports as

required and connecting the same with wire The Scope also

includes supply and installation of 2Cx15mm2 FRLS armored

and PVC sheath twisted pair wire their termination tagging

glanding earthing etc as required for speakers and other

accessories requires for smooth commissioning of the paging

system

Vendor Specificied Terms

Description Vendor Terms

Tender No SCLPS52019E0156401 52

1Delivery Term

Prices shall be quoted on F O R destination basis ie S C L S A S Nagar Mohali

Punjab exclusive of GST and taxes as may be applicable

2 GST

Purchaser is entitled to concessional GST of 5 as per Ministry of Finance

Department of Revenue Notification No 472017 Integrated Tax (Rate) both

dated 14th November 2017 respectively and would accordingly issue Exemption

Certificate in favour of the contractor quoting in Indian Rupees The bidder

should take note of the same while quoting the prices in Indian Rupees GST on

installation services shall be applicable 18

3 DELIVERY SCHEDULEPERIOD OF COMPLETION

The time allowed for supply installation testing and commissioning of the entire

works shall be 06 (Six) months to be reckoned form the 7th day of issue of

purchase order

4 IMPORTANT

This being a two part Tender Technical and Commercial parts separate the

bidder should not attach any document(s) containing pricing information with

technical part The Contractor will provide Un priced commercial offer in

envelope 1 (Technical Part) as an attachment

The tenders containing price information in Technical Part will be treated as

unsolicited offers and rejected Contractor to confirm that Price bid is not

attached in Envelope 1 ie Technical Part

Priced Commercial offer if any should be attached in Envelope 2 (Price Bid)

under Supporting Documents from Vendor (Commercial) as an attachment

5 The prices shall remain firm until completion of entire project including

extended period if any No cost escalation shall be applicable for the work

Tender No SCLPS52019E0156401 53

6 SECURITY DEPOSIT

a) On acceptance of the tender the Contractor shall submit security deposit for

ten percent (10 percent) of the value of the Contract within 15 days from the

date of purchase order If the Contractor fails toprovide the security within the

period specified such failure shall constitute a breach of the Contract and the

Purchaser shall be entitled to make other arrangements for the re purchase of

the stores contracted at the cost and risk of the Contractor

b) Security Deposit shall be submitted through Demand Draft Bankers Cheque

fixed deposit receipt or Bank Guarantee from any of the Scheduled Banks

executed on nonjudicial stamp paper of appropriate value and shall be valid for

a period of sixty (60) days beyond the date for completion of the Purchase

OrderContract

c) In case the contractor fails to furnish the security deposit within the specified

date or extended due date the Purchase OrderContract shall be cancelled and

in addition appropriate penal action may also be considered

d) After the Purchase OrderContract is successfully executed in all respects the

Bank Guarantee towards Security Deposit may be discharged and retained

amount shall be refunded to vendors

e) In the event of non execution of the Purchase orderContract or breach of any

terms and conditions of the Purchase Order the Security Deposit shall be

forfeited

7 Warranty

The Contractor shall provide for the tendered job comprehensive warranty for

parts as well as labour for a period of 12 months from the date of successful

installation commissioning and testing of the system at Purchasers site at no

extra charges against any manufacturing defectfaulty workmanship In case any

defect arises during warranty period the Contractor should replacerectify the

same at its own cost at siteworks

The LED light fittings and its driver unit etc shall have warranty for a period of 5

Tender No SCLPS52019E0156401 54

years from the date of installation and commissioning

8 Warranty Replacements

All replacement parts if any shall be supplied by the Contractor free of cost on F

O R Purchaser site at S A S Nagar Punjab basis

9 TERMS OF PAYMENT

The payment shall be remitted as under

90 of the value of the materials supplied shall be paid within 30 days of the

receipt of the materials at purchaser site and the balance 10 amount along

with 100 installation charges shall be payable on successful installation

commissioning and acceptance of the entire project at Purchasers site against a

Performance Bank Guarantee

10 PERFORMANCE BANK GUARANTEE (PBG)

The Contractor shall furnish a Bank Guarantee (as per format given by purchaser)

from any nationalized scheduled bank for an amount equivalent to 10 of the

value of the Contract and shall be valid for a period of 60 days beyond the expiry

date of warranty period On the performance and completion of the Contract in

all respects the Bank Guarantee will be returned to the Contractor without any

interest

11 VALIDITY

The tender must be valid for a minimum period of 120 days from the date of

opening of Technical bid and 90 days after opening of Price bid

The tender where the validity period is shorter than the period specified in the

tender enquiry shall be excluded from the procurement process

12 Quantity Variation

The quantities indicated against each items in the Bill of Quantities (BOQ) are

indicative and are for the purpose of bidding only Variation in quantities up to

Tender No SCLPS52019E0156401 55

+25 percent shall be carried out by the contractor on the agreedPurchase order

(PO) rates and terms amp conditions as in the purchase order (PO)

13 GUARANTEED TIME DELIVERY

The time for and the date of delivery stipulated in the Purchase Order shall be

deemed to be the essence of the Contract Delivery must be completed within

the date specified therein

14 Extra Items

In case of extra items (that are completely new and are in addition to the items

contained in the contract) the contractor may claim rates supported by proper

analysis and purchaser engineer in charge of the work shall after giving

consideration to the analysis of the rates submitted by the contractor determine

the rates on the basis of market rates and the contractor shall be paid in

accordance with the rates so determined The contractor(s) profit amp OH shall be

factored in the rate analysis 15

15 CONSIGNEE

Sr Purchase and Stores Officer (Stores)

Semi Conductor Laboratory

Sector 72 SAS Nagar (Mohali) Punjab

India 160 071

16 INSTALLATION AND COMMISSIONING

Installation commissioning and demonstration of performance of the tendered

stores as per Purchaser tendered specifications shall be carried out by the

Contractor at Purchaser site at S A S Nagar Punjab India

The Contractor shall provide in advance guidelines for preparation of the

installation site and list of items to be supplied by Purchaser during installation

Tender No SCLPS52019E0156401 56

On receipt of intimation from the Purchaser the Contractor shall depute its

engineer(s) to Purchaser site within two weeks to carry out installation and

commissioning and will demonstrate the functionality of the tendered

equipment to Purchaser specifications as per mutually agreed acceptance

procedure The Contractor shall be responsible for any lossdamages sustained

due to delay on the part of the Contractor to send its engineer for installation

and commissioning

Failure to commission the tendered equipment successfully shall entitle

Purchaser to full refund of the payment made and the interest thereon Decision

regarding successful installation and commissioning shall rest solely with the

Purchaser

17 REJECTION

In the event that any of the stores supplied by the Contractor is found defective

in material or workmanship or otherwise not in conformity with the

requirements of the Contract specifications the purchaser shall either reject the

stores or request the Contractor in writing to rectify the same The Contractor

on receipt of such notification shall either rectify or replace the defective stores

free of cost to the purchaser If the Contractor fails to do so the purchaser may

at his option either

a) replace or rectify such defective stores and recover the extra cost so involved

from the Contractor or

b) terminate the Contract for default as provided in this tender document

18 EXTENSION OF TIME

If the completion of supply of stores is delayed due to reason of force majeure

such as acts of god acts of public enemy acts of Government fires floods

epidemics quarantine restriction strikes freight embargoes etc the

Contractor shall give notice within 15 days to the purchaser in writing of his

claim for an extension of time The purchaser on receipt of such notice after

verification if necessary may agree to extend the Contract delivery date as may

Tender No SCLPS52019E0156401 57

be reasonable but without prejudice to other terms and conditions of the

Contract

19 DELAY IN COMPLETIONLIQUIDATED DAMAGES

If the Contractor fails to deliver the stores within the time specified in the

Contract or any extension thereof the purchaser shall recover from the

Contractor as liquidated damages a sum of one half of one percent (05 percent)

of the Contract price of the undelivered stores for each calendar week of delay

The total liquidated damages shall not exceed ten percent (10 percent) of the

Contract price of the unit or units so delayed Stores will be deemed to have

been delivered only when all their component parts are also delivered If certain

components are not delivered in time the stores will be considered as delayed

until such time as the missing parts are delivered Delivery of stores shall be

complete on Installation commissioning Testing and Acceptance

20 INSPECTION AND ACCEPTANCE TEST

The Purchasers representatives shall also be entitled at all reasonable times

during manufacture to inspect examine and test on the Contractors premises

the material and workmanship of all stores to be supplied under this Contract

and if part of the said stores is being manufactured on other premises the

Contractor shall obtain for the purchasers representative permission to inspect

examine and test as if the equipment were being manufactured on the

Contractors premises

Such inspection examination and testing shall not release the Contractor from

the obligations under this Contract

For tests on the premises of the Contractor or of any of his sub Contractors the

Contractor shall provide free of cost assistance labour material electricity fuel

and instruments as may be required or as may be reasonably needed by the

purchasers representative to carry out the tests efficiently

When the stores have passed the specified test the purchaser representative

shall furnish a certificate to the effect in writing to the Contractor The

Tender No SCLPS52019E0156401 58

Contractor shall provide copies of the tests certificates to the purchaser as may

be required

21 Labour Law Contractor shall abide by all labour laws rules and regulations

which are prevailing and as enforced from time to time and SCL shall not be

responsible for any accident or mishap during the course of the contract to any

of engineer labour employee by the Contractor The contractor shall also ensure

that the statutory obligations with regards to the employment of labour under

law are complied properly and timely

22 ARBITRATION

In the event of any disputes differences or claims arising out of or relating to

the interpretation and application of the Contract such disputes or differences

or claims shall be settled amicably by mutual consultations of the good Offices

of the respective Parties and recognizing their mutual interests attempt to reach

a solution satisfactory to both the parties If such a resolution is not possible

within 30 days from the date of receipt of written notice of the existence of such

disputes then the unresolved disputes or differences or claims shall be

referred to the Sole Arbitrator appointed by the Parties by mutual consent in

accordance with the rules and procedures of Arbitration and Conciliation Act

1996 as amended from time to time The arbitration shall be conducted in New

Delhi in the Arbitration and Conciliation Centre New Delhi (Domestic and

International) as per its rules and regulations The expenses for the Arbitration

shall be shared equally or as may be determined by the Arbitrator The

considered and written decision of the Arbitrator shall be final and binding

between the Parties The applicable language for Arbitration shall be English

only Work under the Contract shall be continued by the CONTRACTOR during

the pendency of arbitration proceedings without prejudice to a final adjustment

in accordance with the decision of the Arbitrator unless otherwise directed in

writing by the DEPARTMENT or unless the matter is such that the works cannot

be possibly continued until the decision (whether final or interim) of the

Arbitrator is obtained

23 APPLICABLE LAWS The contract shall be interpreted construed and

Tender No SCLPS52019E0156401 59

governed by laws of IndiaThe contract shall be subject to exclusive Jurisdiction

of the Court of SAS Nagar (Mohali) Punjab India irrespective of anything

mentioned in any correspondences or otherwise

24 Any Other Term

Tender No SCLPS52019E0156401 60

Supporting Documents from Vendor

Attachment ‐ I

Attachment ‐ II

Price Bid Form

Item Description Slab Range Qty UOM Currency Unit Price Total Price

Supply of MCC Panels cables

cable trays lightings etc for

electrical distribution system

including fire detection

system LAN Paging etc for

the Chemical Store building as

per detailed specifications

technical write‐updrawings

attached

‐ 1 Lot ‐ ‐ ‐

Installation Testing and

Commissioning of MCC

Panels cables cable trays

lightings etc for electrical

distribution system including

fire detection system LAN

Paging etc for the Chemical

Store building as per detailed

specifications technical write‐

updrawings attached

‐ 1 Lot ‐ ‐ ‐

Tender No SCLPS52019E0156401 61

Break‐up of other taxes and other costs should be specified in respective narration columns

Sum of these Break‐up values should be specified in respective value columns

Supporting Documents from Vendor (Commercial)

Document attachment with price bid

Attachment ‐ I

Attachment ‐ II

  • pdf_document_tndr_notc_electrical_distribution_system_051119
  • pdf_document_tndr_doc_electrical_distribution_system_051119
Page 19: -72, -160071 चंडीगढ़ के समीप पंजाब भारत...स म -क डक टर ल ब र टर /Semi-Conductor Laboratory अ त रक ष वभ

Tender No SCLPS52019E0156401 18

a) If in the judgement of the Purchaser the Contractor fails to makedelivery of Stores within the time

specified in the Contract agreement or within the period for which extension has been granted by the

Purchaser to the Contractor

b) If in the judgment of the Purchaser the Contractor fails to comply with any of the other provisions of

this Contract

15 In the event the Purchaser terminates the Contract in whole or in part as provided in Clause 14 the

Purchaser reserves the right to Purchase upon such terms and in such a manner as he may deem

appropriate stores similar to that terminated and the Contractor shall be liable to the Purchaser for any

additional costs for such similar stores andor for liquidated damages for delay as defined in Clause 19

until such reasonable time as may be required for the final supply of stores

151If this Contract is terminated as provided in Clause 14 the Purchaser in addition to any other rights

provided in this Article may require the Contractor to transfer title and deliver to the Purchaser under

any of the following clauses in the manner and as directed by the Purchaser

a) Any completed stores

b)Such partially completed stores drawing information and Contract rights (hereinafter called

manufacturing material) as the Contractor has specifically produced or acquired for the performance of

the Contract as terminated The Purchaser shall pay to the Contractor the Contract price for completed

stores delivered to and accepted by the purchaser and for manufacturing material delivered and

accepted

152 In the event the Purchaser does not terminate the Contract as provided in Clause 14 the

Contractor shall continue the performance of the Contract in which case he shall be liable to the

purchaser for liquidated damages for delay as set out in Clause for DELAY IN COMPLETION

LIQUIDATED DAMAGES until the stores are accepted

16 REPLACEMENT

If the stores or any portion thereof is damaged or lost during transit thePurchaser shall give notice to

the Contractor setting forth particulars of such stores damaged or lost during transit The replacement

of such stores shall be effected by the Contractor within a reasonable time to avoid unnecessary delay in

the intended usage of the Stores In case the purchaser agrees the price towards replacement items

shall be paid by the purchaser on the basis of original price quoted in the tender or as reasonably

worked out from the tender

17 REJECTION

In the event that any of the stores supplied by the Contractor is found defective in material or

workmanship or otherwise not in conformity with the requirements of the Contract specifications the

purchaser shall either reject the stores or request the Contractor in writing to rectify the same The

Tender No SCLPS52019E0156401 19

Contractor on receipt of such notification shall either rectify or replace the defective stores free of cost

to the purchaser If the Contractor fails to do so the purchaser may at his option either

a) replace or rectify such defective stores and recover the extra cost so involved from the Contractor or

b) terminate the Contract for default as provided under clause 14 above or

c) acquire the defective stores at a reduced price considered equitable under the circumstances The

provision of this article shall not prejudice the Purchasers rights under clause 19

18 EXTENSION OF TIME

If the completion of supply of stores is delayed due to reason of force majeure such as acts of god acts

of public enemy acts of Government fires floods epidemics quarantine restriction strikes freight

embargoes etc the Contractor shall give notice within 15 days to the purchaser in writing of his claim

for an extension of time The purchaser on receipt of such notice after verification if necessary may

agree to extend the Contract delivery date as may be reasonable but without prejudice to other terms

and conditions of the Contract

19 DELAY IN COMPLETION LIQUIDATED DAMAGES

If the Contractor fails to deliver the stores within the time specified in theContract or any extension

thereof the purchaser shall recover from theContractor as liquidated damages a sum of onehalf of one

percent (05percent) of the Contract price of the undelivered stores for each calendar week of delay

The total liquidated damages shall not exceed ten percent (10 percent) of the Contract price of the unit

or units so delayed Stores will be deemed to have been delivered only when all their component parts

are also delivered If certain components are not delivered in time the stores will be considered as

delayed until such time as the missing parts are delivered

20 GUARANTEE and REPLACEMENT

a) The Contractor shall guarantee that the stores supplied shall comply fully with the specifications laid

down for material workmanship and performance

b) For a period of twelve months after the acceptance of the stores if any defects are discovered

therein or any defects therein are found to have developed under proper use arising from faulty

materials design or workmanship the Contractor shall remedy such defects at his own cost provided he

is called upon to do so within a period of 14 months from the date of acceptance thereof by the

Purchaser who shall state in writing in what respect the stores or any parts thereof are faulty

c) If in the opinion of the purchaser it becomes necessary to replace or renew any defective stores such

replacements or renewals shall be made by the Contractor free of all costs to the purchaser provided

the notice informing the Contractor of the defect is given by the purchaser in this regard within the said

period of 14 months from the date of acceptance thereof

Tender No SCLPS52019E0156401 20

d) Should the Contractor fail to rectify the defects the purchaser shall have the right to reject or repair

or replace at the cost of the Contractor the whole or any portion of the defective stores

e) The decision of the Purchaser notwithstanding any prior approval or acceptance or inspection

thereof on behalf of the purchaser as to whether or not the stores supplied by the Contractor are

defective or any defects has developed within the said period of 12 months or as to whether the nature

of the defects requires renewal or replacement shall be final conclusive and binding on the Contractor

f) To fulfill guarantee conditions outlined in Clause 20 (a) to (e) above the Contractor shall at the option

of the purchaser furnish a Bank Guarantee (as prescribed by the purchaser Bank Guarantee format

enclosed) from a Bank approved by the purchaser for an amount equivalent to 10Percent of the value of

the Contract along with first shipment documents On the performance and completion of the Contract

in all respects the Bank Guarantee will be returned to the Contractor without any interest

g) All the replacement stores shall also be guaranteed for a period of 12 months from the date of arrival

of stores at purchasers site

h) Even while the 12 months guarantee applies to all stores in case where a greater period is called for

by our specifications then such a specification shall apply and in such cases the period of 14 months

referred to in Clause 20 (b) and (c) shall be asked for guarantee period plus two months

21 REQUIREMENT OF ADDITIONAL NUMBERS OF THE STORESSPARE PARTS ORDERED

The Contractor shall also undertake the supply of additional number of items covered by the order as

considered necessary by the purchaser at a later date the actual price to be paid shall be mutually

agreed to after negotiations

22 PACKING

a) The Contractor wherever applicable shall pack and crate all stores for sea air shipment as applicable

in a manner suitable for export to a tropical humid climate in accordance with internationally accepted

export practices and in such a manner so as to protect it from damage and deterioration in transit by

road rail or sea for space qualified stores The Contractors shallbe held responsible for all damages due

to improper packing

b) The Contractor shall ensure that each box unit of shipment is legible and properly marked for

correct identification The failure to comply with this requirement shall make the Contractor liable for

additional expenses involved

c) The Contractor shall notify the purchaser of the date of shipment from the port of embarkation as

well as the expected date of arrival of such shipment at the designated port of arrival

d) The Contractor shall give complete shipment information concerning the weight size content of each

packages etc

Tender No SCLPS52019E0156401 21

e) Transshipment of equipment shall not be permitted except with the written permission of the

purchaser

f) Apart from the despatch documents negotiated through Bank the following documents shall also be

airmailed to the purchaser within 7 days from the date of shipment by sea and within 3 days in case of

air consignments

a) Commercial Bill of Lading Air Way Bill Post parcel Receipt (Two nonnegotiable copies)

b) Invoice (3 copies)

c) Packing List (3 copies)

d) Test Certificate (3 copies)

e) Certificate of Origin

The Contractor shall also ensure that one copy of the packing list is enclosed in each case

23 ARBITRATION

In the event of any disputes differences or claims arising out of or relating to the interpretation and

application of the Contract such disputes or differences or claims shall be settled amicably by mutual

consultations of the good Offices of the respective Parties and recognizing their mutual interests

attempt to reach a solution satisfactory to both the parties If such a resolution is not possible within 30

days from the date of receipt of written notice of the existence of such disputes then the unresolved

disputes or differences or claims shall be referred to the Sole Arbitrator appointed by the Parties by

mutual consent in accordance with the rules and procedures of Arbitration and Conciliation Act 1996 as

amended from time to time The arbitration shall be conducted in New Delhi in the Arbitration and

Conciliation Centre New Delhi (Domestic and International) as per its rules and regulations The

expenses for the Arbitration shall be shared equally or as may be determined by the Arbitrator The

considered and written decision of the Arbitrator shall be final and binding between the Parties The

applicable language for Arbitration shall be English only

Work under the Contract shall be continued by the CONTRACTOR during the pendency of arbitration

proceedings without prejudice to a final adjustment in accordance with the decision of the Arbitrator

unless otherwise directed in writing by the Purchaser or unless the matter is such that the works cannot

be possibly continued until the decision (whether final or interim) of the Arbitrator is obtained

24 LANGUAGE AND MEASURES

All documents pertaining to the Contract including specification schedule notice correspondence

operating and maintenance instructions drawings or any other writings shall be written in English

language The metric system of measurement shall be used exclusively in the Contract

25 INDEMNITY

Tender No SCLPS52019E0156401 22

The Contractor shall warrant and be deemed to have warranted that all Stores supplied against this

Contract are free and clean of infringement of any patent copyright or trade mark and shall at all times

indemnify the purchaser against all claims which may be made in respect of stores for infringement of

any right protected by Patent Registration of design or Trade Mark and shall take all risk of accident or

damage which may cause a failure of the supply from whatever cause arising and the entire

responsibility for the sufficiency of all the means used by him for the fulfillment of the Contract

26 COUNTER TERMS AND CONDITIONS OF SUPPLIERS

Where counter terms and conditionsprinted or cyclostyled conditions have been offered by the

supplier the same shall not be deemed to have been accepted by the purchaser unless specific written

acceptance thereof is obtained

27 SECURITY INTEREST

On each item to be delivered under this Contract including an item of work in progress in respect of

which payments have been made in accordance with the terms of the Contract purchaser shall have a

security interest in such items which shall be deemed to be released only at the time when the

applicable deliverable item is finally accepted and delivered to the purchaser in accordance with the

terms of the Contract Such security interest of the purchaser shall constitute a prior charge as against

any other charge or interest created in respect of such items by any entity

28 BANK CHARGES

While the purchaser shall bear the bank charge payable to his Bankers (State Bank of India) the

Contractor shall bear the Bank charges payable to his Bankers including the cheques towards advising

amendment commissions

29 TRAINING

The Contractor shall if required by the purchaser provide facilities for the practical training of

Purchasers engineering technical personnel from India and for their active association on the

manufacturing processes throughout the manufacturing period of the Contract stores number of such

personnel to be mutually agreed upon

30 APPLICABLE LAW

The Contract shall be interpreted construed and governed by the laws of India

Tender No SCLPS52019E0156401 23

BidTemplates

GENERAL CONDITIONS

Item Specifications

Sl No Specifications Complianc

e (Yes No)

Offered Specifications Remarks

1 Intent of the ProjectaThe scope of Project includes Supply

Installation Testing and Commissioning of electrical

distribution system including illumination MCC Panels fire

detection system Local Area Network (LAN) Paging etc for

the Chemical Store Building at Semi‐Conductor Laboratory

(SCL) Sector‐ 72 SAS Nagar Mohali (Punjab) bScope

includes receiving unloading storage insurance in‐plant

transportation and all equipment amp accessories covered under

this specificationcTechnical SpecificationBrief overview of

Equipment amp services under this specification is described

hereiGeneral SpecificationiiSupply amp Installation of

Electrical MCCPCC Panels MCB DB exhaust fan light fixtures

etciiiSupply amp Installation of wire cables conduits Modules

SwitchSockets termination earthing etcivSupply amp

Installation of Fire detection system and its

accessoriesvSupply amp Installation of NetworksLAN

systemviSupply and installation of material for Earthing and

lightning protection system viiAny other electrical

requirement for execution of the work dDrawing amp notes All

drawing amp notes as listed in the annexure form a part of this

specification

Tender No SCLPS52019E0156401 24

2 General Information for Site Condition The Contractor may

visit the site of work at SCL to acquaint themselves of the

actual site conditions

3 Code amp Standards All electrical equipment and accessories to

be furnished installed and commissioned under scope of

these specifications shall be designed manufactured tested

and installed in accordance with relevant Indian Standard

Specifications (ISS) Indian electricity rules and any other

applicable regulations

4 Period of CompletionThe time allowed for supply installation

testing and commissioning of the entire work shall be six (6)

months to be reckoned from the 7th day of issue of Purchase

order by SCL

5 Drawing Data and ManualsFollowing drawings documents

shall be submitted by the selected contractor for approval of

SCL for execution of the workaFoundation drawing of all

floor mounted Electrical panelsbGeneral Layout (GA)

drawing with dimension of all electrical equipment and Single

line drawings (SLDs) of electrical PanelcMake type and

catalogue of Switchgears of Electrical MCC Panels Power DBs

Power Cables and related accessories along with technical

leaflets data sheets etc to be provided by the contractor

The contractor shall offer recommended makes mentioned in

this document dEquipment data sheets furnishing

guaranteed performance figure for each type of

equipmenteTest certificates test results for each type of

equipmentfCheck lists and tests to be conducted during

erection testing amp commissioning of the individual

equipmentOn successful completion of the entire work the

Contractor shall provide lsquoAs Builtrsquo drawings for all the Systems

executed under the Contract Three (03) sets of hard copies

and one (01) set in soft copy (CDDVD) in Auto‐CAD and PDF

Tender No SCLPS52019E0156401 25

format shall be provided to SCL for its record and reference

Contractor shall also provide instruction Operation

manual(s) and maintenance manuals for the all equipment

system installed under the project

6 Eligibility Criteria Only those bidders meeting the below

mentioned eligibility criteria are eligible to participate in the

tendera Should have satisfactorily executed at‐least two (2)

similar works of value not less than Rs 50 Lakh each

involving inter alia power distribution works consisting of

MCCsPCCs of rating not less than 400 A 415 V 35 kA ( fault

level) MCBDBs lighting systems cabling during the last 5

years To ascertain eligibility for the work the participating

bidders shall enclose copy (ies) of the detailed Purchase

Order(s) and their completion certificate(s) evidencing

satisfactory completion of similar works issued by the

respective clientsorganisations Completion certificate for

works issued by private parties shall be supported by TDSb

Should not have incurred any loss in more than two years

during the last five (5) financial years ending 31st March 2019

c The Contractor should possess valid license of Class lsquoArsquo

Category Electrical Contractor issued by the State Licensing

Authorityd The contractor shall carry out the work in co‐

ordination with the civil works undertaken by other contractor

engaged by SCL

7 DeviationaContractor to clearly mention deviation(s) if any

from the specification in the unpriced techno‐commercial bid

bUnless such deviations are recorded in the deviation sheets

and submitted with the bid it will be assumed that the offer is

made in conformity with the tendered specification in all

respectscThe deviations shall be evaluated by SCL and

acceptance of the same shall be at the sole discretion of SCL

Tender No SCLPS52019E0156401 26

8 Quantity variationThe quantities indicated against each item

in the Bill of Quantities (BOQ) are indicative and are for the

purpose of bidding only Variation in quantities upto + 25

shall be carried out by the contractor on the agreedPurchase

Order (PO) rates and terms amp conditions as in the Purchase

Order (PO) In case of contract items which exceed the said

limit of +25 the contractor may claim revision of rates

supported by proof analysis and if the rate claimed in excess

of the rate specified in the bill of quantities SCLrsquos engineerndashin‐

charge of the work shall after giving consideration to the

analysis of rates submitted by the contractor determine the

rates on the basis of market rates and the contractor shall be

paid in accordance with the rates so determined The

Contractorrsquos profit amp OH shall be factored in the rate

analysis15

9 Extra ItemsIn case of extra items (that are completely new

and are in addition to the items contained in the contract) the

contractor may claim rates supported by proper analysis and

SCLrsquos engineer‐in‐charge of the work shall after giving

consideration to the analysis of the rates submitted by the

contractor determine the rates on the basis of market rates

and the contractor shall be paid in accordance with the rates

so determined The Contractorrsquos profit amp OH shall be factored

in the rate analysis15

10 Construction Power SupplyElectricity if available in the

premises may be provided to the contractor by Department

(SCL) only at a single point free of cost subject to the following

conditions ‐a)The Contractor has to make his own

arrangement to tap Electricity from a 3 phasesingle phase

supply from the location decided by the SCLrsquos Engineer‐in‐

charge (E‐I‐C)

Tender No SCLPS52019E0156401 27

11 Storage space site office Contractor will be provided a

lockable room within SCL premises for storage space subject

to availability Contractor will make at his own cost

temporary site office close to work site as per the location

decided by the E‐I‐C

12 Materialsystem submittalsMaterialssystems etc procured

by the selected Contractor for incorporation in the work will

be only of MakesManufacturers specified in the tender

document Submittals of the same shall be submitted by the

contractor for SCL review and approval

13 Other RequirementsbullErection testing amp commissioning of

items as per BOQbullSpecial tools amp tackles Party shall arrange

the ladderscaffoldingstair for working at height for cable

laying Fire detection system installation of light fixture

bullWork shall be executed as per the ISRO contractor safety

Manual Contractor to ensure that the manpower is equipped

with PPE for working at the site bullAll relevant drawing data

catalogues with instruction and trouble shoot manuals type

test certificates for the above accessoriesbullMaterials and

accessories which are necessary or used for satisfactory and

trouble free operation and maintenance of the above

equipmentrsquosmaterial shall also be furnished bullContractor

shall deploy skilled amp unskilled Labor qualified technical

Supervisor(s) erection tools amp tackles testing tools amp

equipment supplies consumables and hardware and

transport for timely and efficient execution of the

workbullContractor shall guarantee LED fixtures

(flameproofnon‐flameproof) for a period of 5 years from the

date of acceptance The contractorrsquos guarantee shall be

supported with a guarantee from the manufacturer(s) in this

regard

Tender No SCLPS52019E0156401 28

TECHNICAL SPECIFICATION‐1

Item Specifications ‐I

Sl No Specifications Compliance

(Yes No)

Offered Specifications Remarks

1 Internal Wiringa The electrical wiring installations and other

accessories shall comply with latest IS code 732 (part‐II) 1983

and National Electric Code‐1985b The word concealed means

it involves cutting of floor wall and making good after laying

the conduitMetal raceway as per the enclosed drawings by

the contractor as requiredc The contractor shall provide all

necessary components fixing materials accessories and

interconnections as per standard practice It is to be noted

that ceiling rose forms a part of the specifications hence not

indicated separately and shall be provided by the contractor

as requiredd Scope includes termination of wire ferruling

dressing cable tie etc as requirede The work shall be

executed as per the ISRO electrical specification available on

ISRO site wwwisrogovin in Schedule I to be read along with

the tender specification

2 LED LuminariesThe scope includes supply installation

testing commissioning of flame proofnon‐flameproof LED

lighting fixture at the ceiling level (about 55 meter height) in

the chemical store building outer periphery of the store

building electrical room AHU room at the first floor as per

drawings and discretion of E‐I‐C Architectural plan of the

building is attached Supply of required accessories such as

mounting brackets nuts bolts screws washers glands and

any other material required for installation of LED fixture as

per specifications mentioned in BOQ shall be part of the

specification Junction box as required for loop‐in and loop‐

Tender No SCLPS52019E0156401 29

out of the cable for flame proof light fixture will be in the

scope of the contractor LED light fittings will be suitable for

operation on 230V single phase AC supply The fitting shall

be supplied with all fixing material such as brackets nuts

bolts etc as required for installation of fittings Special

Conditions aLuminaire make (Brand) from among the

recommended make mentioned in the tender document shall

be clearly mentioned in Technical Bid along with complete

technical detailsbThe LED light fitting and its driver unit etc

shall have warranty for a period of 5 years from the date of

installation and commissioningcThe flame proof fixture shall

be provided along with the Petroleum and Explosives Safety

Organization (PESO) certification

3 Detailed Specification for LED Fixture a Flame Proof LED

Fixtures Supply and installation of flameexplosion proof high

efficiency 1 Phase 230 V 60W LED light fitting as per IS 2206

with luminous efficiency 100Lmwatt or better CRI gt 08 amp

THDlt10 IP‐66 as per ISIEC 605292001 made of Die cast

aluminium alloy Heat resistant amp tough clear dome glass

having enclosure as per Ex‐d GAS Gr IIA IIB IIC AS PER ISIEC

60079‐12007 amp ISIEC 60079‐02004 Area of classification

ZONE‐1 2 21 amp 22 and temperature class T‐6 or better as per

ISIEC 60079 complete with loop‐in loop‐out provision

Mounting bracket for mounting on the ceiling Double

compression cable gland shall be provided and install by the

contractor along with the light fitting Recommended Make of

fixture Baliga Stahl Sudhir SwitchgearRecommended make

of LED NICHIA CREE PHILIPS LUMILED OSRAMb General

LED fixtures Supply amp fixing of wallceiling mounted batten

type 20W LED tube light (Four feet) luminaire with efficient

driver (efficiency shall be more than 90) amp with minimum

lumens output of 2000 lumens per lamp comprising of nano

diffuser technology complete with efficient amp constant

Tender No SCLPS52019E0156401 30

current output driver suitable for operation on 230V single

phase 50Hz AC supply efficient heat sink effective thermal

management and with colour temperature shall be gt 6000K

The LED with suitable control gear and power factor gt09 LM

79 certification for luminaireLM80 certificate for LED shall be

submitted and with other standard accessories prewired

including necessary interconnections complete in all respects

and as directed by EIC (Similar to Philips Astra or equivalent)

Recommended make of fixture Philips GE Trilux

LTRecommended make of LED NICHIA CREE PHILIPS

LUMILED OSRAM

4 c Street Light Fixture Supply and installation of 72W75W

LED Street Light fixture with High‐brightness White LEDs

sources with high transmittance flat toughed glass cover and

peanut LENS on each LEDs System luminous efficacy 100

LmsWatt 5600K colour temperature amp 70 CRI value for

ensuring good quality light output Life of at‐least 50000

hours at 70 lumen maintenance ampLED driver efficiency gt

85 Power factor greater than 095 THDlt10 amp min 3KV

surge protection with operating voltage range from 120‐270V

for ensuring lifelong high performance of luminaire the

fixture shall be made of LM‐6 Pressure die‐cast aluminium

with engraved company name amp have IK05 amp IP66 Class

protection with NABL Accredited LM‐79 amp LM‐80 Report

Mounting pole mounted upto a height of 8 meter and pole

bracket diameter of 48‐60 mm (adjustable) Recommended

make of fixture Trilux Philips GE LTRecommended make of

LED NICHIA CREE PHILIPS LUMILED OSRAM

5 Street Light Pole Providing and installation of hot dipped

galvanized swaged tubular 9‐meter‐long with planting depth

15 metersiexclbrvbar street light poles The effective length of each

section shall be‐ bottom 5 meters middle 2 meters and top 2

meters The outside dia and thickness of pole shall be

Tender No SCLPS52019E0156401 31

minimum 11430x440mm 889x4085mm 761x325mm

respectively as required The pole shall be provided with

necessary bracket (inclination 105115 degree length 15

meter dia 45 mm ) for mounting upto 72 W LED street light

fixture Each pole shall have a weather proof

loopingterminal box clamped at 550 mm above ground level

along with a suitable earth terminal The looping box shall be

provided with a suitable Power terminal arrangement to loop

4C x10sqmm size cable and MCB5A fuse cut‐out A base

plate 300 x300x10mm shall be welded to the bottom of the

pole Both underground cable and GI earth wire shall be

terminated at the terminal looping box in the looping zone

Further wiring to the light fixture shall be done with three

core flexible copper wire (2core for power supply and third

core for earthing)GI tubular pole shall be installed in cement

concrete 136 (1 cement 3 coarse sand 6 graded stone

aggregate 40 mm nominal size) foundation including

excavation and refilling etc Party to cast 2 run of 32 mm MS

conduit for cables upto a height of 550mm from ground level

for loop in loop out of cable The civil work for street light pole

foundation forms a part of installation of the work and will be

done by the party as required for commissioning of lighting

poleFor earthing of street light poles coilspiral earthing

using 8 SWG GI wire shall be used The GI wire shall be buried

to a minimum depth of 15 m with excavation refilling of

earth and connecting GI wire to pole using GI bolt and nut

complete as per requirementMake of Pole Reputed make

with ISI mark Note Party shall submit Drawing of the street

light pole for SCL approval before start of manufacturing

6 Cables wire conduit earthing Switchboards

SwitchesSockets etca Cables The scope includes the Supply

and installation of XLPE insulated overall FRLS PVC outer

sheathed AlCu armored cable on wallsurfacesoilexisting

Tender No SCLPS52019E0156401 32

cable tray as required for MCC Panel and MCB DBs as per the

detailed specification and quantity in this document All

necessary hardware for installation of cable like cable tie

clamps tags etc is in the scope of Contractor Contractor to

ensure that cable laid on the cable tray is properly clamped

with GI clamps and cable is properly secured on cable tray b

Wire The scope includes the Supply and installation of FRLS

Copper wire of different size quantity amp Specification for

power distribution and lighting and power etc as per the

requirement c Conduit The scope includes the Supply and

installation of ISI makes MS Conduits of different size as per

Specification for power and lighting distribution switch

sockets etc as per the requirement Flexible conduit shall be

of GId Cable tray The scope includes the supply and

installation of GIMS cable trays as per specificationse

Earthing The scope includes the supply and providing

earthing for Panels DBs cable trays light fixtures and poles

flameproof accessories fire panel speakers exhaust fans etc

matching the specifications given in this tender documentf

Lightning protection The scope includes the supply and

providing earthing for lightning protection of the building as

per the IS 2309 specification and quantities as per the BOQ

The scope includes horizontal and vertical runs earth pits test

point earthing of building periphery for contour etcg Rack

earthing The scope includes the supply and providing

earthing for racks as per specificationsh Switchboards and

SwitchSockets The scope includes the Supply and installation

of different size of flameproofnon‐flameproof Switchboards

and switchsocket for Lighting Power Distribution as per

specificationi MSGI Conduits flexible GI conduit earthing

materials doublesingle compression brass cable glands

cable lugs (Al amp Cu as required) cable ties cablewire

identification tags required for the installation and

maintenance of trouble free operation of the downstream

Tender No SCLPS52019E0156401 33

system and accessories are covered under this specificationj

MS junction box conduit along with all related accessories as

per specification

TECHNICAL SPECIFICATION‐2

Item Specifications ‐II

Sl No Specifications Compliance

(Yes No)

Offered Specifications Remarks

1 Electrical Panel SpecificationGeneralaPanel shall be

fabricated as per IEC 61439 part 1 amp 2 bPanel shall be indoor

metal clad air insulated floor mounted extendable to side

single front construction front wired front

connectedcMinimum thickness of sheet metal used shall be

2 mm and panel shall confirm to IP54 protectiondThe

working height of the Panel shall be limited as per standard

engineering practicese The design should be fully

compartmentalized with metal partitions between

compartments All doors shall be gasketed Each vertical

section shall have removable back coverfAll switches push

buttons lamps indicating instruments shall be flush

mountedgA full height vertical cable chamber with cable

supports shall be provided in each section to facilitate unit

wiring Cable chamber shall be sized to accommodate all cable

and shall have removable covers A horizontal wire way

extending the entire length shall be provided at the top of

panel for inter panel wiringhPanel shall be with minimum

75mm high base MS channel frameiThe panel shall undergo

seven tank or better process as per relevant IS

standardsjLifting hook shall be provided at each section for

easy transportationkDifferent compartment of the panel

shall be provided with dust proof type air filter louvers

explosion vents or similar safety arrangements in the panels

Tender No SCLPS52019E0156401 34

to let out gases under pressure generated during event of any

fault inside the panellPanel shall have pocket for the Panel

drawing in the incomer section

2 Busbar and Bus TapsaThe main bus and connections shall be

of high connectivity AluminiumAluminium alloy sized for

specified current ratings with maximum temperature limited

to 85amp778 C ie 35amp778 C rise and ambient 50amp778

bSeparate vertical bus bars shall be provided for each vertical

panelcAdequate contact pressure shall be ensured at bus

connections by means of two bolt connections with plain and

spring washers and lock nutsdBus bar and connections shall

be fully insulated for working voltages with adequate

phaseground clearances Insulating sleeves heat shrink type

for bus bar and shrouds removable type joints shall be

provided Bus insulators shall be flame retardanteBus bar

shall be color coded for easy identificationfBusbar should be

connected in such a way that it can be dismantledassembled

while separating different section of the panelgShrouds of

transparent sheet on the exposed bus in cable alleys for

adequate safety measurehBus bar Conductor shall be

confirming to IS‐5082iMinimum clearance (PH‐PH PH‐N and

PH‐E) between Bus bars shall be maintained as per latest

ISjBus Bar supporting Material shall be of

SMCDMCkMaterial of Aluminium Bus bar shall be of E91

gradelBus bar shall be protected from the transparent

insulated material for stand safety point

3 3Control ModuleaFixed type control module shall house the

control components for a circuitbThe equipment layout shall

provide sufficient working space in between the components

and subject to SCL approval cEach control module shall be

equipped with ACDC potential free Relays (230V AC24V DC)

Contactors etc for seamless interface of the operation of

Drives from FCMS (PLC)dVendor to provide the potential free

Tender No SCLPS52019E0156401 35

contact to facilitate local operation from MCC and remote

operation from FCMSPLC Vendor shall provide with each

drive module automanual selector switch and each drive

module shall be wired up to the terminal block for localauto

selection ON OFF trip feedback to SCLrsquos control station and

ONOFF command room FCMSPLC as welleMCC panel and

LPBS shall have selector switches for MCCLocal and

LocalRemote selection respectively Control (OnOff) of the

Drivesheaters will be as per following selection If selector

switch (SS) at MCC is selected to MCC ONOFF operation can

be done from MCC only irrespective of position of SS at LPBSIf

selector switches both at MCC amp LPBS are selected to LOCAL

ONOFF operation can be done from LPBS onlyIf SS at MCC is

selected to LOCAL and SS at LPBS is selected to REMOTE

ONOFF operation can be done from FCMS only

4 VFDVFD shall be of Allen Bradley PF400 series having

redundant Control Net communication option as well to

communicate with the existing Facilities Control amp Monitoring

System (FCMs) Control Net Bridge Coaxial Straight T‐Tap

1786‐TPS must also be supplied along with VFDs Line

reactorchoke of suitable rating shall be connected before the

VFD

5 Thyristor based Heater ControlaDYDAC Make Thyristor

power controller Type 3003 or equivalent rating 85kW

Control input 4‐20mA Thyristor input supply 415VAC (3‐Ouml)

Thyristor output supply 415VAC (3‐Ouml) which shall be provided

by the vendor in a separate compartment of the MCC 4‐20mA

Control signal from the heater PID will modulate the thyristor

controller output to maintain the fresh air temperature at set

value Heater ON and OFF set points shall be adjustable in the

SCADA in FCMSbThyristor controller run command run

feedback 4‐20mA modulating signal shall be wired up to the

terminal block in the cable alley in the MCC Thyristor

Tender No SCLPS52019E0156401 36

Panelcompartment shall be complete with inter module

control and power wiring 220V AC supply shall be drawn from

one of the phase and neutral of the incoming 415VAC and

connect to the Thyristor supply terminals through MCB

Circuit breaker lsquoswitch ONrsquo and Thyristor control unit lsquoRUN

commandrsquo will get activated from FCMS if air temperature is

below ON set point Circuit breaker lsquoswitch OFFrsquo and Thyristor

control unit lsquoRUN command withdraws will get activated

from FCMS when temperature becomes above OFF set point

6 Fire Suppression system amp Fire Protection systemPanel shall

be equipped with required materials such as fire suppression

cylinders filled with fire suppression agents Fire detection

tubes Heat sensor tubes end of line adaptor with gauge

electrical Relays differential pressure valves etc to provide

the fire suppression and fire protection system in cable alley

and bus bar chambers of the electrical panel

7 MCCBaThe MCCBs should be extra current limiting type with

trip time of less than 10 m sec under short circuit conditions

The current limiting action should be achieved with repulsion

principle The MCCBs should preferably have an anti‐reclosing

featurebThe MCCBs should be 3 or 4 poles as per SLDcThe

MCCBs should have a Service short circuit breaking capacity

(Ics) of not less than 35 kA rms at 415 Volts 50Hz AC for

incomer The service breaking capacity should be equal to

ultimate breaking capacities (Icu) (ie Ics= Icu=100)dThe

release should be thermal magnetic having adjustable

overload and short circuiteSwitches shall be triple pole air

break AC23 motor duty for motor starter feedersfCubicle

doors of incoming and outgoing shall be mechanically

interlocked with switchgear to prevent unintentional openings

of the door while the unit is in energized condition However

defeat interlock provision is also to be providedgAll incoming

and outgoing feeders shall be provided with bolted disconnect

Tender No SCLPS52019E0156401 37

link for isolation of neutral if necessary Selector switches

shall be of rotary typehThe MCCB shall be provided with

rotary drive kit spreader terminals and ONOFFTrip (MCCB)

position of switch handle to be clearly markediDuct Heater

MCCB shall be motorized to control (ONoff) from FCMSjFor

incomers it should be EDO microprocessor based

communicable MCCB (35 kA or above) with numerical

releases for OL SC amp EFR (With mechanical and Electrical

interlocking for operation of only one ACB at any point of

time)

8 MPCBaThe MPCBs should be of 3 pole air break type AC3

Duty continuous rating as specifiedbMPCBs should have at

least 1NO+1NC contactcThese should have trip indication

test trip functiondThe release should be thermal magnetic

having adjustable overload trip settingeThe service breaking

capacity should be equal to ultimate breaking capacities (Icu)

(ie Ics= Icu=100)fThe MPCBs should be suitable for din rail

type mounting

9 Capacitor Bank Supply and installation of Capacitor Bank ‐

Box Type Dry construction Conforming to IS 13340‐41IEC

60831 440V 50Hz Rated Current (In) as per Load Heavy

Duty Dielectric MPP Low loss type with overall loss lt

05WkVAR Delta Connection with Discharge Device

10 ContactoraThe contactor shall be 3 pole air break type AC3

Duty continuous rating for motor starter feeders with non‐

bouncing silver silver alloy contactsbContactor shall be of

electromagnetic type rated for uninterrupted duty as per

relevant standards and also suitable for capacitor duty

cContactor shall be provided with adequate auxiliary contacts

rated for 10Amps 240VAC for interfacing with control

schemedContactor coil rating shall be minimum pick up of

85 of rated voltage and minimum drop out of 75 rated

Tender No SCLPS52019E0156401 38

voltage

11 Control and IndicationsaPush buttons will be heavy duty oil

tight and push to actuate type with integral plate marked

with its functionbEach push button shall be provided with

2NO+2NC contacts rated for 10Amps 240VACcLamps shall

be LED type rated for 240V AC Lens and lamps shall be

replaceable from the front dThe control supply shall be

through a 415V230V transformer and the vendor shall

provide 1 no 415V230V transformer for the same Vendor

shall also provide Power module for 24V DC Supply for the

operation of heaters control module

12 MetersaAll indicating instruments shall be digital

Switchboard type with accuracy class +‐ 2 full scalebMFM

of suitable rating shall be used in the incomer

feedercSelector switches shall be furnished at outgoing

feeders as per SLD for ammeterdAmmeter shall be of analog

type flush mounted industrial pattern of size 96x96 mm with

accuracy class 10 eMultifunction meter shall be of digital

type flush mounted industrial pattern of size 96x96 mm with

accuracy class 10 as per IEC 6205253 suitable for

measurement of Current Voltage Power Frequency Power

factor Energy and ready port to communicate with FCMS

through RS 485 The Meter should have Modbus

communication port as well

13 CT (Current transformer)CT will be cast resin type rated 15VA

or more burden with Maximum accuracy limit of class 1

14 Secondary wiringaPanel shall be fully wired at the factory to

ensure proper functioning of control and protectionbFuse

and links shall be provided to permit individual circuit

protection from bus wires without disturbing other circuits All

spare contacts of relays push buttons and other devices shall

Tender No SCLPS52019E0156401 39

be wired up to terminal blockscWiring shall be done with

flexible 25sqmm copper 1100V grade PVC insulated

switchboard wires Each wire shall be identified at both ends

with permanent markers bearing wire numbers as per wiring

diagramdWire termination shall be done with crimping type

connector with insulating sleeve

15 Powercontrol Terminal BlocksaTerminal block shall be 660V

grade box clamp type with marking strips similar to ELMEX 10

mm2 or equal for ControlbTerminal for CT secondary leads

shall have provision for shortingcNot more than two wires

shall be connected to any terminaldSpare terminals equal in

number to 20 active terminals shall be providedeTerminal

blocks shall be suitably located in cable alleysfFor Power

cable Bus Bar type cable connector (Melamine material) shall

be providedgFor Control cable heavy duty screw type cable

connector (Melamine material) shall be provided

16 Cable terminationaPanel shall be designed for cable entry

from topbEach cable shall be clearly marked at both ends

with an indestructible marker preferably a cable tag made of

Aluminium tacked with indicating cable number amp both end

feeder tags with switchboard tags Cable tags at ends of cable

shall be provided inside the gland plate as well as outside the

gland platecAll provisions and accessories shall be furnished

for termination of cables including removable gland plates

cable supports and terminal blocksdGland plate shall be

minimum 3 mm thick

17 Ground BusA GI ground bus rated to carry the maximum fault

current shall extend full length of Panel The ground bus shall

be provided with 2 bolts with GI bolt and nuts at each end to

receive 50x6mm GI flat

18 NameplateaThe nameplate of approved design shall be

Tender No SCLPS52019E0156401 40

provided for each compartment and also at the top of each

panel Nameplate shall be minimum 20x70mm and 3mm

thickbDrawing Pouch shall be provided at the incomer cable

allay

19 PaintingPanel shall be painted with light grey epoxy painted

(Siemens Gray RAL 7032) and caution notice plate shall be

fixed at the back of each vertical panel

20 Make of Switchgears aMCCBSiemensSchneiderbPush

button SiemensSchneider TekniccSelector

SwitchSiemensSchneider Teknic

dFuseSchneiderSiemenseTimerSiemensSchneiderfContro

l TransformerAEIMPIndcoilgTerminal

BlockElmexConnectwellFTChMeters Conzerv LampT

AEiCTs amp PTsKappaAutomatic

Electric(AE)NippenjContactorsSchneiderSiemenskIndicatio

ns SiemensSchneider

TekniclRelaysSchneiderSiemensPLAmMCBSchneiderSiem

ensnCooling Fan

RexnordSunonoVFDsAllen bradlypThyristor moduleDYDAC

qRCBOSiemensSchneiderrMCB

DBSiemensABBLegrandsLine reactorchokeAllen

BradleytCapacitor BankNeptune Schneider Siemens

21 Local Push Button Station (LPBS)The Scope includes supply

and installation of LPBS for Chiller Pumps AHUs Heaters as

per the BOQ and detailed specification given below aLPBS

shall be indoor metal clad air insulated wallAngle frame

mounted as required single front construction front wired

front connected hinged lockable door LPBS for Chiller Pumps

system shall be suitable for outdoor installationbMinimum

thickness of sheet metal used shall be 2 mm and panel shall

conform to IP54 protection for indoor installation and IP65 for

outdoor type LPBScAll switches push buttons with indicating

Tender No SCLPS52019E0156401 41

LED lamps indicating instruments shall be flush

mounteddThe LPBS shall be used for remote operation of

drives Equipment and HeaterseTo facilitate the localremote

operation LPBS shall have LocalRemote selector switch and

provided with Start push button lockable Stop push button

ammeter of suitable range Terminal Block and lockable

Emergency off Switch etc fLPBS shall be equipped with AC

(230V)DC (24V) Relays Contactors etc for seamless interface

of the operation of Drives from FCMS (PLC)gLPBS should be

suitable for wall mounting and provided with necessary

mounting arrangementhWiring shall be done with flexible

25sqmm copper 650V grade PVC insulated switchboard

wires Each wire shall be identified at both ends with

permanent markers bearing wire numbers as per wiring

diagramiWire termination shall be done with crimping type

connector with insulating sleevejGland plate shall be

minimum 3 mm thickkThe nameplate of approved design

shall be provided for each compartment and also at the top of

each panel Nameplate shall be minimum 20x70mm and 3mm

thicklLPBS shall be painted with light grey epoxy painted

(Siemens Gray RAL 7032)

22 Make of Electrical panel As per DOS Approved Panel

manufacturer list (attached)

TECHNICAL SPECIFICATION‐3

Item Specifications ‐III

Sl No Specifications Compliance

(Yes No)

Offered Specifications Remarks

Tender No SCLPS52019E0156401 42

1 Fire Detection System Scope for fire detection system

includes supply installation testing commissioning of Fire

panel Addressable Fire detection devices Manual Call Points

Addressable loop sounders Switch Monitoring unit (SMU) UV

IR sensor for detection of methanol flame Cable MS junction

boxes for loop in loop out of cable as per specifications and

integrating the same with existing repeater panel as per the

requirement The detailed specifications for the different

component of fire deduction system are as follows

2 A Multi‐sensor Detectors The smoke detectors shall be multi‐

sensor (heat and smoke) detector with isolator suitable for

detecting a wide range of smoke from slow smoldering and

fast flaming fire The detector shall have following features

bullSolid state addressing arrangement in combination with a

hand held programmer to configure the sensor

addressbullElectronics free mounting basebullTwin alarm LEDs for

360 Degree viewing and shall have blinking LED facilitybullThe

sensor shall have s removable chamber for ease of cleaning or

replacementbullAutomatic compensation for smoke sensor

contaminationbullShall have a built in test facility which allows

the fire alarm control panel to adjust the alarm threshold

levels to compensate for contamination and shall have a

maintenance alarm display when threshold can no longer be

adjustedbullOperating temperature ‐ 10 DegC to 50 DegC and

operating RH at 40 DegC‐95 RH

3 B Manual call stations Manual Call Stations should have in

built monitor module and pressbreak and resettable

capability constructed of high impact LEXAN sheet with clearly

visible operating instructions on the cover and the word FIRE

shall appear on front and suitable for surface mountingflush

mounting complete as required

Tender No SCLPS52019E0156401 43

4 C UV IR SensorThe UV‐IR flame detector shall operate on 24

VDC 0‐24mA current output suitable for detection of

Methanol flame with automatic built in test for reliable

operations and suitable for installation in Hazardous area zone

1and 2 with Class I Division 12 Gas group A B C The detector

shall not be susceptible to environmental conditions to

generate false alarms The entire system shall be rated for IP

66 or better and supplied with suitable mounting bracket The

system shall comply to the detailed specifications as listed

belowbullDetection Technology UV ‐ IR Electro‐optical

detectionbullDetection range 75 meterbullField of View greater

than equal to 90deg Both Horizontal and verticalbullResponse

Time less than equal to 5 secondsbullBuilt in Test Automatic

bullOperating Temperature Range 0 to + 75degCbullOperating

Humidity Range Continuous 95 non‐condensingbullAnalog

Output signal 4‐20mAbullAlarms amp Fault Normal 4 mA Fault

02 mA Alarm 20 mA + 10 verifiedbullOperating voltage 24

VDC ( 18‐32VDC)bullPower consumption Vendor to specify for

Standby and Alarm conditionbullSensor Calibration

Verification Sensor calibration as per OEM for certified

performancebullSensor Life 2 Years (minimum)bullSensor

Calibration vendor to carry out sensor calibration at site and

submit calibration certificate valid for one yearbullRFI EMI

SusceptibilitybullRequired EN 616326‐3 and EN 6100006‐3 or

equivalent IP protectionbullIP protection IP 66 or betterbullFault

Diagnostic Sensor Fault (end of life) other informationbullSelf‐

Check Test Automatic during start‐upbullHousing SS 316

Epoxy Painted Aluminium die castbullStart‐up Time Vendor to

specifybullApprovalcertification PESO and ATEX ‐ Ex d IIC C

Class 1 Div 12 Group A B C DNote Vendor shall arrange

the 230V AC to 24V DC Power supply module along with half

an hour Battery Back up in MS powder coated Enclosure

Input Power supply (230V AC) for Power Supply module shall

Tender No SCLPS52019E0156401 44

be provided by SCL

5 D SMU Unit for UV IR sensor Supply installation testing and

commissioning of Switch Monitoring Unit (SMU) to configure

the UV IR sensors with fire detection system as requiredE

SoundersAddressable Sounders shall be loop powered with

all fixing materials complete as required The sound level shall

be 100dB (A)

6 F Fire Alarm Control Panel (FACP) bullFACP shall be of 2

loopsbullFACP shall be suitable for 230V 50 Hz AC supply and

detectors shall be powered using FACP based detection

circuits Devices shall receive power and communication from

the same pair of conductorsbullFACP shall provide for resetting

detectors fault isolation and sensor loop operationbullFACP

shall be suitable for mixing different fire devices and beam

smoke detectors within the same loop to optimize field

wiringbullFACP shall have alarm indication of individual sensors

detector trouble alarm indication for dust accumulation The

panel shall check detector once in every 24 hours for

contamination for this purposebullThe FACP shall regularly

supervise all the sensors and devices on the loop and initiate

fire or trouble alarm whenever requiredbullFACP shall have 2

wire circuits to connect minimum of 126 addressable devices

per loopbullFACP shall be with repeater interface and suitable

24V battery with built in software and 2 x 40 character

alphanumeric LCD display and necessary front panel control

keys FACP shall display the date time and description for

Analog sensors to indicate alarms and trouble

situationsbullFACP switches shall allow authorized personnel to

accomplish the following ‐bullInitiate a general alarm

conditionbullSilence the local audiblebullSilence the alarm

signalsbullReset all zonespointsbullFACP shall have walk test

facilitybullShall have facility for programming from the key

board or utilizing PC set up software via laptopdesk top

Tender No SCLPS52019E0156401 45

computerbullShall have memory data for panel configuration

and operation reside in non‐volatile memory (EPROM)bullFACP

shall have facility for speech processor (to record pre‐

recorded message of 20 S) and also have Auto Dialer facility

(can dial up to 8 different lines)bullAll addressable units shall be

connected to the FACP through the loop cards and shall be

addressed though individualized numbers The FACP shall be

able to obtain analog value for all detectors in the circuit

through a pulsed digitized current data The FACP shall be

able to analyze all analog inputs from all addressable units

and though its own software and ambient level screening the

FACP shall be able to identify fire possible fire or fault

conditions The unit supervision shall be dynamic and

continuousbullThe FACP shall itself have all loop cards in it No

isolated mother board or transponder shall be

consideredbullShortopen circuit units shall also be reported at

the FACP in such cases the system through the use of fault

isolators shall be able to isolate that segment between the

two fault isolators The missing DetectorsDevices shall also

be reported to the FACP with identification of the

locationbullThe FACP shall have the facility to set smoke sensor

sensitivity remotely to either high sensitivity manually or on a

pre‐programmed sequence (Ie DayNight) period When an

alarm condition is sensed at the FACP from a smoke or heat

detector a delay timealarm verification period shall be

started If the sensor is still in alarm after the delay time

expired an alarm condition is reported The delay time shall

be adjustable from 0 to 990 secondsbullThe FACP shall have

either an in‐built or external printer coupled to the FACP

which shall log all events with time The printout shall clearly

indicate the event‐FirePre‐AlarmFault etc with the unit

address and timebullThe FACP shall also be able to discriminate

between false alarms and fire conditions as well as priority

selection of alarm in case alarm activities in two or more

Tender No SCLPS52019E0156401 46

remotely located units simultaneously In such cases the

Manual Call stations shall have the highest prioritybullThe FACP

shall also be able to actuate switches automatically in case of

Fire condition of AHUs and power supply or other system such

as piped pressurized gas supplybullThe system shall be fail safe

and adequate safe guards should be under taken that in the

event of a failure of a part of the system it shall not handicap

the complete system The loop cards shall be of Modular

constructionbullThe FACP shall have its own battery backup of a

minimum of 48 hours in normal run and then half an hour in

alarm condition The backup time calculation shall be done as

per TAC standards The Battery shall be 2 x 12V (24V) DC and

of sealed maintenance free type housed inside the FACPbullIt

shall be able to withstand temperature variations from 0

Degree Centigrade to 55 Degree Centigrade Further Relative

Humidity (non‐condensing type) up to 93 shall not hamper

its performance The voltage rating shall be from 17V DC to

31V DC though the voltage may be change depending upon

the working voltages of a proprietary FACPbullThe FACP shall be

totally enclosed dust and vermin proof type made of

minimum 16‐gauge dust inhibited sheet with even baked

finish The FACP shall be of completely solid state designbullThe

logic circuitry shall be based on high noise immunity solid‐

state hardware employing modular construction Logic cards

shall be of epoxy fiber glass constructionbullThe FACP shall have

EN 54ULFM approvalbullThe panel shall have an extra loop

card to serve as standby in case of burnout or malfunctioning

of any operating loop cardsbullThe FACP shall be capable of

being networked (future expansion) with other similar FACPs

located at different locations of SCL premises through a single

RS 485 busbullThe FACP shall have provision for interfacing with

the Public Address System

7 G Repeater panelScope comprises of supply and installation

Tender No SCLPS52019E0156401 47

of Repeater Panel which display fire fault message

simultaneously with the FACP bullIt shall be capable of

interfacing with the FACP on a single RS 485 Bus bullThe panel

shall be capable of operating on 24V DC supplybullThe

independent 24V DC supply source to be installed in MS

cubicle Box duly powder coated paint along with repeater

panelbullThe panel shall have 2 x 40‐character backlit display

which shall display date time and description of alarm

trouble events are that displayed in the panel shall be

powered from the FACPbullIt shall have control keys for sound

silence mute and to reset the FACP from the repeater

stationsbullThe repeater panel shall have the following LEDs

indicationsbullSupply bullFault bullMute bullSilent bullDisabled

bullFire

8 H Fire CableSupply and installation of 2Cx15mm2 Copper

extruded PVC inner sheath armored and overall FRLS PVC

outer sheathed 11 KV grade as per IS 7098 (Part I bearing ISI

certification) on existing cable traywallsoft soilhard soil as

required

9 I Fire Cable terminationSupplying and making end

termination with brass compression gland and copper lugs for

2Cx15mm2 Copper cable in MS Box of Size 4X4 installed

above the false ceilingwallsurface as required

10 J Junction Box for Fire devicesSupply installation testing and

commissioning of MS painted box Size 4X4 with ELMEX type

terminal block for loop in loop out of 2c x15 sq mm copper

armored cable and connection to the fire detector device on

wallsurfacerecess including wall cutting and providing

necessary hardware for mounting fixing including all

material for fixing as required

Tender No SCLPS52019E0156401 48

TECHNICAL SPECIFICATION‐4

Item Specifications ‐IV

Sl No Specifications Compliance

(Yes No)

Offered Specifications Remarks

1 A NetworksLAN The detailed specification for the network

rack switch cable cords IOs face plates etc and the

required accessories shall be as below CAT 6A or better cable

shall be laid in the PVC Conduit The detailed specifications

for the different component of networksLAN are as follows

2 bull Rack Supply installation testing and commissioning of UL

listed modular type 12U network rack with front glass door

and rear perforated door floor mounted Size 550x550 with

1 No of 5 port Octagonal PDU 515Amp with MCB and Fan

Tray with minimum 2 Fans The rack should have provision of

2 nos of cable manager duct type 1U and 2 vertical manager‐

concealed type Rack should be three sides openable with

front glass door and rear perforated door and provision of

cable entry from top and bottom both with proper earthing

kit as requiredRecommended Make Rittal Netrack

Schneider Valrack

3 bull Network Switch Supply amp installation of Network Switch in

Network Rack with the following specification as belowSwitch

shall haveamp61607Port Density Minimum 8 101001000

BaseT Ports amp 4‐1G SFP Ports ready for use with SFP module

Ports shall support PoE on all ports with PoE budget of

180Wamp61607Architecture Stand‐alone rack

mountableamp61607Bandwidth minimum 56Gbps of

switching bandwidth to support above listed ports in non‐

blocking configurationamp61607StackableScable support for

Tender No SCLPS52019E0156401 49

stacking multiple switchesamp61607Stacking backplane

bandwidth Access switch shall have additional port(s) for

providing minimum 40 Gbps stacking bandwidthamp61607L2

Features 8021x authentication spanning tree

etcamp61607Networkjflowsflow or equivalent provision for

Networkjflowsflow or equivalent supportamp61607Network

Management support Network Management through

command line interface (CLI) SNMP v1 v2c v3

httpsamp61607IPv6 Readiness IPv6 Readiness from day

1amp61607RegulatorySafety confirming to UL60950 amp

EN60950amp61607EALNIAP certified Model No shall be EAL

or NIAPNDPP certifiedRecommended Make Cisco Juniper

HP Brocade dell

4 bull CAT 6A Cable Supply and installationlaying of category 6A

or better 4 pair shielded cable UFTP or FUTP in PVC

Conduit sheath type low smoke zero halogen (LSZH) with

transmission properties amp electrical properties tested

minimum up to 500MHz amp verified by ETL amp comply with

ANSITIAEIA‐568‐C2 amp ISOIEC 11801 Recommended make

Commscope Schneider Molex Siemon

5 bull Patch Panel Supply installation testing and commissioning

of CAT6A PatchJack Panel of 24 Port fully loaded in Network

rack with port identification number with self‐adhesive clear

label holder Each portjack on the panel should be

individually removable on field from the panel and have

integrated rear cable management metallic shelf and have a

separate provision of grounding Recommended make

Commscope Schneider Molex Siemon

6 bull Patch Cords (1 meter) Supply installation testing and

commissioning of Patch Cords Cat 6A shielded 1 meter in

Network rack with 4 pair shielded copper wire factory pre

terminated with shielded RJ45 plugs Aluminumpolyester

Tender No SCLPS52019E0156401 50

shield screen material with low smoke Zero halogen sheath

comply to TIA‐568‐C2 Cat 6A in IOs of Network

RackRecommended make Commscope Schneider Molex

Siemon

7 bull Patch Cords (3 meter) Supply installation testing and

commissioning of Patch Cords Cat 6A shielded 3 meter in

Network rack with 4 pair shielded copper wire factory pre

terminated with shielded RJ45 plugs Aluminumpolyester

shield screen material with low smoke Zero halogen sheath

comply to TIA‐568‐C2 Cat 6A at field side Recommended

make Commscope Schneider Molex Siemon

8 bull Information outlet Supply and installation of Shielded Cat

6A information outlet UFTP or FUTP compliance to category

6A or better TIA568C2‐500MHz at field sideRecommended

make Commscope Schneider Molex Siemon

9 bull Face Plate (Dual) Supply and installation of single gang

square face plate (Dual) and SMB Box with a provision to

support variety of jacks‐ UTP STP etc at the field

sideRecommended make Commscope Schneider Molex

SiemonbullFace plate (single) Supply and installation of square

face plate ( single) with a provision to support variety of jacks‐

UTP STP etc at the field sideRecommended make

Commscope Schneider Molex Siemon

10 bull SMB Box Supply and installation of SMB Box for face plate

(DualSingle) as required Recommended make Commscope

Schneider Molex Siemon

11 bull Other Accessories amp61607Supply and Installation of

25mm electrical grade ISI mark PVC Conduit in

wallfloorslabsurface including wallfloor cutting and

making good the same as required Recommended make

Reputed ISI Markamp61607Supply and installation of OFC SM

Tender No SCLPS52019E0156401 51

OS2 Cable in existing 32mm HDPE pipe as

requiredamp61607Supply and Laying of 32mm HDPE pipe

direct in ground including excavation sand cushioning

protective covering and refilling the trench including standard

cable route marker etc as requiredamp61607Supply and

installation of SC simplex single‐mode LSZH pigtail 1m as

requiredamp61607Supply and installation of adaptor plate

with 3 SC duplex SM adaptors as requiredamp61607Splicing of

OFC as per Core as requiredamp61607Supply and installation

of accessories for making the Chamber Pit‐ 1Mtr Depth with

Lid for housing OFC as requiredamp61607Trenching of

HardSoft Soil as required

12 B Paging The scope includes supply installation testing and

commissioning of Supply and installation of IP 65 or better

explosion proofWP loud speaker anticorrosive powder

coated red (RAL‐3000) suitable for Zone I amp II Class II C

Hardware SS304 as per IS2148 and equivalent to model FLSR

25 of Baliga with necessary support gland as required and

installing the same on wallsurface with GI supports as

required and connecting the same with wire The Scope also

includes supply and installation of 2Cx15mm2 FRLS armored

and PVC sheath twisted pair wire their termination tagging

glanding earthing etc as required for speakers and other

accessories requires for smooth commissioning of the paging

system

Vendor Specificied Terms

Description Vendor Terms

Tender No SCLPS52019E0156401 52

1Delivery Term

Prices shall be quoted on F O R destination basis ie S C L S A S Nagar Mohali

Punjab exclusive of GST and taxes as may be applicable

2 GST

Purchaser is entitled to concessional GST of 5 as per Ministry of Finance

Department of Revenue Notification No 472017 Integrated Tax (Rate) both

dated 14th November 2017 respectively and would accordingly issue Exemption

Certificate in favour of the contractor quoting in Indian Rupees The bidder

should take note of the same while quoting the prices in Indian Rupees GST on

installation services shall be applicable 18

3 DELIVERY SCHEDULEPERIOD OF COMPLETION

The time allowed for supply installation testing and commissioning of the entire

works shall be 06 (Six) months to be reckoned form the 7th day of issue of

purchase order

4 IMPORTANT

This being a two part Tender Technical and Commercial parts separate the

bidder should not attach any document(s) containing pricing information with

technical part The Contractor will provide Un priced commercial offer in

envelope 1 (Technical Part) as an attachment

The tenders containing price information in Technical Part will be treated as

unsolicited offers and rejected Contractor to confirm that Price bid is not

attached in Envelope 1 ie Technical Part

Priced Commercial offer if any should be attached in Envelope 2 (Price Bid)

under Supporting Documents from Vendor (Commercial) as an attachment

5 The prices shall remain firm until completion of entire project including

extended period if any No cost escalation shall be applicable for the work

Tender No SCLPS52019E0156401 53

6 SECURITY DEPOSIT

a) On acceptance of the tender the Contractor shall submit security deposit for

ten percent (10 percent) of the value of the Contract within 15 days from the

date of purchase order If the Contractor fails toprovide the security within the

period specified such failure shall constitute a breach of the Contract and the

Purchaser shall be entitled to make other arrangements for the re purchase of

the stores contracted at the cost and risk of the Contractor

b) Security Deposit shall be submitted through Demand Draft Bankers Cheque

fixed deposit receipt or Bank Guarantee from any of the Scheduled Banks

executed on nonjudicial stamp paper of appropriate value and shall be valid for

a period of sixty (60) days beyond the date for completion of the Purchase

OrderContract

c) In case the contractor fails to furnish the security deposit within the specified

date or extended due date the Purchase OrderContract shall be cancelled and

in addition appropriate penal action may also be considered

d) After the Purchase OrderContract is successfully executed in all respects the

Bank Guarantee towards Security Deposit may be discharged and retained

amount shall be refunded to vendors

e) In the event of non execution of the Purchase orderContract or breach of any

terms and conditions of the Purchase Order the Security Deposit shall be

forfeited

7 Warranty

The Contractor shall provide for the tendered job comprehensive warranty for

parts as well as labour for a period of 12 months from the date of successful

installation commissioning and testing of the system at Purchasers site at no

extra charges against any manufacturing defectfaulty workmanship In case any

defect arises during warranty period the Contractor should replacerectify the

same at its own cost at siteworks

The LED light fittings and its driver unit etc shall have warranty for a period of 5

Tender No SCLPS52019E0156401 54

years from the date of installation and commissioning

8 Warranty Replacements

All replacement parts if any shall be supplied by the Contractor free of cost on F

O R Purchaser site at S A S Nagar Punjab basis

9 TERMS OF PAYMENT

The payment shall be remitted as under

90 of the value of the materials supplied shall be paid within 30 days of the

receipt of the materials at purchaser site and the balance 10 amount along

with 100 installation charges shall be payable on successful installation

commissioning and acceptance of the entire project at Purchasers site against a

Performance Bank Guarantee

10 PERFORMANCE BANK GUARANTEE (PBG)

The Contractor shall furnish a Bank Guarantee (as per format given by purchaser)

from any nationalized scheduled bank for an amount equivalent to 10 of the

value of the Contract and shall be valid for a period of 60 days beyond the expiry

date of warranty period On the performance and completion of the Contract in

all respects the Bank Guarantee will be returned to the Contractor without any

interest

11 VALIDITY

The tender must be valid for a minimum period of 120 days from the date of

opening of Technical bid and 90 days after opening of Price bid

The tender where the validity period is shorter than the period specified in the

tender enquiry shall be excluded from the procurement process

12 Quantity Variation

The quantities indicated against each items in the Bill of Quantities (BOQ) are

indicative and are for the purpose of bidding only Variation in quantities up to

Tender No SCLPS52019E0156401 55

+25 percent shall be carried out by the contractor on the agreedPurchase order

(PO) rates and terms amp conditions as in the purchase order (PO)

13 GUARANTEED TIME DELIVERY

The time for and the date of delivery stipulated in the Purchase Order shall be

deemed to be the essence of the Contract Delivery must be completed within

the date specified therein

14 Extra Items

In case of extra items (that are completely new and are in addition to the items

contained in the contract) the contractor may claim rates supported by proper

analysis and purchaser engineer in charge of the work shall after giving

consideration to the analysis of the rates submitted by the contractor determine

the rates on the basis of market rates and the contractor shall be paid in

accordance with the rates so determined The contractor(s) profit amp OH shall be

factored in the rate analysis 15

15 CONSIGNEE

Sr Purchase and Stores Officer (Stores)

Semi Conductor Laboratory

Sector 72 SAS Nagar (Mohali) Punjab

India 160 071

16 INSTALLATION AND COMMISSIONING

Installation commissioning and demonstration of performance of the tendered

stores as per Purchaser tendered specifications shall be carried out by the

Contractor at Purchaser site at S A S Nagar Punjab India

The Contractor shall provide in advance guidelines for preparation of the

installation site and list of items to be supplied by Purchaser during installation

Tender No SCLPS52019E0156401 56

On receipt of intimation from the Purchaser the Contractor shall depute its

engineer(s) to Purchaser site within two weeks to carry out installation and

commissioning and will demonstrate the functionality of the tendered

equipment to Purchaser specifications as per mutually agreed acceptance

procedure The Contractor shall be responsible for any lossdamages sustained

due to delay on the part of the Contractor to send its engineer for installation

and commissioning

Failure to commission the tendered equipment successfully shall entitle

Purchaser to full refund of the payment made and the interest thereon Decision

regarding successful installation and commissioning shall rest solely with the

Purchaser

17 REJECTION

In the event that any of the stores supplied by the Contractor is found defective

in material or workmanship or otherwise not in conformity with the

requirements of the Contract specifications the purchaser shall either reject the

stores or request the Contractor in writing to rectify the same The Contractor

on receipt of such notification shall either rectify or replace the defective stores

free of cost to the purchaser If the Contractor fails to do so the purchaser may

at his option either

a) replace or rectify such defective stores and recover the extra cost so involved

from the Contractor or

b) terminate the Contract for default as provided in this tender document

18 EXTENSION OF TIME

If the completion of supply of stores is delayed due to reason of force majeure

such as acts of god acts of public enemy acts of Government fires floods

epidemics quarantine restriction strikes freight embargoes etc the

Contractor shall give notice within 15 days to the purchaser in writing of his

claim for an extension of time The purchaser on receipt of such notice after

verification if necessary may agree to extend the Contract delivery date as may

Tender No SCLPS52019E0156401 57

be reasonable but without prejudice to other terms and conditions of the

Contract

19 DELAY IN COMPLETIONLIQUIDATED DAMAGES

If the Contractor fails to deliver the stores within the time specified in the

Contract or any extension thereof the purchaser shall recover from the

Contractor as liquidated damages a sum of one half of one percent (05 percent)

of the Contract price of the undelivered stores for each calendar week of delay

The total liquidated damages shall not exceed ten percent (10 percent) of the

Contract price of the unit or units so delayed Stores will be deemed to have

been delivered only when all their component parts are also delivered If certain

components are not delivered in time the stores will be considered as delayed

until such time as the missing parts are delivered Delivery of stores shall be

complete on Installation commissioning Testing and Acceptance

20 INSPECTION AND ACCEPTANCE TEST

The Purchasers representatives shall also be entitled at all reasonable times

during manufacture to inspect examine and test on the Contractors premises

the material and workmanship of all stores to be supplied under this Contract

and if part of the said stores is being manufactured on other premises the

Contractor shall obtain for the purchasers representative permission to inspect

examine and test as if the equipment were being manufactured on the

Contractors premises

Such inspection examination and testing shall not release the Contractor from

the obligations under this Contract

For tests on the premises of the Contractor or of any of his sub Contractors the

Contractor shall provide free of cost assistance labour material electricity fuel

and instruments as may be required or as may be reasonably needed by the

purchasers representative to carry out the tests efficiently

When the stores have passed the specified test the purchaser representative

shall furnish a certificate to the effect in writing to the Contractor The

Tender No SCLPS52019E0156401 58

Contractor shall provide copies of the tests certificates to the purchaser as may

be required

21 Labour Law Contractor shall abide by all labour laws rules and regulations

which are prevailing and as enforced from time to time and SCL shall not be

responsible for any accident or mishap during the course of the contract to any

of engineer labour employee by the Contractor The contractor shall also ensure

that the statutory obligations with regards to the employment of labour under

law are complied properly and timely

22 ARBITRATION

In the event of any disputes differences or claims arising out of or relating to

the interpretation and application of the Contract such disputes or differences

or claims shall be settled amicably by mutual consultations of the good Offices

of the respective Parties and recognizing their mutual interests attempt to reach

a solution satisfactory to both the parties If such a resolution is not possible

within 30 days from the date of receipt of written notice of the existence of such

disputes then the unresolved disputes or differences or claims shall be

referred to the Sole Arbitrator appointed by the Parties by mutual consent in

accordance with the rules and procedures of Arbitration and Conciliation Act

1996 as amended from time to time The arbitration shall be conducted in New

Delhi in the Arbitration and Conciliation Centre New Delhi (Domestic and

International) as per its rules and regulations The expenses for the Arbitration

shall be shared equally or as may be determined by the Arbitrator The

considered and written decision of the Arbitrator shall be final and binding

between the Parties The applicable language for Arbitration shall be English

only Work under the Contract shall be continued by the CONTRACTOR during

the pendency of arbitration proceedings without prejudice to a final adjustment

in accordance with the decision of the Arbitrator unless otherwise directed in

writing by the DEPARTMENT or unless the matter is such that the works cannot

be possibly continued until the decision (whether final or interim) of the

Arbitrator is obtained

23 APPLICABLE LAWS The contract shall be interpreted construed and

Tender No SCLPS52019E0156401 59

governed by laws of IndiaThe contract shall be subject to exclusive Jurisdiction

of the Court of SAS Nagar (Mohali) Punjab India irrespective of anything

mentioned in any correspondences or otherwise

24 Any Other Term

Tender No SCLPS52019E0156401 60

Supporting Documents from Vendor

Attachment ‐ I

Attachment ‐ II

Price Bid Form

Item Description Slab Range Qty UOM Currency Unit Price Total Price

Supply of MCC Panels cables

cable trays lightings etc for

electrical distribution system

including fire detection

system LAN Paging etc for

the Chemical Store building as

per detailed specifications

technical write‐updrawings

attached

‐ 1 Lot ‐ ‐ ‐

Installation Testing and

Commissioning of MCC

Panels cables cable trays

lightings etc for electrical

distribution system including

fire detection system LAN

Paging etc for the Chemical

Store building as per detailed

specifications technical write‐

updrawings attached

‐ 1 Lot ‐ ‐ ‐

Tender No SCLPS52019E0156401 61

Break‐up of other taxes and other costs should be specified in respective narration columns

Sum of these Break‐up values should be specified in respective value columns

Supporting Documents from Vendor (Commercial)

Document attachment with price bid

Attachment ‐ I

Attachment ‐ II

  • pdf_document_tndr_notc_electrical_distribution_system_051119
  • pdf_document_tndr_doc_electrical_distribution_system_051119
Page 20: -72, -160071 चंडीगढ़ के समीप पंजाब भारत...स म -क डक टर ल ब र टर /Semi-Conductor Laboratory अ त रक ष वभ

Tender No SCLPS52019E0156401 19

Contractor on receipt of such notification shall either rectify or replace the defective stores free of cost

to the purchaser If the Contractor fails to do so the purchaser may at his option either

a) replace or rectify such defective stores and recover the extra cost so involved from the Contractor or

b) terminate the Contract for default as provided under clause 14 above or

c) acquire the defective stores at a reduced price considered equitable under the circumstances The

provision of this article shall not prejudice the Purchasers rights under clause 19

18 EXTENSION OF TIME

If the completion of supply of stores is delayed due to reason of force majeure such as acts of god acts

of public enemy acts of Government fires floods epidemics quarantine restriction strikes freight

embargoes etc the Contractor shall give notice within 15 days to the purchaser in writing of his claim

for an extension of time The purchaser on receipt of such notice after verification if necessary may

agree to extend the Contract delivery date as may be reasonable but without prejudice to other terms

and conditions of the Contract

19 DELAY IN COMPLETION LIQUIDATED DAMAGES

If the Contractor fails to deliver the stores within the time specified in theContract or any extension

thereof the purchaser shall recover from theContractor as liquidated damages a sum of onehalf of one

percent (05percent) of the Contract price of the undelivered stores for each calendar week of delay

The total liquidated damages shall not exceed ten percent (10 percent) of the Contract price of the unit

or units so delayed Stores will be deemed to have been delivered only when all their component parts

are also delivered If certain components are not delivered in time the stores will be considered as

delayed until such time as the missing parts are delivered

20 GUARANTEE and REPLACEMENT

a) The Contractor shall guarantee that the stores supplied shall comply fully with the specifications laid

down for material workmanship and performance

b) For a period of twelve months after the acceptance of the stores if any defects are discovered

therein or any defects therein are found to have developed under proper use arising from faulty

materials design or workmanship the Contractor shall remedy such defects at his own cost provided he

is called upon to do so within a period of 14 months from the date of acceptance thereof by the

Purchaser who shall state in writing in what respect the stores or any parts thereof are faulty

c) If in the opinion of the purchaser it becomes necessary to replace or renew any defective stores such

replacements or renewals shall be made by the Contractor free of all costs to the purchaser provided

the notice informing the Contractor of the defect is given by the purchaser in this regard within the said

period of 14 months from the date of acceptance thereof

Tender No SCLPS52019E0156401 20

d) Should the Contractor fail to rectify the defects the purchaser shall have the right to reject or repair

or replace at the cost of the Contractor the whole or any portion of the defective stores

e) The decision of the Purchaser notwithstanding any prior approval or acceptance or inspection

thereof on behalf of the purchaser as to whether or not the stores supplied by the Contractor are

defective or any defects has developed within the said period of 12 months or as to whether the nature

of the defects requires renewal or replacement shall be final conclusive and binding on the Contractor

f) To fulfill guarantee conditions outlined in Clause 20 (a) to (e) above the Contractor shall at the option

of the purchaser furnish a Bank Guarantee (as prescribed by the purchaser Bank Guarantee format

enclosed) from a Bank approved by the purchaser for an amount equivalent to 10Percent of the value of

the Contract along with first shipment documents On the performance and completion of the Contract

in all respects the Bank Guarantee will be returned to the Contractor without any interest

g) All the replacement stores shall also be guaranteed for a period of 12 months from the date of arrival

of stores at purchasers site

h) Even while the 12 months guarantee applies to all stores in case where a greater period is called for

by our specifications then such a specification shall apply and in such cases the period of 14 months

referred to in Clause 20 (b) and (c) shall be asked for guarantee period plus two months

21 REQUIREMENT OF ADDITIONAL NUMBERS OF THE STORESSPARE PARTS ORDERED

The Contractor shall also undertake the supply of additional number of items covered by the order as

considered necessary by the purchaser at a later date the actual price to be paid shall be mutually

agreed to after negotiations

22 PACKING

a) The Contractor wherever applicable shall pack and crate all stores for sea air shipment as applicable

in a manner suitable for export to a tropical humid climate in accordance with internationally accepted

export practices and in such a manner so as to protect it from damage and deterioration in transit by

road rail or sea for space qualified stores The Contractors shallbe held responsible for all damages due

to improper packing

b) The Contractor shall ensure that each box unit of shipment is legible and properly marked for

correct identification The failure to comply with this requirement shall make the Contractor liable for

additional expenses involved

c) The Contractor shall notify the purchaser of the date of shipment from the port of embarkation as

well as the expected date of arrival of such shipment at the designated port of arrival

d) The Contractor shall give complete shipment information concerning the weight size content of each

packages etc

Tender No SCLPS52019E0156401 21

e) Transshipment of equipment shall not be permitted except with the written permission of the

purchaser

f) Apart from the despatch documents negotiated through Bank the following documents shall also be

airmailed to the purchaser within 7 days from the date of shipment by sea and within 3 days in case of

air consignments

a) Commercial Bill of Lading Air Way Bill Post parcel Receipt (Two nonnegotiable copies)

b) Invoice (3 copies)

c) Packing List (3 copies)

d) Test Certificate (3 copies)

e) Certificate of Origin

The Contractor shall also ensure that one copy of the packing list is enclosed in each case

23 ARBITRATION

In the event of any disputes differences or claims arising out of or relating to the interpretation and

application of the Contract such disputes or differences or claims shall be settled amicably by mutual

consultations of the good Offices of the respective Parties and recognizing their mutual interests

attempt to reach a solution satisfactory to both the parties If such a resolution is not possible within 30

days from the date of receipt of written notice of the existence of such disputes then the unresolved

disputes or differences or claims shall be referred to the Sole Arbitrator appointed by the Parties by

mutual consent in accordance with the rules and procedures of Arbitration and Conciliation Act 1996 as

amended from time to time The arbitration shall be conducted in New Delhi in the Arbitration and

Conciliation Centre New Delhi (Domestic and International) as per its rules and regulations The

expenses for the Arbitration shall be shared equally or as may be determined by the Arbitrator The

considered and written decision of the Arbitrator shall be final and binding between the Parties The

applicable language for Arbitration shall be English only

Work under the Contract shall be continued by the CONTRACTOR during the pendency of arbitration

proceedings without prejudice to a final adjustment in accordance with the decision of the Arbitrator

unless otherwise directed in writing by the Purchaser or unless the matter is such that the works cannot

be possibly continued until the decision (whether final or interim) of the Arbitrator is obtained

24 LANGUAGE AND MEASURES

All documents pertaining to the Contract including specification schedule notice correspondence

operating and maintenance instructions drawings or any other writings shall be written in English

language The metric system of measurement shall be used exclusively in the Contract

25 INDEMNITY

Tender No SCLPS52019E0156401 22

The Contractor shall warrant and be deemed to have warranted that all Stores supplied against this

Contract are free and clean of infringement of any patent copyright or trade mark and shall at all times

indemnify the purchaser against all claims which may be made in respect of stores for infringement of

any right protected by Patent Registration of design or Trade Mark and shall take all risk of accident or

damage which may cause a failure of the supply from whatever cause arising and the entire

responsibility for the sufficiency of all the means used by him for the fulfillment of the Contract

26 COUNTER TERMS AND CONDITIONS OF SUPPLIERS

Where counter terms and conditionsprinted or cyclostyled conditions have been offered by the

supplier the same shall not be deemed to have been accepted by the purchaser unless specific written

acceptance thereof is obtained

27 SECURITY INTEREST

On each item to be delivered under this Contract including an item of work in progress in respect of

which payments have been made in accordance with the terms of the Contract purchaser shall have a

security interest in such items which shall be deemed to be released only at the time when the

applicable deliverable item is finally accepted and delivered to the purchaser in accordance with the

terms of the Contract Such security interest of the purchaser shall constitute a prior charge as against

any other charge or interest created in respect of such items by any entity

28 BANK CHARGES

While the purchaser shall bear the bank charge payable to his Bankers (State Bank of India) the

Contractor shall bear the Bank charges payable to his Bankers including the cheques towards advising

amendment commissions

29 TRAINING

The Contractor shall if required by the purchaser provide facilities for the practical training of

Purchasers engineering technical personnel from India and for their active association on the

manufacturing processes throughout the manufacturing period of the Contract stores number of such

personnel to be mutually agreed upon

30 APPLICABLE LAW

The Contract shall be interpreted construed and governed by the laws of India

Tender No SCLPS52019E0156401 23

BidTemplates

GENERAL CONDITIONS

Item Specifications

Sl No Specifications Complianc

e (Yes No)

Offered Specifications Remarks

1 Intent of the ProjectaThe scope of Project includes Supply

Installation Testing and Commissioning of electrical

distribution system including illumination MCC Panels fire

detection system Local Area Network (LAN) Paging etc for

the Chemical Store Building at Semi‐Conductor Laboratory

(SCL) Sector‐ 72 SAS Nagar Mohali (Punjab) bScope

includes receiving unloading storage insurance in‐plant

transportation and all equipment amp accessories covered under

this specificationcTechnical SpecificationBrief overview of

Equipment amp services under this specification is described

hereiGeneral SpecificationiiSupply amp Installation of

Electrical MCCPCC Panels MCB DB exhaust fan light fixtures

etciiiSupply amp Installation of wire cables conduits Modules

SwitchSockets termination earthing etcivSupply amp

Installation of Fire detection system and its

accessoriesvSupply amp Installation of NetworksLAN

systemviSupply and installation of material for Earthing and

lightning protection system viiAny other electrical

requirement for execution of the work dDrawing amp notes All

drawing amp notes as listed in the annexure form a part of this

specification

Tender No SCLPS52019E0156401 24

2 General Information for Site Condition The Contractor may

visit the site of work at SCL to acquaint themselves of the

actual site conditions

3 Code amp Standards All electrical equipment and accessories to

be furnished installed and commissioned under scope of

these specifications shall be designed manufactured tested

and installed in accordance with relevant Indian Standard

Specifications (ISS) Indian electricity rules and any other

applicable regulations

4 Period of CompletionThe time allowed for supply installation

testing and commissioning of the entire work shall be six (6)

months to be reckoned from the 7th day of issue of Purchase

order by SCL

5 Drawing Data and ManualsFollowing drawings documents

shall be submitted by the selected contractor for approval of

SCL for execution of the workaFoundation drawing of all

floor mounted Electrical panelsbGeneral Layout (GA)

drawing with dimension of all electrical equipment and Single

line drawings (SLDs) of electrical PanelcMake type and

catalogue of Switchgears of Electrical MCC Panels Power DBs

Power Cables and related accessories along with technical

leaflets data sheets etc to be provided by the contractor

The contractor shall offer recommended makes mentioned in

this document dEquipment data sheets furnishing

guaranteed performance figure for each type of

equipmenteTest certificates test results for each type of

equipmentfCheck lists and tests to be conducted during

erection testing amp commissioning of the individual

equipmentOn successful completion of the entire work the

Contractor shall provide lsquoAs Builtrsquo drawings for all the Systems

executed under the Contract Three (03) sets of hard copies

and one (01) set in soft copy (CDDVD) in Auto‐CAD and PDF

Tender No SCLPS52019E0156401 25

format shall be provided to SCL for its record and reference

Contractor shall also provide instruction Operation

manual(s) and maintenance manuals for the all equipment

system installed under the project

6 Eligibility Criteria Only those bidders meeting the below

mentioned eligibility criteria are eligible to participate in the

tendera Should have satisfactorily executed at‐least two (2)

similar works of value not less than Rs 50 Lakh each

involving inter alia power distribution works consisting of

MCCsPCCs of rating not less than 400 A 415 V 35 kA ( fault

level) MCBDBs lighting systems cabling during the last 5

years To ascertain eligibility for the work the participating

bidders shall enclose copy (ies) of the detailed Purchase

Order(s) and their completion certificate(s) evidencing

satisfactory completion of similar works issued by the

respective clientsorganisations Completion certificate for

works issued by private parties shall be supported by TDSb

Should not have incurred any loss in more than two years

during the last five (5) financial years ending 31st March 2019

c The Contractor should possess valid license of Class lsquoArsquo

Category Electrical Contractor issued by the State Licensing

Authorityd The contractor shall carry out the work in co‐

ordination with the civil works undertaken by other contractor

engaged by SCL

7 DeviationaContractor to clearly mention deviation(s) if any

from the specification in the unpriced techno‐commercial bid

bUnless such deviations are recorded in the deviation sheets

and submitted with the bid it will be assumed that the offer is

made in conformity with the tendered specification in all

respectscThe deviations shall be evaluated by SCL and

acceptance of the same shall be at the sole discretion of SCL

Tender No SCLPS52019E0156401 26

8 Quantity variationThe quantities indicated against each item

in the Bill of Quantities (BOQ) are indicative and are for the

purpose of bidding only Variation in quantities upto + 25

shall be carried out by the contractor on the agreedPurchase

Order (PO) rates and terms amp conditions as in the Purchase

Order (PO) In case of contract items which exceed the said

limit of +25 the contractor may claim revision of rates

supported by proof analysis and if the rate claimed in excess

of the rate specified in the bill of quantities SCLrsquos engineerndashin‐

charge of the work shall after giving consideration to the

analysis of rates submitted by the contractor determine the

rates on the basis of market rates and the contractor shall be

paid in accordance with the rates so determined The

Contractorrsquos profit amp OH shall be factored in the rate

analysis15

9 Extra ItemsIn case of extra items (that are completely new

and are in addition to the items contained in the contract) the

contractor may claim rates supported by proper analysis and

SCLrsquos engineer‐in‐charge of the work shall after giving

consideration to the analysis of the rates submitted by the

contractor determine the rates on the basis of market rates

and the contractor shall be paid in accordance with the rates

so determined The Contractorrsquos profit amp OH shall be factored

in the rate analysis15

10 Construction Power SupplyElectricity if available in the

premises may be provided to the contractor by Department

(SCL) only at a single point free of cost subject to the following

conditions ‐a)The Contractor has to make his own

arrangement to tap Electricity from a 3 phasesingle phase

supply from the location decided by the SCLrsquos Engineer‐in‐

charge (E‐I‐C)

Tender No SCLPS52019E0156401 27

11 Storage space site office Contractor will be provided a

lockable room within SCL premises for storage space subject

to availability Contractor will make at his own cost

temporary site office close to work site as per the location

decided by the E‐I‐C

12 Materialsystem submittalsMaterialssystems etc procured

by the selected Contractor for incorporation in the work will

be only of MakesManufacturers specified in the tender

document Submittals of the same shall be submitted by the

contractor for SCL review and approval

13 Other RequirementsbullErection testing amp commissioning of

items as per BOQbullSpecial tools amp tackles Party shall arrange

the ladderscaffoldingstair for working at height for cable

laying Fire detection system installation of light fixture

bullWork shall be executed as per the ISRO contractor safety

Manual Contractor to ensure that the manpower is equipped

with PPE for working at the site bullAll relevant drawing data

catalogues with instruction and trouble shoot manuals type

test certificates for the above accessoriesbullMaterials and

accessories which are necessary or used for satisfactory and

trouble free operation and maintenance of the above

equipmentrsquosmaterial shall also be furnished bullContractor

shall deploy skilled amp unskilled Labor qualified technical

Supervisor(s) erection tools amp tackles testing tools amp

equipment supplies consumables and hardware and

transport for timely and efficient execution of the

workbullContractor shall guarantee LED fixtures

(flameproofnon‐flameproof) for a period of 5 years from the

date of acceptance The contractorrsquos guarantee shall be

supported with a guarantee from the manufacturer(s) in this

regard

Tender No SCLPS52019E0156401 28

TECHNICAL SPECIFICATION‐1

Item Specifications ‐I

Sl No Specifications Compliance

(Yes No)

Offered Specifications Remarks

1 Internal Wiringa The electrical wiring installations and other

accessories shall comply with latest IS code 732 (part‐II) 1983

and National Electric Code‐1985b The word concealed means

it involves cutting of floor wall and making good after laying

the conduitMetal raceway as per the enclosed drawings by

the contractor as requiredc The contractor shall provide all

necessary components fixing materials accessories and

interconnections as per standard practice It is to be noted

that ceiling rose forms a part of the specifications hence not

indicated separately and shall be provided by the contractor

as requiredd Scope includes termination of wire ferruling

dressing cable tie etc as requirede The work shall be

executed as per the ISRO electrical specification available on

ISRO site wwwisrogovin in Schedule I to be read along with

the tender specification

2 LED LuminariesThe scope includes supply installation

testing commissioning of flame proofnon‐flameproof LED

lighting fixture at the ceiling level (about 55 meter height) in

the chemical store building outer periphery of the store

building electrical room AHU room at the first floor as per

drawings and discretion of E‐I‐C Architectural plan of the

building is attached Supply of required accessories such as

mounting brackets nuts bolts screws washers glands and

any other material required for installation of LED fixture as

per specifications mentioned in BOQ shall be part of the

specification Junction box as required for loop‐in and loop‐

Tender No SCLPS52019E0156401 29

out of the cable for flame proof light fixture will be in the

scope of the contractor LED light fittings will be suitable for

operation on 230V single phase AC supply The fitting shall

be supplied with all fixing material such as brackets nuts

bolts etc as required for installation of fittings Special

Conditions aLuminaire make (Brand) from among the

recommended make mentioned in the tender document shall

be clearly mentioned in Technical Bid along with complete

technical detailsbThe LED light fitting and its driver unit etc

shall have warranty for a period of 5 years from the date of

installation and commissioningcThe flame proof fixture shall

be provided along with the Petroleum and Explosives Safety

Organization (PESO) certification

3 Detailed Specification for LED Fixture a Flame Proof LED

Fixtures Supply and installation of flameexplosion proof high

efficiency 1 Phase 230 V 60W LED light fitting as per IS 2206

with luminous efficiency 100Lmwatt or better CRI gt 08 amp

THDlt10 IP‐66 as per ISIEC 605292001 made of Die cast

aluminium alloy Heat resistant amp tough clear dome glass

having enclosure as per Ex‐d GAS Gr IIA IIB IIC AS PER ISIEC

60079‐12007 amp ISIEC 60079‐02004 Area of classification

ZONE‐1 2 21 amp 22 and temperature class T‐6 or better as per

ISIEC 60079 complete with loop‐in loop‐out provision

Mounting bracket for mounting on the ceiling Double

compression cable gland shall be provided and install by the

contractor along with the light fitting Recommended Make of

fixture Baliga Stahl Sudhir SwitchgearRecommended make

of LED NICHIA CREE PHILIPS LUMILED OSRAMb General

LED fixtures Supply amp fixing of wallceiling mounted batten

type 20W LED tube light (Four feet) luminaire with efficient

driver (efficiency shall be more than 90) amp with minimum

lumens output of 2000 lumens per lamp comprising of nano

diffuser technology complete with efficient amp constant

Tender No SCLPS52019E0156401 30

current output driver suitable for operation on 230V single

phase 50Hz AC supply efficient heat sink effective thermal

management and with colour temperature shall be gt 6000K

The LED with suitable control gear and power factor gt09 LM

79 certification for luminaireLM80 certificate for LED shall be

submitted and with other standard accessories prewired

including necessary interconnections complete in all respects

and as directed by EIC (Similar to Philips Astra or equivalent)

Recommended make of fixture Philips GE Trilux

LTRecommended make of LED NICHIA CREE PHILIPS

LUMILED OSRAM

4 c Street Light Fixture Supply and installation of 72W75W

LED Street Light fixture with High‐brightness White LEDs

sources with high transmittance flat toughed glass cover and

peanut LENS on each LEDs System luminous efficacy 100

LmsWatt 5600K colour temperature amp 70 CRI value for

ensuring good quality light output Life of at‐least 50000

hours at 70 lumen maintenance ampLED driver efficiency gt

85 Power factor greater than 095 THDlt10 amp min 3KV

surge protection with operating voltage range from 120‐270V

for ensuring lifelong high performance of luminaire the

fixture shall be made of LM‐6 Pressure die‐cast aluminium

with engraved company name amp have IK05 amp IP66 Class

protection with NABL Accredited LM‐79 amp LM‐80 Report

Mounting pole mounted upto a height of 8 meter and pole

bracket diameter of 48‐60 mm (adjustable) Recommended

make of fixture Trilux Philips GE LTRecommended make of

LED NICHIA CREE PHILIPS LUMILED OSRAM

5 Street Light Pole Providing and installation of hot dipped

galvanized swaged tubular 9‐meter‐long with planting depth

15 metersiexclbrvbar street light poles The effective length of each

section shall be‐ bottom 5 meters middle 2 meters and top 2

meters The outside dia and thickness of pole shall be

Tender No SCLPS52019E0156401 31

minimum 11430x440mm 889x4085mm 761x325mm

respectively as required The pole shall be provided with

necessary bracket (inclination 105115 degree length 15

meter dia 45 mm ) for mounting upto 72 W LED street light

fixture Each pole shall have a weather proof

loopingterminal box clamped at 550 mm above ground level

along with a suitable earth terminal The looping box shall be

provided with a suitable Power terminal arrangement to loop

4C x10sqmm size cable and MCB5A fuse cut‐out A base

plate 300 x300x10mm shall be welded to the bottom of the

pole Both underground cable and GI earth wire shall be

terminated at the terminal looping box in the looping zone

Further wiring to the light fixture shall be done with three

core flexible copper wire (2core for power supply and third

core for earthing)GI tubular pole shall be installed in cement

concrete 136 (1 cement 3 coarse sand 6 graded stone

aggregate 40 mm nominal size) foundation including

excavation and refilling etc Party to cast 2 run of 32 mm MS

conduit for cables upto a height of 550mm from ground level

for loop in loop out of cable The civil work for street light pole

foundation forms a part of installation of the work and will be

done by the party as required for commissioning of lighting

poleFor earthing of street light poles coilspiral earthing

using 8 SWG GI wire shall be used The GI wire shall be buried

to a minimum depth of 15 m with excavation refilling of

earth and connecting GI wire to pole using GI bolt and nut

complete as per requirementMake of Pole Reputed make

with ISI mark Note Party shall submit Drawing of the street

light pole for SCL approval before start of manufacturing

6 Cables wire conduit earthing Switchboards

SwitchesSockets etca Cables The scope includes the Supply

and installation of XLPE insulated overall FRLS PVC outer

sheathed AlCu armored cable on wallsurfacesoilexisting

Tender No SCLPS52019E0156401 32

cable tray as required for MCC Panel and MCB DBs as per the

detailed specification and quantity in this document All

necessary hardware for installation of cable like cable tie

clamps tags etc is in the scope of Contractor Contractor to

ensure that cable laid on the cable tray is properly clamped

with GI clamps and cable is properly secured on cable tray b

Wire The scope includes the Supply and installation of FRLS

Copper wire of different size quantity amp Specification for

power distribution and lighting and power etc as per the

requirement c Conduit The scope includes the Supply and

installation of ISI makes MS Conduits of different size as per

Specification for power and lighting distribution switch

sockets etc as per the requirement Flexible conduit shall be

of GId Cable tray The scope includes the supply and

installation of GIMS cable trays as per specificationse

Earthing The scope includes the supply and providing

earthing for Panels DBs cable trays light fixtures and poles

flameproof accessories fire panel speakers exhaust fans etc

matching the specifications given in this tender documentf

Lightning protection The scope includes the supply and

providing earthing for lightning protection of the building as

per the IS 2309 specification and quantities as per the BOQ

The scope includes horizontal and vertical runs earth pits test

point earthing of building periphery for contour etcg Rack

earthing The scope includes the supply and providing

earthing for racks as per specificationsh Switchboards and

SwitchSockets The scope includes the Supply and installation

of different size of flameproofnon‐flameproof Switchboards

and switchsocket for Lighting Power Distribution as per

specificationi MSGI Conduits flexible GI conduit earthing

materials doublesingle compression brass cable glands

cable lugs (Al amp Cu as required) cable ties cablewire

identification tags required for the installation and

maintenance of trouble free operation of the downstream

Tender No SCLPS52019E0156401 33

system and accessories are covered under this specificationj

MS junction box conduit along with all related accessories as

per specification

TECHNICAL SPECIFICATION‐2

Item Specifications ‐II

Sl No Specifications Compliance

(Yes No)

Offered Specifications Remarks

1 Electrical Panel SpecificationGeneralaPanel shall be

fabricated as per IEC 61439 part 1 amp 2 bPanel shall be indoor

metal clad air insulated floor mounted extendable to side

single front construction front wired front

connectedcMinimum thickness of sheet metal used shall be

2 mm and panel shall confirm to IP54 protectiondThe

working height of the Panel shall be limited as per standard

engineering practicese The design should be fully

compartmentalized with metal partitions between

compartments All doors shall be gasketed Each vertical

section shall have removable back coverfAll switches push

buttons lamps indicating instruments shall be flush

mountedgA full height vertical cable chamber with cable

supports shall be provided in each section to facilitate unit

wiring Cable chamber shall be sized to accommodate all cable

and shall have removable covers A horizontal wire way

extending the entire length shall be provided at the top of

panel for inter panel wiringhPanel shall be with minimum

75mm high base MS channel frameiThe panel shall undergo

seven tank or better process as per relevant IS

standardsjLifting hook shall be provided at each section for

easy transportationkDifferent compartment of the panel

shall be provided with dust proof type air filter louvers

explosion vents or similar safety arrangements in the panels

Tender No SCLPS52019E0156401 34

to let out gases under pressure generated during event of any

fault inside the panellPanel shall have pocket for the Panel

drawing in the incomer section

2 Busbar and Bus TapsaThe main bus and connections shall be

of high connectivity AluminiumAluminium alloy sized for

specified current ratings with maximum temperature limited

to 85amp778 C ie 35amp778 C rise and ambient 50amp778

bSeparate vertical bus bars shall be provided for each vertical

panelcAdequate contact pressure shall be ensured at bus

connections by means of two bolt connections with plain and

spring washers and lock nutsdBus bar and connections shall

be fully insulated for working voltages with adequate

phaseground clearances Insulating sleeves heat shrink type

for bus bar and shrouds removable type joints shall be

provided Bus insulators shall be flame retardanteBus bar

shall be color coded for easy identificationfBusbar should be

connected in such a way that it can be dismantledassembled

while separating different section of the panelgShrouds of

transparent sheet on the exposed bus in cable alleys for

adequate safety measurehBus bar Conductor shall be

confirming to IS‐5082iMinimum clearance (PH‐PH PH‐N and

PH‐E) between Bus bars shall be maintained as per latest

ISjBus Bar supporting Material shall be of

SMCDMCkMaterial of Aluminium Bus bar shall be of E91

gradelBus bar shall be protected from the transparent

insulated material for stand safety point

3 3Control ModuleaFixed type control module shall house the

control components for a circuitbThe equipment layout shall

provide sufficient working space in between the components

and subject to SCL approval cEach control module shall be

equipped with ACDC potential free Relays (230V AC24V DC)

Contactors etc for seamless interface of the operation of

Drives from FCMS (PLC)dVendor to provide the potential free

Tender No SCLPS52019E0156401 35

contact to facilitate local operation from MCC and remote

operation from FCMSPLC Vendor shall provide with each

drive module automanual selector switch and each drive

module shall be wired up to the terminal block for localauto

selection ON OFF trip feedback to SCLrsquos control station and

ONOFF command room FCMSPLC as welleMCC panel and

LPBS shall have selector switches for MCCLocal and

LocalRemote selection respectively Control (OnOff) of the

Drivesheaters will be as per following selection If selector

switch (SS) at MCC is selected to MCC ONOFF operation can

be done from MCC only irrespective of position of SS at LPBSIf

selector switches both at MCC amp LPBS are selected to LOCAL

ONOFF operation can be done from LPBS onlyIf SS at MCC is

selected to LOCAL and SS at LPBS is selected to REMOTE

ONOFF operation can be done from FCMS only

4 VFDVFD shall be of Allen Bradley PF400 series having

redundant Control Net communication option as well to

communicate with the existing Facilities Control amp Monitoring

System (FCMs) Control Net Bridge Coaxial Straight T‐Tap

1786‐TPS must also be supplied along with VFDs Line

reactorchoke of suitable rating shall be connected before the

VFD

5 Thyristor based Heater ControlaDYDAC Make Thyristor

power controller Type 3003 or equivalent rating 85kW

Control input 4‐20mA Thyristor input supply 415VAC (3‐Ouml)

Thyristor output supply 415VAC (3‐Ouml) which shall be provided

by the vendor in a separate compartment of the MCC 4‐20mA

Control signal from the heater PID will modulate the thyristor

controller output to maintain the fresh air temperature at set

value Heater ON and OFF set points shall be adjustable in the

SCADA in FCMSbThyristor controller run command run

feedback 4‐20mA modulating signal shall be wired up to the

terminal block in the cable alley in the MCC Thyristor

Tender No SCLPS52019E0156401 36

Panelcompartment shall be complete with inter module

control and power wiring 220V AC supply shall be drawn from

one of the phase and neutral of the incoming 415VAC and

connect to the Thyristor supply terminals through MCB

Circuit breaker lsquoswitch ONrsquo and Thyristor control unit lsquoRUN

commandrsquo will get activated from FCMS if air temperature is

below ON set point Circuit breaker lsquoswitch OFFrsquo and Thyristor

control unit lsquoRUN command withdraws will get activated

from FCMS when temperature becomes above OFF set point

6 Fire Suppression system amp Fire Protection systemPanel shall

be equipped with required materials such as fire suppression

cylinders filled with fire suppression agents Fire detection

tubes Heat sensor tubes end of line adaptor with gauge

electrical Relays differential pressure valves etc to provide

the fire suppression and fire protection system in cable alley

and bus bar chambers of the electrical panel

7 MCCBaThe MCCBs should be extra current limiting type with

trip time of less than 10 m sec under short circuit conditions

The current limiting action should be achieved with repulsion

principle The MCCBs should preferably have an anti‐reclosing

featurebThe MCCBs should be 3 or 4 poles as per SLDcThe

MCCBs should have a Service short circuit breaking capacity

(Ics) of not less than 35 kA rms at 415 Volts 50Hz AC for

incomer The service breaking capacity should be equal to

ultimate breaking capacities (Icu) (ie Ics= Icu=100)dThe

release should be thermal magnetic having adjustable

overload and short circuiteSwitches shall be triple pole air

break AC23 motor duty for motor starter feedersfCubicle

doors of incoming and outgoing shall be mechanically

interlocked with switchgear to prevent unintentional openings

of the door while the unit is in energized condition However

defeat interlock provision is also to be providedgAll incoming

and outgoing feeders shall be provided with bolted disconnect

Tender No SCLPS52019E0156401 37

link for isolation of neutral if necessary Selector switches

shall be of rotary typehThe MCCB shall be provided with

rotary drive kit spreader terminals and ONOFFTrip (MCCB)

position of switch handle to be clearly markediDuct Heater

MCCB shall be motorized to control (ONoff) from FCMSjFor

incomers it should be EDO microprocessor based

communicable MCCB (35 kA or above) with numerical

releases for OL SC amp EFR (With mechanical and Electrical

interlocking for operation of only one ACB at any point of

time)

8 MPCBaThe MPCBs should be of 3 pole air break type AC3

Duty continuous rating as specifiedbMPCBs should have at

least 1NO+1NC contactcThese should have trip indication

test trip functiondThe release should be thermal magnetic

having adjustable overload trip settingeThe service breaking

capacity should be equal to ultimate breaking capacities (Icu)

(ie Ics= Icu=100)fThe MPCBs should be suitable for din rail

type mounting

9 Capacitor Bank Supply and installation of Capacitor Bank ‐

Box Type Dry construction Conforming to IS 13340‐41IEC

60831 440V 50Hz Rated Current (In) as per Load Heavy

Duty Dielectric MPP Low loss type with overall loss lt

05WkVAR Delta Connection with Discharge Device

10 ContactoraThe contactor shall be 3 pole air break type AC3

Duty continuous rating for motor starter feeders with non‐

bouncing silver silver alloy contactsbContactor shall be of

electromagnetic type rated for uninterrupted duty as per

relevant standards and also suitable for capacitor duty

cContactor shall be provided with adequate auxiliary contacts

rated for 10Amps 240VAC for interfacing with control

schemedContactor coil rating shall be minimum pick up of

85 of rated voltage and minimum drop out of 75 rated

Tender No SCLPS52019E0156401 38

voltage

11 Control and IndicationsaPush buttons will be heavy duty oil

tight and push to actuate type with integral plate marked

with its functionbEach push button shall be provided with

2NO+2NC contacts rated for 10Amps 240VACcLamps shall

be LED type rated for 240V AC Lens and lamps shall be

replaceable from the front dThe control supply shall be

through a 415V230V transformer and the vendor shall

provide 1 no 415V230V transformer for the same Vendor

shall also provide Power module for 24V DC Supply for the

operation of heaters control module

12 MetersaAll indicating instruments shall be digital

Switchboard type with accuracy class +‐ 2 full scalebMFM

of suitable rating shall be used in the incomer

feedercSelector switches shall be furnished at outgoing

feeders as per SLD for ammeterdAmmeter shall be of analog

type flush mounted industrial pattern of size 96x96 mm with

accuracy class 10 eMultifunction meter shall be of digital

type flush mounted industrial pattern of size 96x96 mm with

accuracy class 10 as per IEC 6205253 suitable for

measurement of Current Voltage Power Frequency Power

factor Energy and ready port to communicate with FCMS

through RS 485 The Meter should have Modbus

communication port as well

13 CT (Current transformer)CT will be cast resin type rated 15VA

or more burden with Maximum accuracy limit of class 1

14 Secondary wiringaPanel shall be fully wired at the factory to

ensure proper functioning of control and protectionbFuse

and links shall be provided to permit individual circuit

protection from bus wires without disturbing other circuits All

spare contacts of relays push buttons and other devices shall

Tender No SCLPS52019E0156401 39

be wired up to terminal blockscWiring shall be done with

flexible 25sqmm copper 1100V grade PVC insulated

switchboard wires Each wire shall be identified at both ends

with permanent markers bearing wire numbers as per wiring

diagramdWire termination shall be done with crimping type

connector with insulating sleeve

15 Powercontrol Terminal BlocksaTerminal block shall be 660V

grade box clamp type with marking strips similar to ELMEX 10

mm2 or equal for ControlbTerminal for CT secondary leads

shall have provision for shortingcNot more than two wires

shall be connected to any terminaldSpare terminals equal in

number to 20 active terminals shall be providedeTerminal

blocks shall be suitably located in cable alleysfFor Power

cable Bus Bar type cable connector (Melamine material) shall

be providedgFor Control cable heavy duty screw type cable

connector (Melamine material) shall be provided

16 Cable terminationaPanel shall be designed for cable entry

from topbEach cable shall be clearly marked at both ends

with an indestructible marker preferably a cable tag made of

Aluminium tacked with indicating cable number amp both end

feeder tags with switchboard tags Cable tags at ends of cable

shall be provided inside the gland plate as well as outside the

gland platecAll provisions and accessories shall be furnished

for termination of cables including removable gland plates

cable supports and terminal blocksdGland plate shall be

minimum 3 mm thick

17 Ground BusA GI ground bus rated to carry the maximum fault

current shall extend full length of Panel The ground bus shall

be provided with 2 bolts with GI bolt and nuts at each end to

receive 50x6mm GI flat

18 NameplateaThe nameplate of approved design shall be

Tender No SCLPS52019E0156401 40

provided for each compartment and also at the top of each

panel Nameplate shall be minimum 20x70mm and 3mm

thickbDrawing Pouch shall be provided at the incomer cable

allay

19 PaintingPanel shall be painted with light grey epoxy painted

(Siemens Gray RAL 7032) and caution notice plate shall be

fixed at the back of each vertical panel

20 Make of Switchgears aMCCBSiemensSchneiderbPush

button SiemensSchneider TekniccSelector

SwitchSiemensSchneider Teknic

dFuseSchneiderSiemenseTimerSiemensSchneiderfContro

l TransformerAEIMPIndcoilgTerminal

BlockElmexConnectwellFTChMeters Conzerv LampT

AEiCTs amp PTsKappaAutomatic

Electric(AE)NippenjContactorsSchneiderSiemenskIndicatio

ns SiemensSchneider

TekniclRelaysSchneiderSiemensPLAmMCBSchneiderSiem

ensnCooling Fan

RexnordSunonoVFDsAllen bradlypThyristor moduleDYDAC

qRCBOSiemensSchneiderrMCB

DBSiemensABBLegrandsLine reactorchokeAllen

BradleytCapacitor BankNeptune Schneider Siemens

21 Local Push Button Station (LPBS)The Scope includes supply

and installation of LPBS for Chiller Pumps AHUs Heaters as

per the BOQ and detailed specification given below aLPBS

shall be indoor metal clad air insulated wallAngle frame

mounted as required single front construction front wired

front connected hinged lockable door LPBS for Chiller Pumps

system shall be suitable for outdoor installationbMinimum

thickness of sheet metal used shall be 2 mm and panel shall

conform to IP54 protection for indoor installation and IP65 for

outdoor type LPBScAll switches push buttons with indicating

Tender No SCLPS52019E0156401 41

LED lamps indicating instruments shall be flush

mounteddThe LPBS shall be used for remote operation of

drives Equipment and HeaterseTo facilitate the localremote

operation LPBS shall have LocalRemote selector switch and

provided with Start push button lockable Stop push button

ammeter of suitable range Terminal Block and lockable

Emergency off Switch etc fLPBS shall be equipped with AC

(230V)DC (24V) Relays Contactors etc for seamless interface

of the operation of Drives from FCMS (PLC)gLPBS should be

suitable for wall mounting and provided with necessary

mounting arrangementhWiring shall be done with flexible

25sqmm copper 650V grade PVC insulated switchboard

wires Each wire shall be identified at both ends with

permanent markers bearing wire numbers as per wiring

diagramiWire termination shall be done with crimping type

connector with insulating sleevejGland plate shall be

minimum 3 mm thickkThe nameplate of approved design

shall be provided for each compartment and also at the top of

each panel Nameplate shall be minimum 20x70mm and 3mm

thicklLPBS shall be painted with light grey epoxy painted

(Siemens Gray RAL 7032)

22 Make of Electrical panel As per DOS Approved Panel

manufacturer list (attached)

TECHNICAL SPECIFICATION‐3

Item Specifications ‐III

Sl No Specifications Compliance

(Yes No)

Offered Specifications Remarks

Tender No SCLPS52019E0156401 42

1 Fire Detection System Scope for fire detection system

includes supply installation testing commissioning of Fire

panel Addressable Fire detection devices Manual Call Points

Addressable loop sounders Switch Monitoring unit (SMU) UV

IR sensor for detection of methanol flame Cable MS junction

boxes for loop in loop out of cable as per specifications and

integrating the same with existing repeater panel as per the

requirement The detailed specifications for the different

component of fire deduction system are as follows

2 A Multi‐sensor Detectors The smoke detectors shall be multi‐

sensor (heat and smoke) detector with isolator suitable for

detecting a wide range of smoke from slow smoldering and

fast flaming fire The detector shall have following features

bullSolid state addressing arrangement in combination with a

hand held programmer to configure the sensor

addressbullElectronics free mounting basebullTwin alarm LEDs for

360 Degree viewing and shall have blinking LED facilitybullThe

sensor shall have s removable chamber for ease of cleaning or

replacementbullAutomatic compensation for smoke sensor

contaminationbullShall have a built in test facility which allows

the fire alarm control panel to adjust the alarm threshold

levels to compensate for contamination and shall have a

maintenance alarm display when threshold can no longer be

adjustedbullOperating temperature ‐ 10 DegC to 50 DegC and

operating RH at 40 DegC‐95 RH

3 B Manual call stations Manual Call Stations should have in

built monitor module and pressbreak and resettable

capability constructed of high impact LEXAN sheet with clearly

visible operating instructions on the cover and the word FIRE

shall appear on front and suitable for surface mountingflush

mounting complete as required

Tender No SCLPS52019E0156401 43

4 C UV IR SensorThe UV‐IR flame detector shall operate on 24

VDC 0‐24mA current output suitable for detection of

Methanol flame with automatic built in test for reliable

operations and suitable for installation in Hazardous area zone

1and 2 with Class I Division 12 Gas group A B C The detector

shall not be susceptible to environmental conditions to

generate false alarms The entire system shall be rated for IP

66 or better and supplied with suitable mounting bracket The

system shall comply to the detailed specifications as listed

belowbullDetection Technology UV ‐ IR Electro‐optical

detectionbullDetection range 75 meterbullField of View greater

than equal to 90deg Both Horizontal and verticalbullResponse

Time less than equal to 5 secondsbullBuilt in Test Automatic

bullOperating Temperature Range 0 to + 75degCbullOperating

Humidity Range Continuous 95 non‐condensingbullAnalog

Output signal 4‐20mAbullAlarms amp Fault Normal 4 mA Fault

02 mA Alarm 20 mA + 10 verifiedbullOperating voltage 24

VDC ( 18‐32VDC)bullPower consumption Vendor to specify for

Standby and Alarm conditionbullSensor Calibration

Verification Sensor calibration as per OEM for certified

performancebullSensor Life 2 Years (minimum)bullSensor

Calibration vendor to carry out sensor calibration at site and

submit calibration certificate valid for one yearbullRFI EMI

SusceptibilitybullRequired EN 616326‐3 and EN 6100006‐3 or

equivalent IP protectionbullIP protection IP 66 or betterbullFault

Diagnostic Sensor Fault (end of life) other informationbullSelf‐

Check Test Automatic during start‐upbullHousing SS 316

Epoxy Painted Aluminium die castbullStart‐up Time Vendor to

specifybullApprovalcertification PESO and ATEX ‐ Ex d IIC C

Class 1 Div 12 Group A B C DNote Vendor shall arrange

the 230V AC to 24V DC Power supply module along with half

an hour Battery Back up in MS powder coated Enclosure

Input Power supply (230V AC) for Power Supply module shall

Tender No SCLPS52019E0156401 44

be provided by SCL

5 D SMU Unit for UV IR sensor Supply installation testing and

commissioning of Switch Monitoring Unit (SMU) to configure

the UV IR sensors with fire detection system as requiredE

SoundersAddressable Sounders shall be loop powered with

all fixing materials complete as required The sound level shall

be 100dB (A)

6 F Fire Alarm Control Panel (FACP) bullFACP shall be of 2

loopsbullFACP shall be suitable for 230V 50 Hz AC supply and

detectors shall be powered using FACP based detection

circuits Devices shall receive power and communication from

the same pair of conductorsbullFACP shall provide for resetting

detectors fault isolation and sensor loop operationbullFACP

shall be suitable for mixing different fire devices and beam

smoke detectors within the same loop to optimize field

wiringbullFACP shall have alarm indication of individual sensors

detector trouble alarm indication for dust accumulation The

panel shall check detector once in every 24 hours for

contamination for this purposebullThe FACP shall regularly

supervise all the sensors and devices on the loop and initiate

fire or trouble alarm whenever requiredbullFACP shall have 2

wire circuits to connect minimum of 126 addressable devices

per loopbullFACP shall be with repeater interface and suitable

24V battery with built in software and 2 x 40 character

alphanumeric LCD display and necessary front panel control

keys FACP shall display the date time and description for

Analog sensors to indicate alarms and trouble

situationsbullFACP switches shall allow authorized personnel to

accomplish the following ‐bullInitiate a general alarm

conditionbullSilence the local audiblebullSilence the alarm

signalsbullReset all zonespointsbullFACP shall have walk test

facilitybullShall have facility for programming from the key

board or utilizing PC set up software via laptopdesk top

Tender No SCLPS52019E0156401 45

computerbullShall have memory data for panel configuration

and operation reside in non‐volatile memory (EPROM)bullFACP

shall have facility for speech processor (to record pre‐

recorded message of 20 S) and also have Auto Dialer facility

(can dial up to 8 different lines)bullAll addressable units shall be

connected to the FACP through the loop cards and shall be

addressed though individualized numbers The FACP shall be

able to obtain analog value for all detectors in the circuit

through a pulsed digitized current data The FACP shall be

able to analyze all analog inputs from all addressable units

and though its own software and ambient level screening the

FACP shall be able to identify fire possible fire or fault

conditions The unit supervision shall be dynamic and

continuousbullThe FACP shall itself have all loop cards in it No

isolated mother board or transponder shall be

consideredbullShortopen circuit units shall also be reported at

the FACP in such cases the system through the use of fault

isolators shall be able to isolate that segment between the

two fault isolators The missing DetectorsDevices shall also

be reported to the FACP with identification of the

locationbullThe FACP shall have the facility to set smoke sensor

sensitivity remotely to either high sensitivity manually or on a

pre‐programmed sequence (Ie DayNight) period When an

alarm condition is sensed at the FACP from a smoke or heat

detector a delay timealarm verification period shall be

started If the sensor is still in alarm after the delay time

expired an alarm condition is reported The delay time shall

be adjustable from 0 to 990 secondsbullThe FACP shall have

either an in‐built or external printer coupled to the FACP

which shall log all events with time The printout shall clearly

indicate the event‐FirePre‐AlarmFault etc with the unit

address and timebullThe FACP shall also be able to discriminate

between false alarms and fire conditions as well as priority

selection of alarm in case alarm activities in two or more

Tender No SCLPS52019E0156401 46

remotely located units simultaneously In such cases the

Manual Call stations shall have the highest prioritybullThe FACP

shall also be able to actuate switches automatically in case of

Fire condition of AHUs and power supply or other system such

as piped pressurized gas supplybullThe system shall be fail safe

and adequate safe guards should be under taken that in the

event of a failure of a part of the system it shall not handicap

the complete system The loop cards shall be of Modular

constructionbullThe FACP shall have its own battery backup of a

minimum of 48 hours in normal run and then half an hour in

alarm condition The backup time calculation shall be done as

per TAC standards The Battery shall be 2 x 12V (24V) DC and

of sealed maintenance free type housed inside the FACPbullIt

shall be able to withstand temperature variations from 0

Degree Centigrade to 55 Degree Centigrade Further Relative

Humidity (non‐condensing type) up to 93 shall not hamper

its performance The voltage rating shall be from 17V DC to

31V DC though the voltage may be change depending upon

the working voltages of a proprietary FACPbullThe FACP shall be

totally enclosed dust and vermin proof type made of

minimum 16‐gauge dust inhibited sheet with even baked

finish The FACP shall be of completely solid state designbullThe

logic circuitry shall be based on high noise immunity solid‐

state hardware employing modular construction Logic cards

shall be of epoxy fiber glass constructionbullThe FACP shall have

EN 54ULFM approvalbullThe panel shall have an extra loop

card to serve as standby in case of burnout or malfunctioning

of any operating loop cardsbullThe FACP shall be capable of

being networked (future expansion) with other similar FACPs

located at different locations of SCL premises through a single

RS 485 busbullThe FACP shall have provision for interfacing with

the Public Address System

7 G Repeater panelScope comprises of supply and installation

Tender No SCLPS52019E0156401 47

of Repeater Panel which display fire fault message

simultaneously with the FACP bullIt shall be capable of

interfacing with the FACP on a single RS 485 Bus bullThe panel

shall be capable of operating on 24V DC supplybullThe

independent 24V DC supply source to be installed in MS

cubicle Box duly powder coated paint along with repeater

panelbullThe panel shall have 2 x 40‐character backlit display

which shall display date time and description of alarm

trouble events are that displayed in the panel shall be

powered from the FACPbullIt shall have control keys for sound

silence mute and to reset the FACP from the repeater

stationsbullThe repeater panel shall have the following LEDs

indicationsbullSupply bullFault bullMute bullSilent bullDisabled

bullFire

8 H Fire CableSupply and installation of 2Cx15mm2 Copper

extruded PVC inner sheath armored and overall FRLS PVC

outer sheathed 11 KV grade as per IS 7098 (Part I bearing ISI

certification) on existing cable traywallsoft soilhard soil as

required

9 I Fire Cable terminationSupplying and making end

termination with brass compression gland and copper lugs for

2Cx15mm2 Copper cable in MS Box of Size 4X4 installed

above the false ceilingwallsurface as required

10 J Junction Box for Fire devicesSupply installation testing and

commissioning of MS painted box Size 4X4 with ELMEX type

terminal block for loop in loop out of 2c x15 sq mm copper

armored cable and connection to the fire detector device on

wallsurfacerecess including wall cutting and providing

necessary hardware for mounting fixing including all

material for fixing as required

Tender No SCLPS52019E0156401 48

TECHNICAL SPECIFICATION‐4

Item Specifications ‐IV

Sl No Specifications Compliance

(Yes No)

Offered Specifications Remarks

1 A NetworksLAN The detailed specification for the network

rack switch cable cords IOs face plates etc and the

required accessories shall be as below CAT 6A or better cable

shall be laid in the PVC Conduit The detailed specifications

for the different component of networksLAN are as follows

2 bull Rack Supply installation testing and commissioning of UL

listed modular type 12U network rack with front glass door

and rear perforated door floor mounted Size 550x550 with

1 No of 5 port Octagonal PDU 515Amp with MCB and Fan

Tray with minimum 2 Fans The rack should have provision of

2 nos of cable manager duct type 1U and 2 vertical manager‐

concealed type Rack should be three sides openable with

front glass door and rear perforated door and provision of

cable entry from top and bottom both with proper earthing

kit as requiredRecommended Make Rittal Netrack

Schneider Valrack

3 bull Network Switch Supply amp installation of Network Switch in

Network Rack with the following specification as belowSwitch

shall haveamp61607Port Density Minimum 8 101001000

BaseT Ports amp 4‐1G SFP Ports ready for use with SFP module

Ports shall support PoE on all ports with PoE budget of

180Wamp61607Architecture Stand‐alone rack

mountableamp61607Bandwidth minimum 56Gbps of

switching bandwidth to support above listed ports in non‐

blocking configurationamp61607StackableScable support for

Tender No SCLPS52019E0156401 49

stacking multiple switchesamp61607Stacking backplane

bandwidth Access switch shall have additional port(s) for

providing minimum 40 Gbps stacking bandwidthamp61607L2

Features 8021x authentication spanning tree

etcamp61607Networkjflowsflow or equivalent provision for

Networkjflowsflow or equivalent supportamp61607Network

Management support Network Management through

command line interface (CLI) SNMP v1 v2c v3

httpsamp61607IPv6 Readiness IPv6 Readiness from day

1amp61607RegulatorySafety confirming to UL60950 amp

EN60950amp61607EALNIAP certified Model No shall be EAL

or NIAPNDPP certifiedRecommended Make Cisco Juniper

HP Brocade dell

4 bull CAT 6A Cable Supply and installationlaying of category 6A

or better 4 pair shielded cable UFTP or FUTP in PVC

Conduit sheath type low smoke zero halogen (LSZH) with

transmission properties amp electrical properties tested

minimum up to 500MHz amp verified by ETL amp comply with

ANSITIAEIA‐568‐C2 amp ISOIEC 11801 Recommended make

Commscope Schneider Molex Siemon

5 bull Patch Panel Supply installation testing and commissioning

of CAT6A PatchJack Panel of 24 Port fully loaded in Network

rack with port identification number with self‐adhesive clear

label holder Each portjack on the panel should be

individually removable on field from the panel and have

integrated rear cable management metallic shelf and have a

separate provision of grounding Recommended make

Commscope Schneider Molex Siemon

6 bull Patch Cords (1 meter) Supply installation testing and

commissioning of Patch Cords Cat 6A shielded 1 meter in

Network rack with 4 pair shielded copper wire factory pre

terminated with shielded RJ45 plugs Aluminumpolyester

Tender No SCLPS52019E0156401 50

shield screen material with low smoke Zero halogen sheath

comply to TIA‐568‐C2 Cat 6A in IOs of Network

RackRecommended make Commscope Schneider Molex

Siemon

7 bull Patch Cords (3 meter) Supply installation testing and

commissioning of Patch Cords Cat 6A shielded 3 meter in

Network rack with 4 pair shielded copper wire factory pre

terminated with shielded RJ45 plugs Aluminumpolyester

shield screen material with low smoke Zero halogen sheath

comply to TIA‐568‐C2 Cat 6A at field side Recommended

make Commscope Schneider Molex Siemon

8 bull Information outlet Supply and installation of Shielded Cat

6A information outlet UFTP or FUTP compliance to category

6A or better TIA568C2‐500MHz at field sideRecommended

make Commscope Schneider Molex Siemon

9 bull Face Plate (Dual) Supply and installation of single gang

square face plate (Dual) and SMB Box with a provision to

support variety of jacks‐ UTP STP etc at the field

sideRecommended make Commscope Schneider Molex

SiemonbullFace plate (single) Supply and installation of square

face plate ( single) with a provision to support variety of jacks‐

UTP STP etc at the field sideRecommended make

Commscope Schneider Molex Siemon

10 bull SMB Box Supply and installation of SMB Box for face plate

(DualSingle) as required Recommended make Commscope

Schneider Molex Siemon

11 bull Other Accessories amp61607Supply and Installation of

25mm electrical grade ISI mark PVC Conduit in

wallfloorslabsurface including wallfloor cutting and

making good the same as required Recommended make

Reputed ISI Markamp61607Supply and installation of OFC SM

Tender No SCLPS52019E0156401 51

OS2 Cable in existing 32mm HDPE pipe as

requiredamp61607Supply and Laying of 32mm HDPE pipe

direct in ground including excavation sand cushioning

protective covering and refilling the trench including standard

cable route marker etc as requiredamp61607Supply and

installation of SC simplex single‐mode LSZH pigtail 1m as

requiredamp61607Supply and installation of adaptor plate

with 3 SC duplex SM adaptors as requiredamp61607Splicing of

OFC as per Core as requiredamp61607Supply and installation

of accessories for making the Chamber Pit‐ 1Mtr Depth with

Lid for housing OFC as requiredamp61607Trenching of

HardSoft Soil as required

12 B Paging The scope includes supply installation testing and

commissioning of Supply and installation of IP 65 or better

explosion proofWP loud speaker anticorrosive powder

coated red (RAL‐3000) suitable for Zone I amp II Class II C

Hardware SS304 as per IS2148 and equivalent to model FLSR

25 of Baliga with necessary support gland as required and

installing the same on wallsurface with GI supports as

required and connecting the same with wire The Scope also

includes supply and installation of 2Cx15mm2 FRLS armored

and PVC sheath twisted pair wire their termination tagging

glanding earthing etc as required for speakers and other

accessories requires for smooth commissioning of the paging

system

Vendor Specificied Terms

Description Vendor Terms

Tender No SCLPS52019E0156401 52

1Delivery Term

Prices shall be quoted on F O R destination basis ie S C L S A S Nagar Mohali

Punjab exclusive of GST and taxes as may be applicable

2 GST

Purchaser is entitled to concessional GST of 5 as per Ministry of Finance

Department of Revenue Notification No 472017 Integrated Tax (Rate) both

dated 14th November 2017 respectively and would accordingly issue Exemption

Certificate in favour of the contractor quoting in Indian Rupees The bidder

should take note of the same while quoting the prices in Indian Rupees GST on

installation services shall be applicable 18

3 DELIVERY SCHEDULEPERIOD OF COMPLETION

The time allowed for supply installation testing and commissioning of the entire

works shall be 06 (Six) months to be reckoned form the 7th day of issue of

purchase order

4 IMPORTANT

This being a two part Tender Technical and Commercial parts separate the

bidder should not attach any document(s) containing pricing information with

technical part The Contractor will provide Un priced commercial offer in

envelope 1 (Technical Part) as an attachment

The tenders containing price information in Technical Part will be treated as

unsolicited offers and rejected Contractor to confirm that Price bid is not

attached in Envelope 1 ie Technical Part

Priced Commercial offer if any should be attached in Envelope 2 (Price Bid)

under Supporting Documents from Vendor (Commercial) as an attachment

5 The prices shall remain firm until completion of entire project including

extended period if any No cost escalation shall be applicable for the work

Tender No SCLPS52019E0156401 53

6 SECURITY DEPOSIT

a) On acceptance of the tender the Contractor shall submit security deposit for

ten percent (10 percent) of the value of the Contract within 15 days from the

date of purchase order If the Contractor fails toprovide the security within the

period specified such failure shall constitute a breach of the Contract and the

Purchaser shall be entitled to make other arrangements for the re purchase of

the stores contracted at the cost and risk of the Contractor

b) Security Deposit shall be submitted through Demand Draft Bankers Cheque

fixed deposit receipt or Bank Guarantee from any of the Scheduled Banks

executed on nonjudicial stamp paper of appropriate value and shall be valid for

a period of sixty (60) days beyond the date for completion of the Purchase

OrderContract

c) In case the contractor fails to furnish the security deposit within the specified

date or extended due date the Purchase OrderContract shall be cancelled and

in addition appropriate penal action may also be considered

d) After the Purchase OrderContract is successfully executed in all respects the

Bank Guarantee towards Security Deposit may be discharged and retained

amount shall be refunded to vendors

e) In the event of non execution of the Purchase orderContract or breach of any

terms and conditions of the Purchase Order the Security Deposit shall be

forfeited

7 Warranty

The Contractor shall provide for the tendered job comprehensive warranty for

parts as well as labour for a period of 12 months from the date of successful

installation commissioning and testing of the system at Purchasers site at no

extra charges against any manufacturing defectfaulty workmanship In case any

defect arises during warranty period the Contractor should replacerectify the

same at its own cost at siteworks

The LED light fittings and its driver unit etc shall have warranty for a period of 5

Tender No SCLPS52019E0156401 54

years from the date of installation and commissioning

8 Warranty Replacements

All replacement parts if any shall be supplied by the Contractor free of cost on F

O R Purchaser site at S A S Nagar Punjab basis

9 TERMS OF PAYMENT

The payment shall be remitted as under

90 of the value of the materials supplied shall be paid within 30 days of the

receipt of the materials at purchaser site and the balance 10 amount along

with 100 installation charges shall be payable on successful installation

commissioning and acceptance of the entire project at Purchasers site against a

Performance Bank Guarantee

10 PERFORMANCE BANK GUARANTEE (PBG)

The Contractor shall furnish a Bank Guarantee (as per format given by purchaser)

from any nationalized scheduled bank for an amount equivalent to 10 of the

value of the Contract and shall be valid for a period of 60 days beyond the expiry

date of warranty period On the performance and completion of the Contract in

all respects the Bank Guarantee will be returned to the Contractor without any

interest

11 VALIDITY

The tender must be valid for a minimum period of 120 days from the date of

opening of Technical bid and 90 days after opening of Price bid

The tender where the validity period is shorter than the period specified in the

tender enquiry shall be excluded from the procurement process

12 Quantity Variation

The quantities indicated against each items in the Bill of Quantities (BOQ) are

indicative and are for the purpose of bidding only Variation in quantities up to

Tender No SCLPS52019E0156401 55

+25 percent shall be carried out by the contractor on the agreedPurchase order

(PO) rates and terms amp conditions as in the purchase order (PO)

13 GUARANTEED TIME DELIVERY

The time for and the date of delivery stipulated in the Purchase Order shall be

deemed to be the essence of the Contract Delivery must be completed within

the date specified therein

14 Extra Items

In case of extra items (that are completely new and are in addition to the items

contained in the contract) the contractor may claim rates supported by proper

analysis and purchaser engineer in charge of the work shall after giving

consideration to the analysis of the rates submitted by the contractor determine

the rates on the basis of market rates and the contractor shall be paid in

accordance with the rates so determined The contractor(s) profit amp OH shall be

factored in the rate analysis 15

15 CONSIGNEE

Sr Purchase and Stores Officer (Stores)

Semi Conductor Laboratory

Sector 72 SAS Nagar (Mohali) Punjab

India 160 071

16 INSTALLATION AND COMMISSIONING

Installation commissioning and demonstration of performance of the tendered

stores as per Purchaser tendered specifications shall be carried out by the

Contractor at Purchaser site at S A S Nagar Punjab India

The Contractor shall provide in advance guidelines for preparation of the

installation site and list of items to be supplied by Purchaser during installation

Tender No SCLPS52019E0156401 56

On receipt of intimation from the Purchaser the Contractor shall depute its

engineer(s) to Purchaser site within two weeks to carry out installation and

commissioning and will demonstrate the functionality of the tendered

equipment to Purchaser specifications as per mutually agreed acceptance

procedure The Contractor shall be responsible for any lossdamages sustained

due to delay on the part of the Contractor to send its engineer for installation

and commissioning

Failure to commission the tendered equipment successfully shall entitle

Purchaser to full refund of the payment made and the interest thereon Decision

regarding successful installation and commissioning shall rest solely with the

Purchaser

17 REJECTION

In the event that any of the stores supplied by the Contractor is found defective

in material or workmanship or otherwise not in conformity with the

requirements of the Contract specifications the purchaser shall either reject the

stores or request the Contractor in writing to rectify the same The Contractor

on receipt of such notification shall either rectify or replace the defective stores

free of cost to the purchaser If the Contractor fails to do so the purchaser may

at his option either

a) replace or rectify such defective stores and recover the extra cost so involved

from the Contractor or

b) terminate the Contract for default as provided in this tender document

18 EXTENSION OF TIME

If the completion of supply of stores is delayed due to reason of force majeure

such as acts of god acts of public enemy acts of Government fires floods

epidemics quarantine restriction strikes freight embargoes etc the

Contractor shall give notice within 15 days to the purchaser in writing of his

claim for an extension of time The purchaser on receipt of such notice after

verification if necessary may agree to extend the Contract delivery date as may

Tender No SCLPS52019E0156401 57

be reasonable but without prejudice to other terms and conditions of the

Contract

19 DELAY IN COMPLETIONLIQUIDATED DAMAGES

If the Contractor fails to deliver the stores within the time specified in the

Contract or any extension thereof the purchaser shall recover from the

Contractor as liquidated damages a sum of one half of one percent (05 percent)

of the Contract price of the undelivered stores for each calendar week of delay

The total liquidated damages shall not exceed ten percent (10 percent) of the

Contract price of the unit or units so delayed Stores will be deemed to have

been delivered only when all their component parts are also delivered If certain

components are not delivered in time the stores will be considered as delayed

until such time as the missing parts are delivered Delivery of stores shall be

complete on Installation commissioning Testing and Acceptance

20 INSPECTION AND ACCEPTANCE TEST

The Purchasers representatives shall also be entitled at all reasonable times

during manufacture to inspect examine and test on the Contractors premises

the material and workmanship of all stores to be supplied under this Contract

and if part of the said stores is being manufactured on other premises the

Contractor shall obtain for the purchasers representative permission to inspect

examine and test as if the equipment were being manufactured on the

Contractors premises

Such inspection examination and testing shall not release the Contractor from

the obligations under this Contract

For tests on the premises of the Contractor or of any of his sub Contractors the

Contractor shall provide free of cost assistance labour material electricity fuel

and instruments as may be required or as may be reasonably needed by the

purchasers representative to carry out the tests efficiently

When the stores have passed the specified test the purchaser representative

shall furnish a certificate to the effect in writing to the Contractor The

Tender No SCLPS52019E0156401 58

Contractor shall provide copies of the tests certificates to the purchaser as may

be required

21 Labour Law Contractor shall abide by all labour laws rules and regulations

which are prevailing and as enforced from time to time and SCL shall not be

responsible for any accident or mishap during the course of the contract to any

of engineer labour employee by the Contractor The contractor shall also ensure

that the statutory obligations with regards to the employment of labour under

law are complied properly and timely

22 ARBITRATION

In the event of any disputes differences or claims arising out of or relating to

the interpretation and application of the Contract such disputes or differences

or claims shall be settled amicably by mutual consultations of the good Offices

of the respective Parties and recognizing their mutual interests attempt to reach

a solution satisfactory to both the parties If such a resolution is not possible

within 30 days from the date of receipt of written notice of the existence of such

disputes then the unresolved disputes or differences or claims shall be

referred to the Sole Arbitrator appointed by the Parties by mutual consent in

accordance with the rules and procedures of Arbitration and Conciliation Act

1996 as amended from time to time The arbitration shall be conducted in New

Delhi in the Arbitration and Conciliation Centre New Delhi (Domestic and

International) as per its rules and regulations The expenses for the Arbitration

shall be shared equally or as may be determined by the Arbitrator The

considered and written decision of the Arbitrator shall be final and binding

between the Parties The applicable language for Arbitration shall be English

only Work under the Contract shall be continued by the CONTRACTOR during

the pendency of arbitration proceedings without prejudice to a final adjustment

in accordance with the decision of the Arbitrator unless otherwise directed in

writing by the DEPARTMENT or unless the matter is such that the works cannot

be possibly continued until the decision (whether final or interim) of the

Arbitrator is obtained

23 APPLICABLE LAWS The contract shall be interpreted construed and

Tender No SCLPS52019E0156401 59

governed by laws of IndiaThe contract shall be subject to exclusive Jurisdiction

of the Court of SAS Nagar (Mohali) Punjab India irrespective of anything

mentioned in any correspondences or otherwise

24 Any Other Term

Tender No SCLPS52019E0156401 60

Supporting Documents from Vendor

Attachment ‐ I

Attachment ‐ II

Price Bid Form

Item Description Slab Range Qty UOM Currency Unit Price Total Price

Supply of MCC Panels cables

cable trays lightings etc for

electrical distribution system

including fire detection

system LAN Paging etc for

the Chemical Store building as

per detailed specifications

technical write‐updrawings

attached

‐ 1 Lot ‐ ‐ ‐

Installation Testing and

Commissioning of MCC

Panels cables cable trays

lightings etc for electrical

distribution system including

fire detection system LAN

Paging etc for the Chemical

Store building as per detailed

specifications technical write‐

updrawings attached

‐ 1 Lot ‐ ‐ ‐

Tender No SCLPS52019E0156401 61

Break‐up of other taxes and other costs should be specified in respective narration columns

Sum of these Break‐up values should be specified in respective value columns

Supporting Documents from Vendor (Commercial)

Document attachment with price bid

Attachment ‐ I

Attachment ‐ II

  • pdf_document_tndr_notc_electrical_distribution_system_051119
  • pdf_document_tndr_doc_electrical_distribution_system_051119
Page 21: -72, -160071 चंडीगढ़ के समीप पंजाब भारत...स म -क डक टर ल ब र टर /Semi-Conductor Laboratory अ त रक ष वभ

Tender No SCLPS52019E0156401 20

d) Should the Contractor fail to rectify the defects the purchaser shall have the right to reject or repair

or replace at the cost of the Contractor the whole or any portion of the defective stores

e) The decision of the Purchaser notwithstanding any prior approval or acceptance or inspection

thereof on behalf of the purchaser as to whether or not the stores supplied by the Contractor are

defective or any defects has developed within the said period of 12 months or as to whether the nature

of the defects requires renewal or replacement shall be final conclusive and binding on the Contractor

f) To fulfill guarantee conditions outlined in Clause 20 (a) to (e) above the Contractor shall at the option

of the purchaser furnish a Bank Guarantee (as prescribed by the purchaser Bank Guarantee format

enclosed) from a Bank approved by the purchaser for an amount equivalent to 10Percent of the value of

the Contract along with first shipment documents On the performance and completion of the Contract

in all respects the Bank Guarantee will be returned to the Contractor without any interest

g) All the replacement stores shall also be guaranteed for a period of 12 months from the date of arrival

of stores at purchasers site

h) Even while the 12 months guarantee applies to all stores in case where a greater period is called for

by our specifications then such a specification shall apply and in such cases the period of 14 months

referred to in Clause 20 (b) and (c) shall be asked for guarantee period plus two months

21 REQUIREMENT OF ADDITIONAL NUMBERS OF THE STORESSPARE PARTS ORDERED

The Contractor shall also undertake the supply of additional number of items covered by the order as

considered necessary by the purchaser at a later date the actual price to be paid shall be mutually

agreed to after negotiations

22 PACKING

a) The Contractor wherever applicable shall pack and crate all stores for sea air shipment as applicable

in a manner suitable for export to a tropical humid climate in accordance with internationally accepted

export practices and in such a manner so as to protect it from damage and deterioration in transit by

road rail or sea for space qualified stores The Contractors shallbe held responsible for all damages due

to improper packing

b) The Contractor shall ensure that each box unit of shipment is legible and properly marked for

correct identification The failure to comply with this requirement shall make the Contractor liable for

additional expenses involved

c) The Contractor shall notify the purchaser of the date of shipment from the port of embarkation as

well as the expected date of arrival of such shipment at the designated port of arrival

d) The Contractor shall give complete shipment information concerning the weight size content of each

packages etc

Tender No SCLPS52019E0156401 21

e) Transshipment of equipment shall not be permitted except with the written permission of the

purchaser

f) Apart from the despatch documents negotiated through Bank the following documents shall also be

airmailed to the purchaser within 7 days from the date of shipment by sea and within 3 days in case of

air consignments

a) Commercial Bill of Lading Air Way Bill Post parcel Receipt (Two nonnegotiable copies)

b) Invoice (3 copies)

c) Packing List (3 copies)

d) Test Certificate (3 copies)

e) Certificate of Origin

The Contractor shall also ensure that one copy of the packing list is enclosed in each case

23 ARBITRATION

In the event of any disputes differences or claims arising out of or relating to the interpretation and

application of the Contract such disputes or differences or claims shall be settled amicably by mutual

consultations of the good Offices of the respective Parties and recognizing their mutual interests

attempt to reach a solution satisfactory to both the parties If such a resolution is not possible within 30

days from the date of receipt of written notice of the existence of such disputes then the unresolved

disputes or differences or claims shall be referred to the Sole Arbitrator appointed by the Parties by

mutual consent in accordance with the rules and procedures of Arbitration and Conciliation Act 1996 as

amended from time to time The arbitration shall be conducted in New Delhi in the Arbitration and

Conciliation Centre New Delhi (Domestic and International) as per its rules and regulations The

expenses for the Arbitration shall be shared equally or as may be determined by the Arbitrator The

considered and written decision of the Arbitrator shall be final and binding between the Parties The

applicable language for Arbitration shall be English only

Work under the Contract shall be continued by the CONTRACTOR during the pendency of arbitration

proceedings without prejudice to a final adjustment in accordance with the decision of the Arbitrator

unless otherwise directed in writing by the Purchaser or unless the matter is such that the works cannot

be possibly continued until the decision (whether final or interim) of the Arbitrator is obtained

24 LANGUAGE AND MEASURES

All documents pertaining to the Contract including specification schedule notice correspondence

operating and maintenance instructions drawings or any other writings shall be written in English

language The metric system of measurement shall be used exclusively in the Contract

25 INDEMNITY

Tender No SCLPS52019E0156401 22

The Contractor shall warrant and be deemed to have warranted that all Stores supplied against this

Contract are free and clean of infringement of any patent copyright or trade mark and shall at all times

indemnify the purchaser against all claims which may be made in respect of stores for infringement of

any right protected by Patent Registration of design or Trade Mark and shall take all risk of accident or

damage which may cause a failure of the supply from whatever cause arising and the entire

responsibility for the sufficiency of all the means used by him for the fulfillment of the Contract

26 COUNTER TERMS AND CONDITIONS OF SUPPLIERS

Where counter terms and conditionsprinted or cyclostyled conditions have been offered by the

supplier the same shall not be deemed to have been accepted by the purchaser unless specific written

acceptance thereof is obtained

27 SECURITY INTEREST

On each item to be delivered under this Contract including an item of work in progress in respect of

which payments have been made in accordance with the terms of the Contract purchaser shall have a

security interest in such items which shall be deemed to be released only at the time when the

applicable deliverable item is finally accepted and delivered to the purchaser in accordance with the

terms of the Contract Such security interest of the purchaser shall constitute a prior charge as against

any other charge or interest created in respect of such items by any entity

28 BANK CHARGES

While the purchaser shall bear the bank charge payable to his Bankers (State Bank of India) the

Contractor shall bear the Bank charges payable to his Bankers including the cheques towards advising

amendment commissions

29 TRAINING

The Contractor shall if required by the purchaser provide facilities for the practical training of

Purchasers engineering technical personnel from India and for their active association on the

manufacturing processes throughout the manufacturing period of the Contract stores number of such

personnel to be mutually agreed upon

30 APPLICABLE LAW

The Contract shall be interpreted construed and governed by the laws of India

Tender No SCLPS52019E0156401 23

BidTemplates

GENERAL CONDITIONS

Item Specifications

Sl No Specifications Complianc

e (Yes No)

Offered Specifications Remarks

1 Intent of the ProjectaThe scope of Project includes Supply

Installation Testing and Commissioning of electrical

distribution system including illumination MCC Panels fire

detection system Local Area Network (LAN) Paging etc for

the Chemical Store Building at Semi‐Conductor Laboratory

(SCL) Sector‐ 72 SAS Nagar Mohali (Punjab) bScope

includes receiving unloading storage insurance in‐plant

transportation and all equipment amp accessories covered under

this specificationcTechnical SpecificationBrief overview of

Equipment amp services under this specification is described

hereiGeneral SpecificationiiSupply amp Installation of

Electrical MCCPCC Panels MCB DB exhaust fan light fixtures

etciiiSupply amp Installation of wire cables conduits Modules

SwitchSockets termination earthing etcivSupply amp

Installation of Fire detection system and its

accessoriesvSupply amp Installation of NetworksLAN

systemviSupply and installation of material for Earthing and

lightning protection system viiAny other electrical

requirement for execution of the work dDrawing amp notes All

drawing amp notes as listed in the annexure form a part of this

specification

Tender No SCLPS52019E0156401 24

2 General Information for Site Condition The Contractor may

visit the site of work at SCL to acquaint themselves of the

actual site conditions

3 Code amp Standards All electrical equipment and accessories to

be furnished installed and commissioned under scope of

these specifications shall be designed manufactured tested

and installed in accordance with relevant Indian Standard

Specifications (ISS) Indian electricity rules and any other

applicable regulations

4 Period of CompletionThe time allowed for supply installation

testing and commissioning of the entire work shall be six (6)

months to be reckoned from the 7th day of issue of Purchase

order by SCL

5 Drawing Data and ManualsFollowing drawings documents

shall be submitted by the selected contractor for approval of

SCL for execution of the workaFoundation drawing of all

floor mounted Electrical panelsbGeneral Layout (GA)

drawing with dimension of all electrical equipment and Single

line drawings (SLDs) of electrical PanelcMake type and

catalogue of Switchgears of Electrical MCC Panels Power DBs

Power Cables and related accessories along with technical

leaflets data sheets etc to be provided by the contractor

The contractor shall offer recommended makes mentioned in

this document dEquipment data sheets furnishing

guaranteed performance figure for each type of

equipmenteTest certificates test results for each type of

equipmentfCheck lists and tests to be conducted during

erection testing amp commissioning of the individual

equipmentOn successful completion of the entire work the

Contractor shall provide lsquoAs Builtrsquo drawings for all the Systems

executed under the Contract Three (03) sets of hard copies

and one (01) set in soft copy (CDDVD) in Auto‐CAD and PDF

Tender No SCLPS52019E0156401 25

format shall be provided to SCL for its record and reference

Contractor shall also provide instruction Operation

manual(s) and maintenance manuals for the all equipment

system installed under the project

6 Eligibility Criteria Only those bidders meeting the below

mentioned eligibility criteria are eligible to participate in the

tendera Should have satisfactorily executed at‐least two (2)

similar works of value not less than Rs 50 Lakh each

involving inter alia power distribution works consisting of

MCCsPCCs of rating not less than 400 A 415 V 35 kA ( fault

level) MCBDBs lighting systems cabling during the last 5

years To ascertain eligibility for the work the participating

bidders shall enclose copy (ies) of the detailed Purchase

Order(s) and their completion certificate(s) evidencing

satisfactory completion of similar works issued by the

respective clientsorganisations Completion certificate for

works issued by private parties shall be supported by TDSb

Should not have incurred any loss in more than two years

during the last five (5) financial years ending 31st March 2019

c The Contractor should possess valid license of Class lsquoArsquo

Category Electrical Contractor issued by the State Licensing

Authorityd The contractor shall carry out the work in co‐

ordination with the civil works undertaken by other contractor

engaged by SCL

7 DeviationaContractor to clearly mention deviation(s) if any

from the specification in the unpriced techno‐commercial bid

bUnless such deviations are recorded in the deviation sheets

and submitted with the bid it will be assumed that the offer is

made in conformity with the tendered specification in all

respectscThe deviations shall be evaluated by SCL and

acceptance of the same shall be at the sole discretion of SCL

Tender No SCLPS52019E0156401 26

8 Quantity variationThe quantities indicated against each item

in the Bill of Quantities (BOQ) are indicative and are for the

purpose of bidding only Variation in quantities upto + 25

shall be carried out by the contractor on the agreedPurchase

Order (PO) rates and terms amp conditions as in the Purchase

Order (PO) In case of contract items which exceed the said

limit of +25 the contractor may claim revision of rates

supported by proof analysis and if the rate claimed in excess

of the rate specified in the bill of quantities SCLrsquos engineerndashin‐

charge of the work shall after giving consideration to the

analysis of rates submitted by the contractor determine the

rates on the basis of market rates and the contractor shall be

paid in accordance with the rates so determined The

Contractorrsquos profit amp OH shall be factored in the rate

analysis15

9 Extra ItemsIn case of extra items (that are completely new

and are in addition to the items contained in the contract) the

contractor may claim rates supported by proper analysis and

SCLrsquos engineer‐in‐charge of the work shall after giving

consideration to the analysis of the rates submitted by the

contractor determine the rates on the basis of market rates

and the contractor shall be paid in accordance with the rates

so determined The Contractorrsquos profit amp OH shall be factored

in the rate analysis15

10 Construction Power SupplyElectricity if available in the

premises may be provided to the contractor by Department

(SCL) only at a single point free of cost subject to the following

conditions ‐a)The Contractor has to make his own

arrangement to tap Electricity from a 3 phasesingle phase

supply from the location decided by the SCLrsquos Engineer‐in‐

charge (E‐I‐C)

Tender No SCLPS52019E0156401 27

11 Storage space site office Contractor will be provided a

lockable room within SCL premises for storage space subject

to availability Contractor will make at his own cost

temporary site office close to work site as per the location

decided by the E‐I‐C

12 Materialsystem submittalsMaterialssystems etc procured

by the selected Contractor for incorporation in the work will

be only of MakesManufacturers specified in the tender

document Submittals of the same shall be submitted by the

contractor for SCL review and approval

13 Other RequirementsbullErection testing amp commissioning of

items as per BOQbullSpecial tools amp tackles Party shall arrange

the ladderscaffoldingstair for working at height for cable

laying Fire detection system installation of light fixture

bullWork shall be executed as per the ISRO contractor safety

Manual Contractor to ensure that the manpower is equipped

with PPE for working at the site bullAll relevant drawing data

catalogues with instruction and trouble shoot manuals type

test certificates for the above accessoriesbullMaterials and

accessories which are necessary or used for satisfactory and

trouble free operation and maintenance of the above

equipmentrsquosmaterial shall also be furnished bullContractor

shall deploy skilled amp unskilled Labor qualified technical

Supervisor(s) erection tools amp tackles testing tools amp

equipment supplies consumables and hardware and

transport for timely and efficient execution of the

workbullContractor shall guarantee LED fixtures

(flameproofnon‐flameproof) for a period of 5 years from the

date of acceptance The contractorrsquos guarantee shall be

supported with a guarantee from the manufacturer(s) in this

regard

Tender No SCLPS52019E0156401 28

TECHNICAL SPECIFICATION‐1

Item Specifications ‐I

Sl No Specifications Compliance

(Yes No)

Offered Specifications Remarks

1 Internal Wiringa The electrical wiring installations and other

accessories shall comply with latest IS code 732 (part‐II) 1983

and National Electric Code‐1985b The word concealed means

it involves cutting of floor wall and making good after laying

the conduitMetal raceway as per the enclosed drawings by

the contractor as requiredc The contractor shall provide all

necessary components fixing materials accessories and

interconnections as per standard practice It is to be noted

that ceiling rose forms a part of the specifications hence not

indicated separately and shall be provided by the contractor

as requiredd Scope includes termination of wire ferruling

dressing cable tie etc as requirede The work shall be

executed as per the ISRO electrical specification available on

ISRO site wwwisrogovin in Schedule I to be read along with

the tender specification

2 LED LuminariesThe scope includes supply installation

testing commissioning of flame proofnon‐flameproof LED

lighting fixture at the ceiling level (about 55 meter height) in

the chemical store building outer periphery of the store

building electrical room AHU room at the first floor as per

drawings and discretion of E‐I‐C Architectural plan of the

building is attached Supply of required accessories such as

mounting brackets nuts bolts screws washers glands and

any other material required for installation of LED fixture as

per specifications mentioned in BOQ shall be part of the

specification Junction box as required for loop‐in and loop‐

Tender No SCLPS52019E0156401 29

out of the cable for flame proof light fixture will be in the

scope of the contractor LED light fittings will be suitable for

operation on 230V single phase AC supply The fitting shall

be supplied with all fixing material such as brackets nuts

bolts etc as required for installation of fittings Special

Conditions aLuminaire make (Brand) from among the

recommended make mentioned in the tender document shall

be clearly mentioned in Technical Bid along with complete

technical detailsbThe LED light fitting and its driver unit etc

shall have warranty for a period of 5 years from the date of

installation and commissioningcThe flame proof fixture shall

be provided along with the Petroleum and Explosives Safety

Organization (PESO) certification

3 Detailed Specification for LED Fixture a Flame Proof LED

Fixtures Supply and installation of flameexplosion proof high

efficiency 1 Phase 230 V 60W LED light fitting as per IS 2206

with luminous efficiency 100Lmwatt or better CRI gt 08 amp

THDlt10 IP‐66 as per ISIEC 605292001 made of Die cast

aluminium alloy Heat resistant amp tough clear dome glass

having enclosure as per Ex‐d GAS Gr IIA IIB IIC AS PER ISIEC

60079‐12007 amp ISIEC 60079‐02004 Area of classification

ZONE‐1 2 21 amp 22 and temperature class T‐6 or better as per

ISIEC 60079 complete with loop‐in loop‐out provision

Mounting bracket for mounting on the ceiling Double

compression cable gland shall be provided and install by the

contractor along with the light fitting Recommended Make of

fixture Baliga Stahl Sudhir SwitchgearRecommended make

of LED NICHIA CREE PHILIPS LUMILED OSRAMb General

LED fixtures Supply amp fixing of wallceiling mounted batten

type 20W LED tube light (Four feet) luminaire with efficient

driver (efficiency shall be more than 90) amp with minimum

lumens output of 2000 lumens per lamp comprising of nano

diffuser technology complete with efficient amp constant

Tender No SCLPS52019E0156401 30

current output driver suitable for operation on 230V single

phase 50Hz AC supply efficient heat sink effective thermal

management and with colour temperature shall be gt 6000K

The LED with suitable control gear and power factor gt09 LM

79 certification for luminaireLM80 certificate for LED shall be

submitted and with other standard accessories prewired

including necessary interconnections complete in all respects

and as directed by EIC (Similar to Philips Astra or equivalent)

Recommended make of fixture Philips GE Trilux

LTRecommended make of LED NICHIA CREE PHILIPS

LUMILED OSRAM

4 c Street Light Fixture Supply and installation of 72W75W

LED Street Light fixture with High‐brightness White LEDs

sources with high transmittance flat toughed glass cover and

peanut LENS on each LEDs System luminous efficacy 100

LmsWatt 5600K colour temperature amp 70 CRI value for

ensuring good quality light output Life of at‐least 50000

hours at 70 lumen maintenance ampLED driver efficiency gt

85 Power factor greater than 095 THDlt10 amp min 3KV

surge protection with operating voltage range from 120‐270V

for ensuring lifelong high performance of luminaire the

fixture shall be made of LM‐6 Pressure die‐cast aluminium

with engraved company name amp have IK05 amp IP66 Class

protection with NABL Accredited LM‐79 amp LM‐80 Report

Mounting pole mounted upto a height of 8 meter and pole

bracket diameter of 48‐60 mm (adjustable) Recommended

make of fixture Trilux Philips GE LTRecommended make of

LED NICHIA CREE PHILIPS LUMILED OSRAM

5 Street Light Pole Providing and installation of hot dipped

galvanized swaged tubular 9‐meter‐long with planting depth

15 metersiexclbrvbar street light poles The effective length of each

section shall be‐ bottom 5 meters middle 2 meters and top 2

meters The outside dia and thickness of pole shall be

Tender No SCLPS52019E0156401 31

minimum 11430x440mm 889x4085mm 761x325mm

respectively as required The pole shall be provided with

necessary bracket (inclination 105115 degree length 15

meter dia 45 mm ) for mounting upto 72 W LED street light

fixture Each pole shall have a weather proof

loopingterminal box clamped at 550 mm above ground level

along with a suitable earth terminal The looping box shall be

provided with a suitable Power terminal arrangement to loop

4C x10sqmm size cable and MCB5A fuse cut‐out A base

plate 300 x300x10mm shall be welded to the bottom of the

pole Both underground cable and GI earth wire shall be

terminated at the terminal looping box in the looping zone

Further wiring to the light fixture shall be done with three

core flexible copper wire (2core for power supply and third

core for earthing)GI tubular pole shall be installed in cement

concrete 136 (1 cement 3 coarse sand 6 graded stone

aggregate 40 mm nominal size) foundation including

excavation and refilling etc Party to cast 2 run of 32 mm MS

conduit for cables upto a height of 550mm from ground level

for loop in loop out of cable The civil work for street light pole

foundation forms a part of installation of the work and will be

done by the party as required for commissioning of lighting

poleFor earthing of street light poles coilspiral earthing

using 8 SWG GI wire shall be used The GI wire shall be buried

to a minimum depth of 15 m with excavation refilling of

earth and connecting GI wire to pole using GI bolt and nut

complete as per requirementMake of Pole Reputed make

with ISI mark Note Party shall submit Drawing of the street

light pole for SCL approval before start of manufacturing

6 Cables wire conduit earthing Switchboards

SwitchesSockets etca Cables The scope includes the Supply

and installation of XLPE insulated overall FRLS PVC outer

sheathed AlCu armored cable on wallsurfacesoilexisting

Tender No SCLPS52019E0156401 32

cable tray as required for MCC Panel and MCB DBs as per the

detailed specification and quantity in this document All

necessary hardware for installation of cable like cable tie

clamps tags etc is in the scope of Contractor Contractor to

ensure that cable laid on the cable tray is properly clamped

with GI clamps and cable is properly secured on cable tray b

Wire The scope includes the Supply and installation of FRLS

Copper wire of different size quantity amp Specification for

power distribution and lighting and power etc as per the

requirement c Conduit The scope includes the Supply and

installation of ISI makes MS Conduits of different size as per

Specification for power and lighting distribution switch

sockets etc as per the requirement Flexible conduit shall be

of GId Cable tray The scope includes the supply and

installation of GIMS cable trays as per specificationse

Earthing The scope includes the supply and providing

earthing for Panels DBs cable trays light fixtures and poles

flameproof accessories fire panel speakers exhaust fans etc

matching the specifications given in this tender documentf

Lightning protection The scope includes the supply and

providing earthing for lightning protection of the building as

per the IS 2309 specification and quantities as per the BOQ

The scope includes horizontal and vertical runs earth pits test

point earthing of building periphery for contour etcg Rack

earthing The scope includes the supply and providing

earthing for racks as per specificationsh Switchboards and

SwitchSockets The scope includes the Supply and installation

of different size of flameproofnon‐flameproof Switchboards

and switchsocket for Lighting Power Distribution as per

specificationi MSGI Conduits flexible GI conduit earthing

materials doublesingle compression brass cable glands

cable lugs (Al amp Cu as required) cable ties cablewire

identification tags required for the installation and

maintenance of trouble free operation of the downstream

Tender No SCLPS52019E0156401 33

system and accessories are covered under this specificationj

MS junction box conduit along with all related accessories as

per specification

TECHNICAL SPECIFICATION‐2

Item Specifications ‐II

Sl No Specifications Compliance

(Yes No)

Offered Specifications Remarks

1 Electrical Panel SpecificationGeneralaPanel shall be

fabricated as per IEC 61439 part 1 amp 2 bPanel shall be indoor

metal clad air insulated floor mounted extendable to side

single front construction front wired front

connectedcMinimum thickness of sheet metal used shall be

2 mm and panel shall confirm to IP54 protectiondThe

working height of the Panel shall be limited as per standard

engineering practicese The design should be fully

compartmentalized with metal partitions between

compartments All doors shall be gasketed Each vertical

section shall have removable back coverfAll switches push

buttons lamps indicating instruments shall be flush

mountedgA full height vertical cable chamber with cable

supports shall be provided in each section to facilitate unit

wiring Cable chamber shall be sized to accommodate all cable

and shall have removable covers A horizontal wire way

extending the entire length shall be provided at the top of

panel for inter panel wiringhPanel shall be with minimum

75mm high base MS channel frameiThe panel shall undergo

seven tank or better process as per relevant IS

standardsjLifting hook shall be provided at each section for

easy transportationkDifferent compartment of the panel

shall be provided with dust proof type air filter louvers

explosion vents or similar safety arrangements in the panels

Tender No SCLPS52019E0156401 34

to let out gases under pressure generated during event of any

fault inside the panellPanel shall have pocket for the Panel

drawing in the incomer section

2 Busbar and Bus TapsaThe main bus and connections shall be

of high connectivity AluminiumAluminium alloy sized for

specified current ratings with maximum temperature limited

to 85amp778 C ie 35amp778 C rise and ambient 50amp778

bSeparate vertical bus bars shall be provided for each vertical

panelcAdequate contact pressure shall be ensured at bus

connections by means of two bolt connections with plain and

spring washers and lock nutsdBus bar and connections shall

be fully insulated for working voltages with adequate

phaseground clearances Insulating sleeves heat shrink type

for bus bar and shrouds removable type joints shall be

provided Bus insulators shall be flame retardanteBus bar

shall be color coded for easy identificationfBusbar should be

connected in such a way that it can be dismantledassembled

while separating different section of the panelgShrouds of

transparent sheet on the exposed bus in cable alleys for

adequate safety measurehBus bar Conductor shall be

confirming to IS‐5082iMinimum clearance (PH‐PH PH‐N and

PH‐E) between Bus bars shall be maintained as per latest

ISjBus Bar supporting Material shall be of

SMCDMCkMaterial of Aluminium Bus bar shall be of E91

gradelBus bar shall be protected from the transparent

insulated material for stand safety point

3 3Control ModuleaFixed type control module shall house the

control components for a circuitbThe equipment layout shall

provide sufficient working space in between the components

and subject to SCL approval cEach control module shall be

equipped with ACDC potential free Relays (230V AC24V DC)

Contactors etc for seamless interface of the operation of

Drives from FCMS (PLC)dVendor to provide the potential free

Tender No SCLPS52019E0156401 35

contact to facilitate local operation from MCC and remote

operation from FCMSPLC Vendor shall provide with each

drive module automanual selector switch and each drive

module shall be wired up to the terminal block for localauto

selection ON OFF trip feedback to SCLrsquos control station and

ONOFF command room FCMSPLC as welleMCC panel and

LPBS shall have selector switches for MCCLocal and

LocalRemote selection respectively Control (OnOff) of the

Drivesheaters will be as per following selection If selector

switch (SS) at MCC is selected to MCC ONOFF operation can

be done from MCC only irrespective of position of SS at LPBSIf

selector switches both at MCC amp LPBS are selected to LOCAL

ONOFF operation can be done from LPBS onlyIf SS at MCC is

selected to LOCAL and SS at LPBS is selected to REMOTE

ONOFF operation can be done from FCMS only

4 VFDVFD shall be of Allen Bradley PF400 series having

redundant Control Net communication option as well to

communicate with the existing Facilities Control amp Monitoring

System (FCMs) Control Net Bridge Coaxial Straight T‐Tap

1786‐TPS must also be supplied along with VFDs Line

reactorchoke of suitable rating shall be connected before the

VFD

5 Thyristor based Heater ControlaDYDAC Make Thyristor

power controller Type 3003 or equivalent rating 85kW

Control input 4‐20mA Thyristor input supply 415VAC (3‐Ouml)

Thyristor output supply 415VAC (3‐Ouml) which shall be provided

by the vendor in a separate compartment of the MCC 4‐20mA

Control signal from the heater PID will modulate the thyristor

controller output to maintain the fresh air temperature at set

value Heater ON and OFF set points shall be adjustable in the

SCADA in FCMSbThyristor controller run command run

feedback 4‐20mA modulating signal shall be wired up to the

terminal block in the cable alley in the MCC Thyristor

Tender No SCLPS52019E0156401 36

Panelcompartment shall be complete with inter module

control and power wiring 220V AC supply shall be drawn from

one of the phase and neutral of the incoming 415VAC and

connect to the Thyristor supply terminals through MCB

Circuit breaker lsquoswitch ONrsquo and Thyristor control unit lsquoRUN

commandrsquo will get activated from FCMS if air temperature is

below ON set point Circuit breaker lsquoswitch OFFrsquo and Thyristor

control unit lsquoRUN command withdraws will get activated

from FCMS when temperature becomes above OFF set point

6 Fire Suppression system amp Fire Protection systemPanel shall

be equipped with required materials such as fire suppression

cylinders filled with fire suppression agents Fire detection

tubes Heat sensor tubes end of line adaptor with gauge

electrical Relays differential pressure valves etc to provide

the fire suppression and fire protection system in cable alley

and bus bar chambers of the electrical panel

7 MCCBaThe MCCBs should be extra current limiting type with

trip time of less than 10 m sec under short circuit conditions

The current limiting action should be achieved with repulsion

principle The MCCBs should preferably have an anti‐reclosing

featurebThe MCCBs should be 3 or 4 poles as per SLDcThe

MCCBs should have a Service short circuit breaking capacity

(Ics) of not less than 35 kA rms at 415 Volts 50Hz AC for

incomer The service breaking capacity should be equal to

ultimate breaking capacities (Icu) (ie Ics= Icu=100)dThe

release should be thermal magnetic having adjustable

overload and short circuiteSwitches shall be triple pole air

break AC23 motor duty for motor starter feedersfCubicle

doors of incoming and outgoing shall be mechanically

interlocked with switchgear to prevent unintentional openings

of the door while the unit is in energized condition However

defeat interlock provision is also to be providedgAll incoming

and outgoing feeders shall be provided with bolted disconnect

Tender No SCLPS52019E0156401 37

link for isolation of neutral if necessary Selector switches

shall be of rotary typehThe MCCB shall be provided with

rotary drive kit spreader terminals and ONOFFTrip (MCCB)

position of switch handle to be clearly markediDuct Heater

MCCB shall be motorized to control (ONoff) from FCMSjFor

incomers it should be EDO microprocessor based

communicable MCCB (35 kA or above) with numerical

releases for OL SC amp EFR (With mechanical and Electrical

interlocking for operation of only one ACB at any point of

time)

8 MPCBaThe MPCBs should be of 3 pole air break type AC3

Duty continuous rating as specifiedbMPCBs should have at

least 1NO+1NC contactcThese should have trip indication

test trip functiondThe release should be thermal magnetic

having adjustable overload trip settingeThe service breaking

capacity should be equal to ultimate breaking capacities (Icu)

(ie Ics= Icu=100)fThe MPCBs should be suitable for din rail

type mounting

9 Capacitor Bank Supply and installation of Capacitor Bank ‐

Box Type Dry construction Conforming to IS 13340‐41IEC

60831 440V 50Hz Rated Current (In) as per Load Heavy

Duty Dielectric MPP Low loss type with overall loss lt

05WkVAR Delta Connection with Discharge Device

10 ContactoraThe contactor shall be 3 pole air break type AC3

Duty continuous rating for motor starter feeders with non‐

bouncing silver silver alloy contactsbContactor shall be of

electromagnetic type rated for uninterrupted duty as per

relevant standards and also suitable for capacitor duty

cContactor shall be provided with adequate auxiliary contacts

rated for 10Amps 240VAC for interfacing with control

schemedContactor coil rating shall be minimum pick up of

85 of rated voltage and minimum drop out of 75 rated

Tender No SCLPS52019E0156401 38

voltage

11 Control and IndicationsaPush buttons will be heavy duty oil

tight and push to actuate type with integral plate marked

with its functionbEach push button shall be provided with

2NO+2NC contacts rated for 10Amps 240VACcLamps shall

be LED type rated for 240V AC Lens and lamps shall be

replaceable from the front dThe control supply shall be

through a 415V230V transformer and the vendor shall

provide 1 no 415V230V transformer for the same Vendor

shall also provide Power module for 24V DC Supply for the

operation of heaters control module

12 MetersaAll indicating instruments shall be digital

Switchboard type with accuracy class +‐ 2 full scalebMFM

of suitable rating shall be used in the incomer

feedercSelector switches shall be furnished at outgoing

feeders as per SLD for ammeterdAmmeter shall be of analog

type flush mounted industrial pattern of size 96x96 mm with

accuracy class 10 eMultifunction meter shall be of digital

type flush mounted industrial pattern of size 96x96 mm with

accuracy class 10 as per IEC 6205253 suitable for

measurement of Current Voltage Power Frequency Power

factor Energy and ready port to communicate with FCMS

through RS 485 The Meter should have Modbus

communication port as well

13 CT (Current transformer)CT will be cast resin type rated 15VA

or more burden with Maximum accuracy limit of class 1

14 Secondary wiringaPanel shall be fully wired at the factory to

ensure proper functioning of control and protectionbFuse

and links shall be provided to permit individual circuit

protection from bus wires without disturbing other circuits All

spare contacts of relays push buttons and other devices shall

Tender No SCLPS52019E0156401 39

be wired up to terminal blockscWiring shall be done with

flexible 25sqmm copper 1100V grade PVC insulated

switchboard wires Each wire shall be identified at both ends

with permanent markers bearing wire numbers as per wiring

diagramdWire termination shall be done with crimping type

connector with insulating sleeve

15 Powercontrol Terminal BlocksaTerminal block shall be 660V

grade box clamp type with marking strips similar to ELMEX 10

mm2 or equal for ControlbTerminal for CT secondary leads

shall have provision for shortingcNot more than two wires

shall be connected to any terminaldSpare terminals equal in

number to 20 active terminals shall be providedeTerminal

blocks shall be suitably located in cable alleysfFor Power

cable Bus Bar type cable connector (Melamine material) shall

be providedgFor Control cable heavy duty screw type cable

connector (Melamine material) shall be provided

16 Cable terminationaPanel shall be designed for cable entry

from topbEach cable shall be clearly marked at both ends

with an indestructible marker preferably a cable tag made of

Aluminium tacked with indicating cable number amp both end

feeder tags with switchboard tags Cable tags at ends of cable

shall be provided inside the gland plate as well as outside the

gland platecAll provisions and accessories shall be furnished

for termination of cables including removable gland plates

cable supports and terminal blocksdGland plate shall be

minimum 3 mm thick

17 Ground BusA GI ground bus rated to carry the maximum fault

current shall extend full length of Panel The ground bus shall

be provided with 2 bolts with GI bolt and nuts at each end to

receive 50x6mm GI flat

18 NameplateaThe nameplate of approved design shall be

Tender No SCLPS52019E0156401 40

provided for each compartment and also at the top of each

panel Nameplate shall be minimum 20x70mm and 3mm

thickbDrawing Pouch shall be provided at the incomer cable

allay

19 PaintingPanel shall be painted with light grey epoxy painted

(Siemens Gray RAL 7032) and caution notice plate shall be

fixed at the back of each vertical panel

20 Make of Switchgears aMCCBSiemensSchneiderbPush

button SiemensSchneider TekniccSelector

SwitchSiemensSchneider Teknic

dFuseSchneiderSiemenseTimerSiemensSchneiderfContro

l TransformerAEIMPIndcoilgTerminal

BlockElmexConnectwellFTChMeters Conzerv LampT

AEiCTs amp PTsKappaAutomatic

Electric(AE)NippenjContactorsSchneiderSiemenskIndicatio

ns SiemensSchneider

TekniclRelaysSchneiderSiemensPLAmMCBSchneiderSiem

ensnCooling Fan

RexnordSunonoVFDsAllen bradlypThyristor moduleDYDAC

qRCBOSiemensSchneiderrMCB

DBSiemensABBLegrandsLine reactorchokeAllen

BradleytCapacitor BankNeptune Schneider Siemens

21 Local Push Button Station (LPBS)The Scope includes supply

and installation of LPBS for Chiller Pumps AHUs Heaters as

per the BOQ and detailed specification given below aLPBS

shall be indoor metal clad air insulated wallAngle frame

mounted as required single front construction front wired

front connected hinged lockable door LPBS for Chiller Pumps

system shall be suitable for outdoor installationbMinimum

thickness of sheet metal used shall be 2 mm and panel shall

conform to IP54 protection for indoor installation and IP65 for

outdoor type LPBScAll switches push buttons with indicating

Tender No SCLPS52019E0156401 41

LED lamps indicating instruments shall be flush

mounteddThe LPBS shall be used for remote operation of

drives Equipment and HeaterseTo facilitate the localremote

operation LPBS shall have LocalRemote selector switch and

provided with Start push button lockable Stop push button

ammeter of suitable range Terminal Block and lockable

Emergency off Switch etc fLPBS shall be equipped with AC

(230V)DC (24V) Relays Contactors etc for seamless interface

of the operation of Drives from FCMS (PLC)gLPBS should be

suitable for wall mounting and provided with necessary

mounting arrangementhWiring shall be done with flexible

25sqmm copper 650V grade PVC insulated switchboard

wires Each wire shall be identified at both ends with

permanent markers bearing wire numbers as per wiring

diagramiWire termination shall be done with crimping type

connector with insulating sleevejGland plate shall be

minimum 3 mm thickkThe nameplate of approved design

shall be provided for each compartment and also at the top of

each panel Nameplate shall be minimum 20x70mm and 3mm

thicklLPBS shall be painted with light grey epoxy painted

(Siemens Gray RAL 7032)

22 Make of Electrical panel As per DOS Approved Panel

manufacturer list (attached)

TECHNICAL SPECIFICATION‐3

Item Specifications ‐III

Sl No Specifications Compliance

(Yes No)

Offered Specifications Remarks

Tender No SCLPS52019E0156401 42

1 Fire Detection System Scope for fire detection system

includes supply installation testing commissioning of Fire

panel Addressable Fire detection devices Manual Call Points

Addressable loop sounders Switch Monitoring unit (SMU) UV

IR sensor for detection of methanol flame Cable MS junction

boxes for loop in loop out of cable as per specifications and

integrating the same with existing repeater panel as per the

requirement The detailed specifications for the different

component of fire deduction system are as follows

2 A Multi‐sensor Detectors The smoke detectors shall be multi‐

sensor (heat and smoke) detector with isolator suitable for

detecting a wide range of smoke from slow smoldering and

fast flaming fire The detector shall have following features

bullSolid state addressing arrangement in combination with a

hand held programmer to configure the sensor

addressbullElectronics free mounting basebullTwin alarm LEDs for

360 Degree viewing and shall have blinking LED facilitybullThe

sensor shall have s removable chamber for ease of cleaning or

replacementbullAutomatic compensation for smoke sensor

contaminationbullShall have a built in test facility which allows

the fire alarm control panel to adjust the alarm threshold

levels to compensate for contamination and shall have a

maintenance alarm display when threshold can no longer be

adjustedbullOperating temperature ‐ 10 DegC to 50 DegC and

operating RH at 40 DegC‐95 RH

3 B Manual call stations Manual Call Stations should have in

built monitor module and pressbreak and resettable

capability constructed of high impact LEXAN sheet with clearly

visible operating instructions on the cover and the word FIRE

shall appear on front and suitable for surface mountingflush

mounting complete as required

Tender No SCLPS52019E0156401 43

4 C UV IR SensorThe UV‐IR flame detector shall operate on 24

VDC 0‐24mA current output suitable for detection of

Methanol flame with automatic built in test for reliable

operations and suitable for installation in Hazardous area zone

1and 2 with Class I Division 12 Gas group A B C The detector

shall not be susceptible to environmental conditions to

generate false alarms The entire system shall be rated for IP

66 or better and supplied with suitable mounting bracket The

system shall comply to the detailed specifications as listed

belowbullDetection Technology UV ‐ IR Electro‐optical

detectionbullDetection range 75 meterbullField of View greater

than equal to 90deg Both Horizontal and verticalbullResponse

Time less than equal to 5 secondsbullBuilt in Test Automatic

bullOperating Temperature Range 0 to + 75degCbullOperating

Humidity Range Continuous 95 non‐condensingbullAnalog

Output signal 4‐20mAbullAlarms amp Fault Normal 4 mA Fault

02 mA Alarm 20 mA + 10 verifiedbullOperating voltage 24

VDC ( 18‐32VDC)bullPower consumption Vendor to specify for

Standby and Alarm conditionbullSensor Calibration

Verification Sensor calibration as per OEM for certified

performancebullSensor Life 2 Years (minimum)bullSensor

Calibration vendor to carry out sensor calibration at site and

submit calibration certificate valid for one yearbullRFI EMI

SusceptibilitybullRequired EN 616326‐3 and EN 6100006‐3 or

equivalent IP protectionbullIP protection IP 66 or betterbullFault

Diagnostic Sensor Fault (end of life) other informationbullSelf‐

Check Test Automatic during start‐upbullHousing SS 316

Epoxy Painted Aluminium die castbullStart‐up Time Vendor to

specifybullApprovalcertification PESO and ATEX ‐ Ex d IIC C

Class 1 Div 12 Group A B C DNote Vendor shall arrange

the 230V AC to 24V DC Power supply module along with half

an hour Battery Back up in MS powder coated Enclosure

Input Power supply (230V AC) for Power Supply module shall

Tender No SCLPS52019E0156401 44

be provided by SCL

5 D SMU Unit for UV IR sensor Supply installation testing and

commissioning of Switch Monitoring Unit (SMU) to configure

the UV IR sensors with fire detection system as requiredE

SoundersAddressable Sounders shall be loop powered with

all fixing materials complete as required The sound level shall

be 100dB (A)

6 F Fire Alarm Control Panel (FACP) bullFACP shall be of 2

loopsbullFACP shall be suitable for 230V 50 Hz AC supply and

detectors shall be powered using FACP based detection

circuits Devices shall receive power and communication from

the same pair of conductorsbullFACP shall provide for resetting

detectors fault isolation and sensor loop operationbullFACP

shall be suitable for mixing different fire devices and beam

smoke detectors within the same loop to optimize field

wiringbullFACP shall have alarm indication of individual sensors

detector trouble alarm indication for dust accumulation The

panel shall check detector once in every 24 hours for

contamination for this purposebullThe FACP shall regularly

supervise all the sensors and devices on the loop and initiate

fire or trouble alarm whenever requiredbullFACP shall have 2

wire circuits to connect minimum of 126 addressable devices

per loopbullFACP shall be with repeater interface and suitable

24V battery with built in software and 2 x 40 character

alphanumeric LCD display and necessary front panel control

keys FACP shall display the date time and description for

Analog sensors to indicate alarms and trouble

situationsbullFACP switches shall allow authorized personnel to

accomplish the following ‐bullInitiate a general alarm

conditionbullSilence the local audiblebullSilence the alarm

signalsbullReset all zonespointsbullFACP shall have walk test

facilitybullShall have facility for programming from the key

board or utilizing PC set up software via laptopdesk top

Tender No SCLPS52019E0156401 45

computerbullShall have memory data for panel configuration

and operation reside in non‐volatile memory (EPROM)bullFACP

shall have facility for speech processor (to record pre‐

recorded message of 20 S) and also have Auto Dialer facility

(can dial up to 8 different lines)bullAll addressable units shall be

connected to the FACP through the loop cards and shall be

addressed though individualized numbers The FACP shall be

able to obtain analog value for all detectors in the circuit

through a pulsed digitized current data The FACP shall be

able to analyze all analog inputs from all addressable units

and though its own software and ambient level screening the

FACP shall be able to identify fire possible fire or fault

conditions The unit supervision shall be dynamic and

continuousbullThe FACP shall itself have all loop cards in it No

isolated mother board or transponder shall be

consideredbullShortopen circuit units shall also be reported at

the FACP in such cases the system through the use of fault

isolators shall be able to isolate that segment between the

two fault isolators The missing DetectorsDevices shall also

be reported to the FACP with identification of the

locationbullThe FACP shall have the facility to set smoke sensor

sensitivity remotely to either high sensitivity manually or on a

pre‐programmed sequence (Ie DayNight) period When an

alarm condition is sensed at the FACP from a smoke or heat

detector a delay timealarm verification period shall be

started If the sensor is still in alarm after the delay time

expired an alarm condition is reported The delay time shall

be adjustable from 0 to 990 secondsbullThe FACP shall have

either an in‐built or external printer coupled to the FACP

which shall log all events with time The printout shall clearly

indicate the event‐FirePre‐AlarmFault etc with the unit

address and timebullThe FACP shall also be able to discriminate

between false alarms and fire conditions as well as priority

selection of alarm in case alarm activities in two or more

Tender No SCLPS52019E0156401 46

remotely located units simultaneously In such cases the

Manual Call stations shall have the highest prioritybullThe FACP

shall also be able to actuate switches automatically in case of

Fire condition of AHUs and power supply or other system such

as piped pressurized gas supplybullThe system shall be fail safe

and adequate safe guards should be under taken that in the

event of a failure of a part of the system it shall not handicap

the complete system The loop cards shall be of Modular

constructionbullThe FACP shall have its own battery backup of a

minimum of 48 hours in normal run and then half an hour in

alarm condition The backup time calculation shall be done as

per TAC standards The Battery shall be 2 x 12V (24V) DC and

of sealed maintenance free type housed inside the FACPbullIt

shall be able to withstand temperature variations from 0

Degree Centigrade to 55 Degree Centigrade Further Relative

Humidity (non‐condensing type) up to 93 shall not hamper

its performance The voltage rating shall be from 17V DC to

31V DC though the voltage may be change depending upon

the working voltages of a proprietary FACPbullThe FACP shall be

totally enclosed dust and vermin proof type made of

minimum 16‐gauge dust inhibited sheet with even baked

finish The FACP shall be of completely solid state designbullThe

logic circuitry shall be based on high noise immunity solid‐

state hardware employing modular construction Logic cards

shall be of epoxy fiber glass constructionbullThe FACP shall have

EN 54ULFM approvalbullThe panel shall have an extra loop

card to serve as standby in case of burnout or malfunctioning

of any operating loop cardsbullThe FACP shall be capable of

being networked (future expansion) with other similar FACPs

located at different locations of SCL premises through a single

RS 485 busbullThe FACP shall have provision for interfacing with

the Public Address System

7 G Repeater panelScope comprises of supply and installation

Tender No SCLPS52019E0156401 47

of Repeater Panel which display fire fault message

simultaneously with the FACP bullIt shall be capable of

interfacing with the FACP on a single RS 485 Bus bullThe panel

shall be capable of operating on 24V DC supplybullThe

independent 24V DC supply source to be installed in MS

cubicle Box duly powder coated paint along with repeater

panelbullThe panel shall have 2 x 40‐character backlit display

which shall display date time and description of alarm

trouble events are that displayed in the panel shall be

powered from the FACPbullIt shall have control keys for sound

silence mute and to reset the FACP from the repeater

stationsbullThe repeater panel shall have the following LEDs

indicationsbullSupply bullFault bullMute bullSilent bullDisabled

bullFire

8 H Fire CableSupply and installation of 2Cx15mm2 Copper

extruded PVC inner sheath armored and overall FRLS PVC

outer sheathed 11 KV grade as per IS 7098 (Part I bearing ISI

certification) on existing cable traywallsoft soilhard soil as

required

9 I Fire Cable terminationSupplying and making end

termination with brass compression gland and copper lugs for

2Cx15mm2 Copper cable in MS Box of Size 4X4 installed

above the false ceilingwallsurface as required

10 J Junction Box for Fire devicesSupply installation testing and

commissioning of MS painted box Size 4X4 with ELMEX type

terminal block for loop in loop out of 2c x15 sq mm copper

armored cable and connection to the fire detector device on

wallsurfacerecess including wall cutting and providing

necessary hardware for mounting fixing including all

material for fixing as required

Tender No SCLPS52019E0156401 48

TECHNICAL SPECIFICATION‐4

Item Specifications ‐IV

Sl No Specifications Compliance

(Yes No)

Offered Specifications Remarks

1 A NetworksLAN The detailed specification for the network

rack switch cable cords IOs face plates etc and the

required accessories shall be as below CAT 6A or better cable

shall be laid in the PVC Conduit The detailed specifications

for the different component of networksLAN are as follows

2 bull Rack Supply installation testing and commissioning of UL

listed modular type 12U network rack with front glass door

and rear perforated door floor mounted Size 550x550 with

1 No of 5 port Octagonal PDU 515Amp with MCB and Fan

Tray with minimum 2 Fans The rack should have provision of

2 nos of cable manager duct type 1U and 2 vertical manager‐

concealed type Rack should be three sides openable with

front glass door and rear perforated door and provision of

cable entry from top and bottom both with proper earthing

kit as requiredRecommended Make Rittal Netrack

Schneider Valrack

3 bull Network Switch Supply amp installation of Network Switch in

Network Rack with the following specification as belowSwitch

shall haveamp61607Port Density Minimum 8 101001000

BaseT Ports amp 4‐1G SFP Ports ready for use with SFP module

Ports shall support PoE on all ports with PoE budget of

180Wamp61607Architecture Stand‐alone rack

mountableamp61607Bandwidth minimum 56Gbps of

switching bandwidth to support above listed ports in non‐

blocking configurationamp61607StackableScable support for

Tender No SCLPS52019E0156401 49

stacking multiple switchesamp61607Stacking backplane

bandwidth Access switch shall have additional port(s) for

providing minimum 40 Gbps stacking bandwidthamp61607L2

Features 8021x authentication spanning tree

etcamp61607Networkjflowsflow or equivalent provision for

Networkjflowsflow or equivalent supportamp61607Network

Management support Network Management through

command line interface (CLI) SNMP v1 v2c v3

httpsamp61607IPv6 Readiness IPv6 Readiness from day

1amp61607RegulatorySafety confirming to UL60950 amp

EN60950amp61607EALNIAP certified Model No shall be EAL

or NIAPNDPP certifiedRecommended Make Cisco Juniper

HP Brocade dell

4 bull CAT 6A Cable Supply and installationlaying of category 6A

or better 4 pair shielded cable UFTP or FUTP in PVC

Conduit sheath type low smoke zero halogen (LSZH) with

transmission properties amp electrical properties tested

minimum up to 500MHz amp verified by ETL amp comply with

ANSITIAEIA‐568‐C2 amp ISOIEC 11801 Recommended make

Commscope Schneider Molex Siemon

5 bull Patch Panel Supply installation testing and commissioning

of CAT6A PatchJack Panel of 24 Port fully loaded in Network

rack with port identification number with self‐adhesive clear

label holder Each portjack on the panel should be

individually removable on field from the panel and have

integrated rear cable management metallic shelf and have a

separate provision of grounding Recommended make

Commscope Schneider Molex Siemon

6 bull Patch Cords (1 meter) Supply installation testing and

commissioning of Patch Cords Cat 6A shielded 1 meter in

Network rack with 4 pair shielded copper wire factory pre

terminated with shielded RJ45 plugs Aluminumpolyester

Tender No SCLPS52019E0156401 50

shield screen material with low smoke Zero halogen sheath

comply to TIA‐568‐C2 Cat 6A in IOs of Network

RackRecommended make Commscope Schneider Molex

Siemon

7 bull Patch Cords (3 meter) Supply installation testing and

commissioning of Patch Cords Cat 6A shielded 3 meter in

Network rack with 4 pair shielded copper wire factory pre

terminated with shielded RJ45 plugs Aluminumpolyester

shield screen material with low smoke Zero halogen sheath

comply to TIA‐568‐C2 Cat 6A at field side Recommended

make Commscope Schneider Molex Siemon

8 bull Information outlet Supply and installation of Shielded Cat

6A information outlet UFTP or FUTP compliance to category

6A or better TIA568C2‐500MHz at field sideRecommended

make Commscope Schneider Molex Siemon

9 bull Face Plate (Dual) Supply and installation of single gang

square face plate (Dual) and SMB Box with a provision to

support variety of jacks‐ UTP STP etc at the field

sideRecommended make Commscope Schneider Molex

SiemonbullFace plate (single) Supply and installation of square

face plate ( single) with a provision to support variety of jacks‐

UTP STP etc at the field sideRecommended make

Commscope Schneider Molex Siemon

10 bull SMB Box Supply and installation of SMB Box for face plate

(DualSingle) as required Recommended make Commscope

Schneider Molex Siemon

11 bull Other Accessories amp61607Supply and Installation of

25mm electrical grade ISI mark PVC Conduit in

wallfloorslabsurface including wallfloor cutting and

making good the same as required Recommended make

Reputed ISI Markamp61607Supply and installation of OFC SM

Tender No SCLPS52019E0156401 51

OS2 Cable in existing 32mm HDPE pipe as

requiredamp61607Supply and Laying of 32mm HDPE pipe

direct in ground including excavation sand cushioning

protective covering and refilling the trench including standard

cable route marker etc as requiredamp61607Supply and

installation of SC simplex single‐mode LSZH pigtail 1m as

requiredamp61607Supply and installation of adaptor plate

with 3 SC duplex SM adaptors as requiredamp61607Splicing of

OFC as per Core as requiredamp61607Supply and installation

of accessories for making the Chamber Pit‐ 1Mtr Depth with

Lid for housing OFC as requiredamp61607Trenching of

HardSoft Soil as required

12 B Paging The scope includes supply installation testing and

commissioning of Supply and installation of IP 65 or better

explosion proofWP loud speaker anticorrosive powder

coated red (RAL‐3000) suitable for Zone I amp II Class II C

Hardware SS304 as per IS2148 and equivalent to model FLSR

25 of Baliga with necessary support gland as required and

installing the same on wallsurface with GI supports as

required and connecting the same with wire The Scope also

includes supply and installation of 2Cx15mm2 FRLS armored

and PVC sheath twisted pair wire their termination tagging

glanding earthing etc as required for speakers and other

accessories requires for smooth commissioning of the paging

system

Vendor Specificied Terms

Description Vendor Terms

Tender No SCLPS52019E0156401 52

1Delivery Term

Prices shall be quoted on F O R destination basis ie S C L S A S Nagar Mohali

Punjab exclusive of GST and taxes as may be applicable

2 GST

Purchaser is entitled to concessional GST of 5 as per Ministry of Finance

Department of Revenue Notification No 472017 Integrated Tax (Rate) both

dated 14th November 2017 respectively and would accordingly issue Exemption

Certificate in favour of the contractor quoting in Indian Rupees The bidder

should take note of the same while quoting the prices in Indian Rupees GST on

installation services shall be applicable 18

3 DELIVERY SCHEDULEPERIOD OF COMPLETION

The time allowed for supply installation testing and commissioning of the entire

works shall be 06 (Six) months to be reckoned form the 7th day of issue of

purchase order

4 IMPORTANT

This being a two part Tender Technical and Commercial parts separate the

bidder should not attach any document(s) containing pricing information with

technical part The Contractor will provide Un priced commercial offer in

envelope 1 (Technical Part) as an attachment

The tenders containing price information in Technical Part will be treated as

unsolicited offers and rejected Contractor to confirm that Price bid is not

attached in Envelope 1 ie Technical Part

Priced Commercial offer if any should be attached in Envelope 2 (Price Bid)

under Supporting Documents from Vendor (Commercial) as an attachment

5 The prices shall remain firm until completion of entire project including

extended period if any No cost escalation shall be applicable for the work

Tender No SCLPS52019E0156401 53

6 SECURITY DEPOSIT

a) On acceptance of the tender the Contractor shall submit security deposit for

ten percent (10 percent) of the value of the Contract within 15 days from the

date of purchase order If the Contractor fails toprovide the security within the

period specified such failure shall constitute a breach of the Contract and the

Purchaser shall be entitled to make other arrangements for the re purchase of

the stores contracted at the cost and risk of the Contractor

b) Security Deposit shall be submitted through Demand Draft Bankers Cheque

fixed deposit receipt or Bank Guarantee from any of the Scheduled Banks

executed on nonjudicial stamp paper of appropriate value and shall be valid for

a period of sixty (60) days beyond the date for completion of the Purchase

OrderContract

c) In case the contractor fails to furnish the security deposit within the specified

date or extended due date the Purchase OrderContract shall be cancelled and

in addition appropriate penal action may also be considered

d) After the Purchase OrderContract is successfully executed in all respects the

Bank Guarantee towards Security Deposit may be discharged and retained

amount shall be refunded to vendors

e) In the event of non execution of the Purchase orderContract or breach of any

terms and conditions of the Purchase Order the Security Deposit shall be

forfeited

7 Warranty

The Contractor shall provide for the tendered job comprehensive warranty for

parts as well as labour for a period of 12 months from the date of successful

installation commissioning and testing of the system at Purchasers site at no

extra charges against any manufacturing defectfaulty workmanship In case any

defect arises during warranty period the Contractor should replacerectify the

same at its own cost at siteworks

The LED light fittings and its driver unit etc shall have warranty for a period of 5

Tender No SCLPS52019E0156401 54

years from the date of installation and commissioning

8 Warranty Replacements

All replacement parts if any shall be supplied by the Contractor free of cost on F

O R Purchaser site at S A S Nagar Punjab basis

9 TERMS OF PAYMENT

The payment shall be remitted as under

90 of the value of the materials supplied shall be paid within 30 days of the

receipt of the materials at purchaser site and the balance 10 amount along

with 100 installation charges shall be payable on successful installation

commissioning and acceptance of the entire project at Purchasers site against a

Performance Bank Guarantee

10 PERFORMANCE BANK GUARANTEE (PBG)

The Contractor shall furnish a Bank Guarantee (as per format given by purchaser)

from any nationalized scheduled bank for an amount equivalent to 10 of the

value of the Contract and shall be valid for a period of 60 days beyond the expiry

date of warranty period On the performance and completion of the Contract in

all respects the Bank Guarantee will be returned to the Contractor without any

interest

11 VALIDITY

The tender must be valid for a minimum period of 120 days from the date of

opening of Technical bid and 90 days after opening of Price bid

The tender where the validity period is shorter than the period specified in the

tender enquiry shall be excluded from the procurement process

12 Quantity Variation

The quantities indicated against each items in the Bill of Quantities (BOQ) are

indicative and are for the purpose of bidding only Variation in quantities up to

Tender No SCLPS52019E0156401 55

+25 percent shall be carried out by the contractor on the agreedPurchase order

(PO) rates and terms amp conditions as in the purchase order (PO)

13 GUARANTEED TIME DELIVERY

The time for and the date of delivery stipulated in the Purchase Order shall be

deemed to be the essence of the Contract Delivery must be completed within

the date specified therein

14 Extra Items

In case of extra items (that are completely new and are in addition to the items

contained in the contract) the contractor may claim rates supported by proper

analysis and purchaser engineer in charge of the work shall after giving

consideration to the analysis of the rates submitted by the contractor determine

the rates on the basis of market rates and the contractor shall be paid in

accordance with the rates so determined The contractor(s) profit amp OH shall be

factored in the rate analysis 15

15 CONSIGNEE

Sr Purchase and Stores Officer (Stores)

Semi Conductor Laboratory

Sector 72 SAS Nagar (Mohali) Punjab

India 160 071

16 INSTALLATION AND COMMISSIONING

Installation commissioning and demonstration of performance of the tendered

stores as per Purchaser tendered specifications shall be carried out by the

Contractor at Purchaser site at S A S Nagar Punjab India

The Contractor shall provide in advance guidelines for preparation of the

installation site and list of items to be supplied by Purchaser during installation

Tender No SCLPS52019E0156401 56

On receipt of intimation from the Purchaser the Contractor shall depute its

engineer(s) to Purchaser site within two weeks to carry out installation and

commissioning and will demonstrate the functionality of the tendered

equipment to Purchaser specifications as per mutually agreed acceptance

procedure The Contractor shall be responsible for any lossdamages sustained

due to delay on the part of the Contractor to send its engineer for installation

and commissioning

Failure to commission the tendered equipment successfully shall entitle

Purchaser to full refund of the payment made and the interest thereon Decision

regarding successful installation and commissioning shall rest solely with the

Purchaser

17 REJECTION

In the event that any of the stores supplied by the Contractor is found defective

in material or workmanship or otherwise not in conformity with the

requirements of the Contract specifications the purchaser shall either reject the

stores or request the Contractor in writing to rectify the same The Contractor

on receipt of such notification shall either rectify or replace the defective stores

free of cost to the purchaser If the Contractor fails to do so the purchaser may

at his option either

a) replace or rectify such defective stores and recover the extra cost so involved

from the Contractor or

b) terminate the Contract for default as provided in this tender document

18 EXTENSION OF TIME

If the completion of supply of stores is delayed due to reason of force majeure

such as acts of god acts of public enemy acts of Government fires floods

epidemics quarantine restriction strikes freight embargoes etc the

Contractor shall give notice within 15 days to the purchaser in writing of his

claim for an extension of time The purchaser on receipt of such notice after

verification if necessary may agree to extend the Contract delivery date as may

Tender No SCLPS52019E0156401 57

be reasonable but without prejudice to other terms and conditions of the

Contract

19 DELAY IN COMPLETIONLIQUIDATED DAMAGES

If the Contractor fails to deliver the stores within the time specified in the

Contract or any extension thereof the purchaser shall recover from the

Contractor as liquidated damages a sum of one half of one percent (05 percent)

of the Contract price of the undelivered stores for each calendar week of delay

The total liquidated damages shall not exceed ten percent (10 percent) of the

Contract price of the unit or units so delayed Stores will be deemed to have

been delivered only when all their component parts are also delivered If certain

components are not delivered in time the stores will be considered as delayed

until such time as the missing parts are delivered Delivery of stores shall be

complete on Installation commissioning Testing and Acceptance

20 INSPECTION AND ACCEPTANCE TEST

The Purchasers representatives shall also be entitled at all reasonable times

during manufacture to inspect examine and test on the Contractors premises

the material and workmanship of all stores to be supplied under this Contract

and if part of the said stores is being manufactured on other premises the

Contractor shall obtain for the purchasers representative permission to inspect

examine and test as if the equipment were being manufactured on the

Contractors premises

Such inspection examination and testing shall not release the Contractor from

the obligations under this Contract

For tests on the premises of the Contractor or of any of his sub Contractors the

Contractor shall provide free of cost assistance labour material electricity fuel

and instruments as may be required or as may be reasonably needed by the

purchasers representative to carry out the tests efficiently

When the stores have passed the specified test the purchaser representative

shall furnish a certificate to the effect in writing to the Contractor The

Tender No SCLPS52019E0156401 58

Contractor shall provide copies of the tests certificates to the purchaser as may

be required

21 Labour Law Contractor shall abide by all labour laws rules and regulations

which are prevailing and as enforced from time to time and SCL shall not be

responsible for any accident or mishap during the course of the contract to any

of engineer labour employee by the Contractor The contractor shall also ensure

that the statutory obligations with regards to the employment of labour under

law are complied properly and timely

22 ARBITRATION

In the event of any disputes differences or claims arising out of or relating to

the interpretation and application of the Contract such disputes or differences

or claims shall be settled amicably by mutual consultations of the good Offices

of the respective Parties and recognizing their mutual interests attempt to reach

a solution satisfactory to both the parties If such a resolution is not possible

within 30 days from the date of receipt of written notice of the existence of such

disputes then the unresolved disputes or differences or claims shall be

referred to the Sole Arbitrator appointed by the Parties by mutual consent in

accordance with the rules and procedures of Arbitration and Conciliation Act

1996 as amended from time to time The arbitration shall be conducted in New

Delhi in the Arbitration and Conciliation Centre New Delhi (Domestic and

International) as per its rules and regulations The expenses for the Arbitration

shall be shared equally or as may be determined by the Arbitrator The

considered and written decision of the Arbitrator shall be final and binding

between the Parties The applicable language for Arbitration shall be English

only Work under the Contract shall be continued by the CONTRACTOR during

the pendency of arbitration proceedings without prejudice to a final adjustment

in accordance with the decision of the Arbitrator unless otherwise directed in

writing by the DEPARTMENT or unless the matter is such that the works cannot

be possibly continued until the decision (whether final or interim) of the

Arbitrator is obtained

23 APPLICABLE LAWS The contract shall be interpreted construed and

Tender No SCLPS52019E0156401 59

governed by laws of IndiaThe contract shall be subject to exclusive Jurisdiction

of the Court of SAS Nagar (Mohali) Punjab India irrespective of anything

mentioned in any correspondences or otherwise

24 Any Other Term

Tender No SCLPS52019E0156401 60

Supporting Documents from Vendor

Attachment ‐ I

Attachment ‐ II

Price Bid Form

Item Description Slab Range Qty UOM Currency Unit Price Total Price

Supply of MCC Panels cables

cable trays lightings etc for

electrical distribution system

including fire detection

system LAN Paging etc for

the Chemical Store building as

per detailed specifications

technical write‐updrawings

attached

‐ 1 Lot ‐ ‐ ‐

Installation Testing and

Commissioning of MCC

Panels cables cable trays

lightings etc for electrical

distribution system including

fire detection system LAN

Paging etc for the Chemical

Store building as per detailed

specifications technical write‐

updrawings attached

‐ 1 Lot ‐ ‐ ‐

Tender No SCLPS52019E0156401 61

Break‐up of other taxes and other costs should be specified in respective narration columns

Sum of these Break‐up values should be specified in respective value columns

Supporting Documents from Vendor (Commercial)

Document attachment with price bid

Attachment ‐ I

Attachment ‐ II

  • pdf_document_tndr_notc_electrical_distribution_system_051119
  • pdf_document_tndr_doc_electrical_distribution_system_051119
Page 22: -72, -160071 चंडीगढ़ के समीप पंजाब भारत...स म -क डक टर ल ब र टर /Semi-Conductor Laboratory अ त रक ष वभ

Tender No SCLPS52019E0156401 21

e) Transshipment of equipment shall not be permitted except with the written permission of the

purchaser

f) Apart from the despatch documents negotiated through Bank the following documents shall also be

airmailed to the purchaser within 7 days from the date of shipment by sea and within 3 days in case of

air consignments

a) Commercial Bill of Lading Air Way Bill Post parcel Receipt (Two nonnegotiable copies)

b) Invoice (3 copies)

c) Packing List (3 copies)

d) Test Certificate (3 copies)

e) Certificate of Origin

The Contractor shall also ensure that one copy of the packing list is enclosed in each case

23 ARBITRATION

In the event of any disputes differences or claims arising out of or relating to the interpretation and

application of the Contract such disputes or differences or claims shall be settled amicably by mutual

consultations of the good Offices of the respective Parties and recognizing their mutual interests

attempt to reach a solution satisfactory to both the parties If such a resolution is not possible within 30

days from the date of receipt of written notice of the existence of such disputes then the unresolved

disputes or differences or claims shall be referred to the Sole Arbitrator appointed by the Parties by

mutual consent in accordance with the rules and procedures of Arbitration and Conciliation Act 1996 as

amended from time to time The arbitration shall be conducted in New Delhi in the Arbitration and

Conciliation Centre New Delhi (Domestic and International) as per its rules and regulations The

expenses for the Arbitration shall be shared equally or as may be determined by the Arbitrator The

considered and written decision of the Arbitrator shall be final and binding between the Parties The

applicable language for Arbitration shall be English only

Work under the Contract shall be continued by the CONTRACTOR during the pendency of arbitration

proceedings without prejudice to a final adjustment in accordance with the decision of the Arbitrator

unless otherwise directed in writing by the Purchaser or unless the matter is such that the works cannot

be possibly continued until the decision (whether final or interim) of the Arbitrator is obtained

24 LANGUAGE AND MEASURES

All documents pertaining to the Contract including specification schedule notice correspondence

operating and maintenance instructions drawings or any other writings shall be written in English

language The metric system of measurement shall be used exclusively in the Contract

25 INDEMNITY

Tender No SCLPS52019E0156401 22

The Contractor shall warrant and be deemed to have warranted that all Stores supplied against this

Contract are free and clean of infringement of any patent copyright or trade mark and shall at all times

indemnify the purchaser against all claims which may be made in respect of stores for infringement of

any right protected by Patent Registration of design or Trade Mark and shall take all risk of accident or

damage which may cause a failure of the supply from whatever cause arising and the entire

responsibility for the sufficiency of all the means used by him for the fulfillment of the Contract

26 COUNTER TERMS AND CONDITIONS OF SUPPLIERS

Where counter terms and conditionsprinted or cyclostyled conditions have been offered by the

supplier the same shall not be deemed to have been accepted by the purchaser unless specific written

acceptance thereof is obtained

27 SECURITY INTEREST

On each item to be delivered under this Contract including an item of work in progress in respect of

which payments have been made in accordance with the terms of the Contract purchaser shall have a

security interest in such items which shall be deemed to be released only at the time when the

applicable deliverable item is finally accepted and delivered to the purchaser in accordance with the

terms of the Contract Such security interest of the purchaser shall constitute a prior charge as against

any other charge or interest created in respect of such items by any entity

28 BANK CHARGES

While the purchaser shall bear the bank charge payable to his Bankers (State Bank of India) the

Contractor shall bear the Bank charges payable to his Bankers including the cheques towards advising

amendment commissions

29 TRAINING

The Contractor shall if required by the purchaser provide facilities for the practical training of

Purchasers engineering technical personnel from India and for their active association on the

manufacturing processes throughout the manufacturing period of the Contract stores number of such

personnel to be mutually agreed upon

30 APPLICABLE LAW

The Contract shall be interpreted construed and governed by the laws of India

Tender No SCLPS52019E0156401 23

BidTemplates

GENERAL CONDITIONS

Item Specifications

Sl No Specifications Complianc

e (Yes No)

Offered Specifications Remarks

1 Intent of the ProjectaThe scope of Project includes Supply

Installation Testing and Commissioning of electrical

distribution system including illumination MCC Panels fire

detection system Local Area Network (LAN) Paging etc for

the Chemical Store Building at Semi‐Conductor Laboratory

(SCL) Sector‐ 72 SAS Nagar Mohali (Punjab) bScope

includes receiving unloading storage insurance in‐plant

transportation and all equipment amp accessories covered under

this specificationcTechnical SpecificationBrief overview of

Equipment amp services under this specification is described

hereiGeneral SpecificationiiSupply amp Installation of

Electrical MCCPCC Panels MCB DB exhaust fan light fixtures

etciiiSupply amp Installation of wire cables conduits Modules

SwitchSockets termination earthing etcivSupply amp

Installation of Fire detection system and its

accessoriesvSupply amp Installation of NetworksLAN

systemviSupply and installation of material for Earthing and

lightning protection system viiAny other electrical

requirement for execution of the work dDrawing amp notes All

drawing amp notes as listed in the annexure form a part of this

specification

Tender No SCLPS52019E0156401 24

2 General Information for Site Condition The Contractor may

visit the site of work at SCL to acquaint themselves of the

actual site conditions

3 Code amp Standards All electrical equipment and accessories to

be furnished installed and commissioned under scope of

these specifications shall be designed manufactured tested

and installed in accordance with relevant Indian Standard

Specifications (ISS) Indian electricity rules and any other

applicable regulations

4 Period of CompletionThe time allowed for supply installation

testing and commissioning of the entire work shall be six (6)

months to be reckoned from the 7th day of issue of Purchase

order by SCL

5 Drawing Data and ManualsFollowing drawings documents

shall be submitted by the selected contractor for approval of

SCL for execution of the workaFoundation drawing of all

floor mounted Electrical panelsbGeneral Layout (GA)

drawing with dimension of all electrical equipment and Single

line drawings (SLDs) of electrical PanelcMake type and

catalogue of Switchgears of Electrical MCC Panels Power DBs

Power Cables and related accessories along with technical

leaflets data sheets etc to be provided by the contractor

The contractor shall offer recommended makes mentioned in

this document dEquipment data sheets furnishing

guaranteed performance figure for each type of

equipmenteTest certificates test results for each type of

equipmentfCheck lists and tests to be conducted during

erection testing amp commissioning of the individual

equipmentOn successful completion of the entire work the

Contractor shall provide lsquoAs Builtrsquo drawings for all the Systems

executed under the Contract Three (03) sets of hard copies

and one (01) set in soft copy (CDDVD) in Auto‐CAD and PDF

Tender No SCLPS52019E0156401 25

format shall be provided to SCL for its record and reference

Contractor shall also provide instruction Operation

manual(s) and maintenance manuals for the all equipment

system installed under the project

6 Eligibility Criteria Only those bidders meeting the below

mentioned eligibility criteria are eligible to participate in the

tendera Should have satisfactorily executed at‐least two (2)

similar works of value not less than Rs 50 Lakh each

involving inter alia power distribution works consisting of

MCCsPCCs of rating not less than 400 A 415 V 35 kA ( fault

level) MCBDBs lighting systems cabling during the last 5

years To ascertain eligibility for the work the participating

bidders shall enclose copy (ies) of the detailed Purchase

Order(s) and their completion certificate(s) evidencing

satisfactory completion of similar works issued by the

respective clientsorganisations Completion certificate for

works issued by private parties shall be supported by TDSb

Should not have incurred any loss in more than two years

during the last five (5) financial years ending 31st March 2019

c The Contractor should possess valid license of Class lsquoArsquo

Category Electrical Contractor issued by the State Licensing

Authorityd The contractor shall carry out the work in co‐

ordination with the civil works undertaken by other contractor

engaged by SCL

7 DeviationaContractor to clearly mention deviation(s) if any

from the specification in the unpriced techno‐commercial bid

bUnless such deviations are recorded in the deviation sheets

and submitted with the bid it will be assumed that the offer is

made in conformity with the tendered specification in all

respectscThe deviations shall be evaluated by SCL and

acceptance of the same shall be at the sole discretion of SCL

Tender No SCLPS52019E0156401 26

8 Quantity variationThe quantities indicated against each item

in the Bill of Quantities (BOQ) are indicative and are for the

purpose of bidding only Variation in quantities upto + 25

shall be carried out by the contractor on the agreedPurchase

Order (PO) rates and terms amp conditions as in the Purchase

Order (PO) In case of contract items which exceed the said

limit of +25 the contractor may claim revision of rates

supported by proof analysis and if the rate claimed in excess

of the rate specified in the bill of quantities SCLrsquos engineerndashin‐

charge of the work shall after giving consideration to the

analysis of rates submitted by the contractor determine the

rates on the basis of market rates and the contractor shall be

paid in accordance with the rates so determined The

Contractorrsquos profit amp OH shall be factored in the rate

analysis15

9 Extra ItemsIn case of extra items (that are completely new

and are in addition to the items contained in the contract) the

contractor may claim rates supported by proper analysis and

SCLrsquos engineer‐in‐charge of the work shall after giving

consideration to the analysis of the rates submitted by the

contractor determine the rates on the basis of market rates

and the contractor shall be paid in accordance with the rates

so determined The Contractorrsquos profit amp OH shall be factored

in the rate analysis15

10 Construction Power SupplyElectricity if available in the

premises may be provided to the contractor by Department

(SCL) only at a single point free of cost subject to the following

conditions ‐a)The Contractor has to make his own

arrangement to tap Electricity from a 3 phasesingle phase

supply from the location decided by the SCLrsquos Engineer‐in‐

charge (E‐I‐C)

Tender No SCLPS52019E0156401 27

11 Storage space site office Contractor will be provided a

lockable room within SCL premises for storage space subject

to availability Contractor will make at his own cost

temporary site office close to work site as per the location

decided by the E‐I‐C

12 Materialsystem submittalsMaterialssystems etc procured

by the selected Contractor for incorporation in the work will

be only of MakesManufacturers specified in the tender

document Submittals of the same shall be submitted by the

contractor for SCL review and approval

13 Other RequirementsbullErection testing amp commissioning of

items as per BOQbullSpecial tools amp tackles Party shall arrange

the ladderscaffoldingstair for working at height for cable

laying Fire detection system installation of light fixture

bullWork shall be executed as per the ISRO contractor safety

Manual Contractor to ensure that the manpower is equipped

with PPE for working at the site bullAll relevant drawing data

catalogues with instruction and trouble shoot manuals type

test certificates for the above accessoriesbullMaterials and

accessories which are necessary or used for satisfactory and

trouble free operation and maintenance of the above

equipmentrsquosmaterial shall also be furnished bullContractor

shall deploy skilled amp unskilled Labor qualified technical

Supervisor(s) erection tools amp tackles testing tools amp

equipment supplies consumables and hardware and

transport for timely and efficient execution of the

workbullContractor shall guarantee LED fixtures

(flameproofnon‐flameproof) for a period of 5 years from the

date of acceptance The contractorrsquos guarantee shall be

supported with a guarantee from the manufacturer(s) in this

regard

Tender No SCLPS52019E0156401 28

TECHNICAL SPECIFICATION‐1

Item Specifications ‐I

Sl No Specifications Compliance

(Yes No)

Offered Specifications Remarks

1 Internal Wiringa The electrical wiring installations and other

accessories shall comply with latest IS code 732 (part‐II) 1983

and National Electric Code‐1985b The word concealed means

it involves cutting of floor wall and making good after laying

the conduitMetal raceway as per the enclosed drawings by

the contractor as requiredc The contractor shall provide all

necessary components fixing materials accessories and

interconnections as per standard practice It is to be noted

that ceiling rose forms a part of the specifications hence not

indicated separately and shall be provided by the contractor

as requiredd Scope includes termination of wire ferruling

dressing cable tie etc as requirede The work shall be

executed as per the ISRO electrical specification available on

ISRO site wwwisrogovin in Schedule I to be read along with

the tender specification

2 LED LuminariesThe scope includes supply installation

testing commissioning of flame proofnon‐flameproof LED

lighting fixture at the ceiling level (about 55 meter height) in

the chemical store building outer periphery of the store

building electrical room AHU room at the first floor as per

drawings and discretion of E‐I‐C Architectural plan of the

building is attached Supply of required accessories such as

mounting brackets nuts bolts screws washers glands and

any other material required for installation of LED fixture as

per specifications mentioned in BOQ shall be part of the

specification Junction box as required for loop‐in and loop‐

Tender No SCLPS52019E0156401 29

out of the cable for flame proof light fixture will be in the

scope of the contractor LED light fittings will be suitable for

operation on 230V single phase AC supply The fitting shall

be supplied with all fixing material such as brackets nuts

bolts etc as required for installation of fittings Special

Conditions aLuminaire make (Brand) from among the

recommended make mentioned in the tender document shall

be clearly mentioned in Technical Bid along with complete

technical detailsbThe LED light fitting and its driver unit etc

shall have warranty for a period of 5 years from the date of

installation and commissioningcThe flame proof fixture shall

be provided along with the Petroleum and Explosives Safety

Organization (PESO) certification

3 Detailed Specification for LED Fixture a Flame Proof LED

Fixtures Supply and installation of flameexplosion proof high

efficiency 1 Phase 230 V 60W LED light fitting as per IS 2206

with luminous efficiency 100Lmwatt or better CRI gt 08 amp

THDlt10 IP‐66 as per ISIEC 605292001 made of Die cast

aluminium alloy Heat resistant amp tough clear dome glass

having enclosure as per Ex‐d GAS Gr IIA IIB IIC AS PER ISIEC

60079‐12007 amp ISIEC 60079‐02004 Area of classification

ZONE‐1 2 21 amp 22 and temperature class T‐6 or better as per

ISIEC 60079 complete with loop‐in loop‐out provision

Mounting bracket for mounting on the ceiling Double

compression cable gland shall be provided and install by the

contractor along with the light fitting Recommended Make of

fixture Baliga Stahl Sudhir SwitchgearRecommended make

of LED NICHIA CREE PHILIPS LUMILED OSRAMb General

LED fixtures Supply amp fixing of wallceiling mounted batten

type 20W LED tube light (Four feet) luminaire with efficient

driver (efficiency shall be more than 90) amp with minimum

lumens output of 2000 lumens per lamp comprising of nano

diffuser technology complete with efficient amp constant

Tender No SCLPS52019E0156401 30

current output driver suitable for operation on 230V single

phase 50Hz AC supply efficient heat sink effective thermal

management and with colour temperature shall be gt 6000K

The LED with suitable control gear and power factor gt09 LM

79 certification for luminaireLM80 certificate for LED shall be

submitted and with other standard accessories prewired

including necessary interconnections complete in all respects

and as directed by EIC (Similar to Philips Astra or equivalent)

Recommended make of fixture Philips GE Trilux

LTRecommended make of LED NICHIA CREE PHILIPS

LUMILED OSRAM

4 c Street Light Fixture Supply and installation of 72W75W

LED Street Light fixture with High‐brightness White LEDs

sources with high transmittance flat toughed glass cover and

peanut LENS on each LEDs System luminous efficacy 100

LmsWatt 5600K colour temperature amp 70 CRI value for

ensuring good quality light output Life of at‐least 50000

hours at 70 lumen maintenance ampLED driver efficiency gt

85 Power factor greater than 095 THDlt10 amp min 3KV

surge protection with operating voltage range from 120‐270V

for ensuring lifelong high performance of luminaire the

fixture shall be made of LM‐6 Pressure die‐cast aluminium

with engraved company name amp have IK05 amp IP66 Class

protection with NABL Accredited LM‐79 amp LM‐80 Report

Mounting pole mounted upto a height of 8 meter and pole

bracket diameter of 48‐60 mm (adjustable) Recommended

make of fixture Trilux Philips GE LTRecommended make of

LED NICHIA CREE PHILIPS LUMILED OSRAM

5 Street Light Pole Providing and installation of hot dipped

galvanized swaged tubular 9‐meter‐long with planting depth

15 metersiexclbrvbar street light poles The effective length of each

section shall be‐ bottom 5 meters middle 2 meters and top 2

meters The outside dia and thickness of pole shall be

Tender No SCLPS52019E0156401 31

minimum 11430x440mm 889x4085mm 761x325mm

respectively as required The pole shall be provided with

necessary bracket (inclination 105115 degree length 15

meter dia 45 mm ) for mounting upto 72 W LED street light

fixture Each pole shall have a weather proof

loopingterminal box clamped at 550 mm above ground level

along with a suitable earth terminal The looping box shall be

provided with a suitable Power terminal arrangement to loop

4C x10sqmm size cable and MCB5A fuse cut‐out A base

plate 300 x300x10mm shall be welded to the bottom of the

pole Both underground cable and GI earth wire shall be

terminated at the terminal looping box in the looping zone

Further wiring to the light fixture shall be done with three

core flexible copper wire (2core for power supply and third

core for earthing)GI tubular pole shall be installed in cement

concrete 136 (1 cement 3 coarse sand 6 graded stone

aggregate 40 mm nominal size) foundation including

excavation and refilling etc Party to cast 2 run of 32 mm MS

conduit for cables upto a height of 550mm from ground level

for loop in loop out of cable The civil work for street light pole

foundation forms a part of installation of the work and will be

done by the party as required for commissioning of lighting

poleFor earthing of street light poles coilspiral earthing

using 8 SWG GI wire shall be used The GI wire shall be buried

to a minimum depth of 15 m with excavation refilling of

earth and connecting GI wire to pole using GI bolt and nut

complete as per requirementMake of Pole Reputed make

with ISI mark Note Party shall submit Drawing of the street

light pole for SCL approval before start of manufacturing

6 Cables wire conduit earthing Switchboards

SwitchesSockets etca Cables The scope includes the Supply

and installation of XLPE insulated overall FRLS PVC outer

sheathed AlCu armored cable on wallsurfacesoilexisting

Tender No SCLPS52019E0156401 32

cable tray as required for MCC Panel and MCB DBs as per the

detailed specification and quantity in this document All

necessary hardware for installation of cable like cable tie

clamps tags etc is in the scope of Contractor Contractor to

ensure that cable laid on the cable tray is properly clamped

with GI clamps and cable is properly secured on cable tray b

Wire The scope includes the Supply and installation of FRLS

Copper wire of different size quantity amp Specification for

power distribution and lighting and power etc as per the

requirement c Conduit The scope includes the Supply and

installation of ISI makes MS Conduits of different size as per

Specification for power and lighting distribution switch

sockets etc as per the requirement Flexible conduit shall be

of GId Cable tray The scope includes the supply and

installation of GIMS cable trays as per specificationse

Earthing The scope includes the supply and providing

earthing for Panels DBs cable trays light fixtures and poles

flameproof accessories fire panel speakers exhaust fans etc

matching the specifications given in this tender documentf

Lightning protection The scope includes the supply and

providing earthing for lightning protection of the building as

per the IS 2309 specification and quantities as per the BOQ

The scope includes horizontal and vertical runs earth pits test

point earthing of building periphery for contour etcg Rack

earthing The scope includes the supply and providing

earthing for racks as per specificationsh Switchboards and

SwitchSockets The scope includes the Supply and installation

of different size of flameproofnon‐flameproof Switchboards

and switchsocket for Lighting Power Distribution as per

specificationi MSGI Conduits flexible GI conduit earthing

materials doublesingle compression brass cable glands

cable lugs (Al amp Cu as required) cable ties cablewire

identification tags required for the installation and

maintenance of trouble free operation of the downstream

Tender No SCLPS52019E0156401 33

system and accessories are covered under this specificationj

MS junction box conduit along with all related accessories as

per specification

TECHNICAL SPECIFICATION‐2

Item Specifications ‐II

Sl No Specifications Compliance

(Yes No)

Offered Specifications Remarks

1 Electrical Panel SpecificationGeneralaPanel shall be

fabricated as per IEC 61439 part 1 amp 2 bPanel shall be indoor

metal clad air insulated floor mounted extendable to side

single front construction front wired front

connectedcMinimum thickness of sheet metal used shall be

2 mm and panel shall confirm to IP54 protectiondThe

working height of the Panel shall be limited as per standard

engineering practicese The design should be fully

compartmentalized with metal partitions between

compartments All doors shall be gasketed Each vertical

section shall have removable back coverfAll switches push

buttons lamps indicating instruments shall be flush

mountedgA full height vertical cable chamber with cable

supports shall be provided in each section to facilitate unit

wiring Cable chamber shall be sized to accommodate all cable

and shall have removable covers A horizontal wire way

extending the entire length shall be provided at the top of

panel for inter panel wiringhPanel shall be with minimum

75mm high base MS channel frameiThe panel shall undergo

seven tank or better process as per relevant IS

standardsjLifting hook shall be provided at each section for

easy transportationkDifferent compartment of the panel

shall be provided with dust proof type air filter louvers

explosion vents or similar safety arrangements in the panels

Tender No SCLPS52019E0156401 34

to let out gases under pressure generated during event of any

fault inside the panellPanel shall have pocket for the Panel

drawing in the incomer section

2 Busbar and Bus TapsaThe main bus and connections shall be

of high connectivity AluminiumAluminium alloy sized for

specified current ratings with maximum temperature limited

to 85amp778 C ie 35amp778 C rise and ambient 50amp778

bSeparate vertical bus bars shall be provided for each vertical

panelcAdequate contact pressure shall be ensured at bus

connections by means of two bolt connections with plain and

spring washers and lock nutsdBus bar and connections shall

be fully insulated for working voltages with adequate

phaseground clearances Insulating sleeves heat shrink type

for bus bar and shrouds removable type joints shall be

provided Bus insulators shall be flame retardanteBus bar

shall be color coded for easy identificationfBusbar should be

connected in such a way that it can be dismantledassembled

while separating different section of the panelgShrouds of

transparent sheet on the exposed bus in cable alleys for

adequate safety measurehBus bar Conductor shall be

confirming to IS‐5082iMinimum clearance (PH‐PH PH‐N and

PH‐E) between Bus bars shall be maintained as per latest

ISjBus Bar supporting Material shall be of

SMCDMCkMaterial of Aluminium Bus bar shall be of E91

gradelBus bar shall be protected from the transparent

insulated material for stand safety point

3 3Control ModuleaFixed type control module shall house the

control components for a circuitbThe equipment layout shall

provide sufficient working space in between the components

and subject to SCL approval cEach control module shall be

equipped with ACDC potential free Relays (230V AC24V DC)

Contactors etc for seamless interface of the operation of

Drives from FCMS (PLC)dVendor to provide the potential free

Tender No SCLPS52019E0156401 35

contact to facilitate local operation from MCC and remote

operation from FCMSPLC Vendor shall provide with each

drive module automanual selector switch and each drive

module shall be wired up to the terminal block for localauto

selection ON OFF trip feedback to SCLrsquos control station and

ONOFF command room FCMSPLC as welleMCC panel and

LPBS shall have selector switches for MCCLocal and

LocalRemote selection respectively Control (OnOff) of the

Drivesheaters will be as per following selection If selector

switch (SS) at MCC is selected to MCC ONOFF operation can

be done from MCC only irrespective of position of SS at LPBSIf

selector switches both at MCC amp LPBS are selected to LOCAL

ONOFF operation can be done from LPBS onlyIf SS at MCC is

selected to LOCAL and SS at LPBS is selected to REMOTE

ONOFF operation can be done from FCMS only

4 VFDVFD shall be of Allen Bradley PF400 series having

redundant Control Net communication option as well to

communicate with the existing Facilities Control amp Monitoring

System (FCMs) Control Net Bridge Coaxial Straight T‐Tap

1786‐TPS must also be supplied along with VFDs Line

reactorchoke of suitable rating shall be connected before the

VFD

5 Thyristor based Heater ControlaDYDAC Make Thyristor

power controller Type 3003 or equivalent rating 85kW

Control input 4‐20mA Thyristor input supply 415VAC (3‐Ouml)

Thyristor output supply 415VAC (3‐Ouml) which shall be provided

by the vendor in a separate compartment of the MCC 4‐20mA

Control signal from the heater PID will modulate the thyristor

controller output to maintain the fresh air temperature at set

value Heater ON and OFF set points shall be adjustable in the

SCADA in FCMSbThyristor controller run command run

feedback 4‐20mA modulating signal shall be wired up to the

terminal block in the cable alley in the MCC Thyristor

Tender No SCLPS52019E0156401 36

Panelcompartment shall be complete with inter module

control and power wiring 220V AC supply shall be drawn from

one of the phase and neutral of the incoming 415VAC and

connect to the Thyristor supply terminals through MCB

Circuit breaker lsquoswitch ONrsquo and Thyristor control unit lsquoRUN

commandrsquo will get activated from FCMS if air temperature is

below ON set point Circuit breaker lsquoswitch OFFrsquo and Thyristor

control unit lsquoRUN command withdraws will get activated

from FCMS when temperature becomes above OFF set point

6 Fire Suppression system amp Fire Protection systemPanel shall

be equipped with required materials such as fire suppression

cylinders filled with fire suppression agents Fire detection

tubes Heat sensor tubes end of line adaptor with gauge

electrical Relays differential pressure valves etc to provide

the fire suppression and fire protection system in cable alley

and bus bar chambers of the electrical panel

7 MCCBaThe MCCBs should be extra current limiting type with

trip time of less than 10 m sec under short circuit conditions

The current limiting action should be achieved with repulsion

principle The MCCBs should preferably have an anti‐reclosing

featurebThe MCCBs should be 3 or 4 poles as per SLDcThe

MCCBs should have a Service short circuit breaking capacity

(Ics) of not less than 35 kA rms at 415 Volts 50Hz AC for

incomer The service breaking capacity should be equal to

ultimate breaking capacities (Icu) (ie Ics= Icu=100)dThe

release should be thermal magnetic having adjustable

overload and short circuiteSwitches shall be triple pole air

break AC23 motor duty for motor starter feedersfCubicle

doors of incoming and outgoing shall be mechanically

interlocked with switchgear to prevent unintentional openings

of the door while the unit is in energized condition However

defeat interlock provision is also to be providedgAll incoming

and outgoing feeders shall be provided with bolted disconnect

Tender No SCLPS52019E0156401 37

link for isolation of neutral if necessary Selector switches

shall be of rotary typehThe MCCB shall be provided with

rotary drive kit spreader terminals and ONOFFTrip (MCCB)

position of switch handle to be clearly markediDuct Heater

MCCB shall be motorized to control (ONoff) from FCMSjFor

incomers it should be EDO microprocessor based

communicable MCCB (35 kA or above) with numerical

releases for OL SC amp EFR (With mechanical and Electrical

interlocking for operation of only one ACB at any point of

time)

8 MPCBaThe MPCBs should be of 3 pole air break type AC3

Duty continuous rating as specifiedbMPCBs should have at

least 1NO+1NC contactcThese should have trip indication

test trip functiondThe release should be thermal magnetic

having adjustable overload trip settingeThe service breaking

capacity should be equal to ultimate breaking capacities (Icu)

(ie Ics= Icu=100)fThe MPCBs should be suitable for din rail

type mounting

9 Capacitor Bank Supply and installation of Capacitor Bank ‐

Box Type Dry construction Conforming to IS 13340‐41IEC

60831 440V 50Hz Rated Current (In) as per Load Heavy

Duty Dielectric MPP Low loss type with overall loss lt

05WkVAR Delta Connection with Discharge Device

10 ContactoraThe contactor shall be 3 pole air break type AC3

Duty continuous rating for motor starter feeders with non‐

bouncing silver silver alloy contactsbContactor shall be of

electromagnetic type rated for uninterrupted duty as per

relevant standards and also suitable for capacitor duty

cContactor shall be provided with adequate auxiliary contacts

rated for 10Amps 240VAC for interfacing with control

schemedContactor coil rating shall be minimum pick up of

85 of rated voltage and minimum drop out of 75 rated

Tender No SCLPS52019E0156401 38

voltage

11 Control and IndicationsaPush buttons will be heavy duty oil

tight and push to actuate type with integral plate marked

with its functionbEach push button shall be provided with

2NO+2NC contacts rated for 10Amps 240VACcLamps shall

be LED type rated for 240V AC Lens and lamps shall be

replaceable from the front dThe control supply shall be

through a 415V230V transformer and the vendor shall

provide 1 no 415V230V transformer for the same Vendor

shall also provide Power module for 24V DC Supply for the

operation of heaters control module

12 MetersaAll indicating instruments shall be digital

Switchboard type with accuracy class +‐ 2 full scalebMFM

of suitable rating shall be used in the incomer

feedercSelector switches shall be furnished at outgoing

feeders as per SLD for ammeterdAmmeter shall be of analog

type flush mounted industrial pattern of size 96x96 mm with

accuracy class 10 eMultifunction meter shall be of digital

type flush mounted industrial pattern of size 96x96 mm with

accuracy class 10 as per IEC 6205253 suitable for

measurement of Current Voltage Power Frequency Power

factor Energy and ready port to communicate with FCMS

through RS 485 The Meter should have Modbus

communication port as well

13 CT (Current transformer)CT will be cast resin type rated 15VA

or more burden with Maximum accuracy limit of class 1

14 Secondary wiringaPanel shall be fully wired at the factory to

ensure proper functioning of control and protectionbFuse

and links shall be provided to permit individual circuit

protection from bus wires without disturbing other circuits All

spare contacts of relays push buttons and other devices shall

Tender No SCLPS52019E0156401 39

be wired up to terminal blockscWiring shall be done with

flexible 25sqmm copper 1100V grade PVC insulated

switchboard wires Each wire shall be identified at both ends

with permanent markers bearing wire numbers as per wiring

diagramdWire termination shall be done with crimping type

connector with insulating sleeve

15 Powercontrol Terminal BlocksaTerminal block shall be 660V

grade box clamp type with marking strips similar to ELMEX 10

mm2 or equal for ControlbTerminal for CT secondary leads

shall have provision for shortingcNot more than two wires

shall be connected to any terminaldSpare terminals equal in

number to 20 active terminals shall be providedeTerminal

blocks shall be suitably located in cable alleysfFor Power

cable Bus Bar type cable connector (Melamine material) shall

be providedgFor Control cable heavy duty screw type cable

connector (Melamine material) shall be provided

16 Cable terminationaPanel shall be designed for cable entry

from topbEach cable shall be clearly marked at both ends

with an indestructible marker preferably a cable tag made of

Aluminium tacked with indicating cable number amp both end

feeder tags with switchboard tags Cable tags at ends of cable

shall be provided inside the gland plate as well as outside the

gland platecAll provisions and accessories shall be furnished

for termination of cables including removable gland plates

cable supports and terminal blocksdGland plate shall be

minimum 3 mm thick

17 Ground BusA GI ground bus rated to carry the maximum fault

current shall extend full length of Panel The ground bus shall

be provided with 2 bolts with GI bolt and nuts at each end to

receive 50x6mm GI flat

18 NameplateaThe nameplate of approved design shall be

Tender No SCLPS52019E0156401 40

provided for each compartment and also at the top of each

panel Nameplate shall be minimum 20x70mm and 3mm

thickbDrawing Pouch shall be provided at the incomer cable

allay

19 PaintingPanel shall be painted with light grey epoxy painted

(Siemens Gray RAL 7032) and caution notice plate shall be

fixed at the back of each vertical panel

20 Make of Switchgears aMCCBSiemensSchneiderbPush

button SiemensSchneider TekniccSelector

SwitchSiemensSchneider Teknic

dFuseSchneiderSiemenseTimerSiemensSchneiderfContro

l TransformerAEIMPIndcoilgTerminal

BlockElmexConnectwellFTChMeters Conzerv LampT

AEiCTs amp PTsKappaAutomatic

Electric(AE)NippenjContactorsSchneiderSiemenskIndicatio

ns SiemensSchneider

TekniclRelaysSchneiderSiemensPLAmMCBSchneiderSiem

ensnCooling Fan

RexnordSunonoVFDsAllen bradlypThyristor moduleDYDAC

qRCBOSiemensSchneiderrMCB

DBSiemensABBLegrandsLine reactorchokeAllen

BradleytCapacitor BankNeptune Schneider Siemens

21 Local Push Button Station (LPBS)The Scope includes supply

and installation of LPBS for Chiller Pumps AHUs Heaters as

per the BOQ and detailed specification given below aLPBS

shall be indoor metal clad air insulated wallAngle frame

mounted as required single front construction front wired

front connected hinged lockable door LPBS for Chiller Pumps

system shall be suitable for outdoor installationbMinimum

thickness of sheet metal used shall be 2 mm and panel shall

conform to IP54 protection for indoor installation and IP65 for

outdoor type LPBScAll switches push buttons with indicating

Tender No SCLPS52019E0156401 41

LED lamps indicating instruments shall be flush

mounteddThe LPBS shall be used for remote operation of

drives Equipment and HeaterseTo facilitate the localremote

operation LPBS shall have LocalRemote selector switch and

provided with Start push button lockable Stop push button

ammeter of suitable range Terminal Block and lockable

Emergency off Switch etc fLPBS shall be equipped with AC

(230V)DC (24V) Relays Contactors etc for seamless interface

of the operation of Drives from FCMS (PLC)gLPBS should be

suitable for wall mounting and provided with necessary

mounting arrangementhWiring shall be done with flexible

25sqmm copper 650V grade PVC insulated switchboard

wires Each wire shall be identified at both ends with

permanent markers bearing wire numbers as per wiring

diagramiWire termination shall be done with crimping type

connector with insulating sleevejGland plate shall be

minimum 3 mm thickkThe nameplate of approved design

shall be provided for each compartment and also at the top of

each panel Nameplate shall be minimum 20x70mm and 3mm

thicklLPBS shall be painted with light grey epoxy painted

(Siemens Gray RAL 7032)

22 Make of Electrical panel As per DOS Approved Panel

manufacturer list (attached)

TECHNICAL SPECIFICATION‐3

Item Specifications ‐III

Sl No Specifications Compliance

(Yes No)

Offered Specifications Remarks

Tender No SCLPS52019E0156401 42

1 Fire Detection System Scope for fire detection system

includes supply installation testing commissioning of Fire

panel Addressable Fire detection devices Manual Call Points

Addressable loop sounders Switch Monitoring unit (SMU) UV

IR sensor for detection of methanol flame Cable MS junction

boxes for loop in loop out of cable as per specifications and

integrating the same with existing repeater panel as per the

requirement The detailed specifications for the different

component of fire deduction system are as follows

2 A Multi‐sensor Detectors The smoke detectors shall be multi‐

sensor (heat and smoke) detector with isolator suitable for

detecting a wide range of smoke from slow smoldering and

fast flaming fire The detector shall have following features

bullSolid state addressing arrangement in combination with a

hand held programmer to configure the sensor

addressbullElectronics free mounting basebullTwin alarm LEDs for

360 Degree viewing and shall have blinking LED facilitybullThe

sensor shall have s removable chamber for ease of cleaning or

replacementbullAutomatic compensation for smoke sensor

contaminationbullShall have a built in test facility which allows

the fire alarm control panel to adjust the alarm threshold

levels to compensate for contamination and shall have a

maintenance alarm display when threshold can no longer be

adjustedbullOperating temperature ‐ 10 DegC to 50 DegC and

operating RH at 40 DegC‐95 RH

3 B Manual call stations Manual Call Stations should have in

built monitor module and pressbreak and resettable

capability constructed of high impact LEXAN sheet with clearly

visible operating instructions on the cover and the word FIRE

shall appear on front and suitable for surface mountingflush

mounting complete as required

Tender No SCLPS52019E0156401 43

4 C UV IR SensorThe UV‐IR flame detector shall operate on 24

VDC 0‐24mA current output suitable for detection of

Methanol flame with automatic built in test for reliable

operations and suitable for installation in Hazardous area zone

1and 2 with Class I Division 12 Gas group A B C The detector

shall not be susceptible to environmental conditions to

generate false alarms The entire system shall be rated for IP

66 or better and supplied with suitable mounting bracket The

system shall comply to the detailed specifications as listed

belowbullDetection Technology UV ‐ IR Electro‐optical

detectionbullDetection range 75 meterbullField of View greater

than equal to 90deg Both Horizontal and verticalbullResponse

Time less than equal to 5 secondsbullBuilt in Test Automatic

bullOperating Temperature Range 0 to + 75degCbullOperating

Humidity Range Continuous 95 non‐condensingbullAnalog

Output signal 4‐20mAbullAlarms amp Fault Normal 4 mA Fault

02 mA Alarm 20 mA + 10 verifiedbullOperating voltage 24

VDC ( 18‐32VDC)bullPower consumption Vendor to specify for

Standby and Alarm conditionbullSensor Calibration

Verification Sensor calibration as per OEM for certified

performancebullSensor Life 2 Years (minimum)bullSensor

Calibration vendor to carry out sensor calibration at site and

submit calibration certificate valid for one yearbullRFI EMI

SusceptibilitybullRequired EN 616326‐3 and EN 6100006‐3 or

equivalent IP protectionbullIP protection IP 66 or betterbullFault

Diagnostic Sensor Fault (end of life) other informationbullSelf‐

Check Test Automatic during start‐upbullHousing SS 316

Epoxy Painted Aluminium die castbullStart‐up Time Vendor to

specifybullApprovalcertification PESO and ATEX ‐ Ex d IIC C

Class 1 Div 12 Group A B C DNote Vendor shall arrange

the 230V AC to 24V DC Power supply module along with half

an hour Battery Back up in MS powder coated Enclosure

Input Power supply (230V AC) for Power Supply module shall

Tender No SCLPS52019E0156401 44

be provided by SCL

5 D SMU Unit for UV IR sensor Supply installation testing and

commissioning of Switch Monitoring Unit (SMU) to configure

the UV IR sensors with fire detection system as requiredE

SoundersAddressable Sounders shall be loop powered with

all fixing materials complete as required The sound level shall

be 100dB (A)

6 F Fire Alarm Control Panel (FACP) bullFACP shall be of 2

loopsbullFACP shall be suitable for 230V 50 Hz AC supply and

detectors shall be powered using FACP based detection

circuits Devices shall receive power and communication from

the same pair of conductorsbullFACP shall provide for resetting

detectors fault isolation and sensor loop operationbullFACP

shall be suitable for mixing different fire devices and beam

smoke detectors within the same loop to optimize field

wiringbullFACP shall have alarm indication of individual sensors

detector trouble alarm indication for dust accumulation The

panel shall check detector once in every 24 hours for

contamination for this purposebullThe FACP shall regularly

supervise all the sensors and devices on the loop and initiate

fire or trouble alarm whenever requiredbullFACP shall have 2

wire circuits to connect minimum of 126 addressable devices

per loopbullFACP shall be with repeater interface and suitable

24V battery with built in software and 2 x 40 character

alphanumeric LCD display and necessary front panel control

keys FACP shall display the date time and description for

Analog sensors to indicate alarms and trouble

situationsbullFACP switches shall allow authorized personnel to

accomplish the following ‐bullInitiate a general alarm

conditionbullSilence the local audiblebullSilence the alarm

signalsbullReset all zonespointsbullFACP shall have walk test

facilitybullShall have facility for programming from the key

board or utilizing PC set up software via laptopdesk top

Tender No SCLPS52019E0156401 45

computerbullShall have memory data for panel configuration

and operation reside in non‐volatile memory (EPROM)bullFACP

shall have facility for speech processor (to record pre‐

recorded message of 20 S) and also have Auto Dialer facility

(can dial up to 8 different lines)bullAll addressable units shall be

connected to the FACP through the loop cards and shall be

addressed though individualized numbers The FACP shall be

able to obtain analog value for all detectors in the circuit

through a pulsed digitized current data The FACP shall be

able to analyze all analog inputs from all addressable units

and though its own software and ambient level screening the

FACP shall be able to identify fire possible fire or fault

conditions The unit supervision shall be dynamic and

continuousbullThe FACP shall itself have all loop cards in it No

isolated mother board or transponder shall be

consideredbullShortopen circuit units shall also be reported at

the FACP in such cases the system through the use of fault

isolators shall be able to isolate that segment between the

two fault isolators The missing DetectorsDevices shall also

be reported to the FACP with identification of the

locationbullThe FACP shall have the facility to set smoke sensor

sensitivity remotely to either high sensitivity manually or on a

pre‐programmed sequence (Ie DayNight) period When an

alarm condition is sensed at the FACP from a smoke or heat

detector a delay timealarm verification period shall be

started If the sensor is still in alarm after the delay time

expired an alarm condition is reported The delay time shall

be adjustable from 0 to 990 secondsbullThe FACP shall have

either an in‐built or external printer coupled to the FACP

which shall log all events with time The printout shall clearly

indicate the event‐FirePre‐AlarmFault etc with the unit

address and timebullThe FACP shall also be able to discriminate

between false alarms and fire conditions as well as priority

selection of alarm in case alarm activities in two or more

Tender No SCLPS52019E0156401 46

remotely located units simultaneously In such cases the

Manual Call stations shall have the highest prioritybullThe FACP

shall also be able to actuate switches automatically in case of

Fire condition of AHUs and power supply or other system such

as piped pressurized gas supplybullThe system shall be fail safe

and adequate safe guards should be under taken that in the

event of a failure of a part of the system it shall not handicap

the complete system The loop cards shall be of Modular

constructionbullThe FACP shall have its own battery backup of a

minimum of 48 hours in normal run and then half an hour in

alarm condition The backup time calculation shall be done as

per TAC standards The Battery shall be 2 x 12V (24V) DC and

of sealed maintenance free type housed inside the FACPbullIt

shall be able to withstand temperature variations from 0

Degree Centigrade to 55 Degree Centigrade Further Relative

Humidity (non‐condensing type) up to 93 shall not hamper

its performance The voltage rating shall be from 17V DC to

31V DC though the voltage may be change depending upon

the working voltages of a proprietary FACPbullThe FACP shall be

totally enclosed dust and vermin proof type made of

minimum 16‐gauge dust inhibited sheet with even baked

finish The FACP shall be of completely solid state designbullThe

logic circuitry shall be based on high noise immunity solid‐

state hardware employing modular construction Logic cards

shall be of epoxy fiber glass constructionbullThe FACP shall have

EN 54ULFM approvalbullThe panel shall have an extra loop

card to serve as standby in case of burnout or malfunctioning

of any operating loop cardsbullThe FACP shall be capable of

being networked (future expansion) with other similar FACPs

located at different locations of SCL premises through a single

RS 485 busbullThe FACP shall have provision for interfacing with

the Public Address System

7 G Repeater panelScope comprises of supply and installation

Tender No SCLPS52019E0156401 47

of Repeater Panel which display fire fault message

simultaneously with the FACP bullIt shall be capable of

interfacing with the FACP on a single RS 485 Bus bullThe panel

shall be capable of operating on 24V DC supplybullThe

independent 24V DC supply source to be installed in MS

cubicle Box duly powder coated paint along with repeater

panelbullThe panel shall have 2 x 40‐character backlit display

which shall display date time and description of alarm

trouble events are that displayed in the panel shall be

powered from the FACPbullIt shall have control keys for sound

silence mute and to reset the FACP from the repeater

stationsbullThe repeater panel shall have the following LEDs

indicationsbullSupply bullFault bullMute bullSilent bullDisabled

bullFire

8 H Fire CableSupply and installation of 2Cx15mm2 Copper

extruded PVC inner sheath armored and overall FRLS PVC

outer sheathed 11 KV grade as per IS 7098 (Part I bearing ISI

certification) on existing cable traywallsoft soilhard soil as

required

9 I Fire Cable terminationSupplying and making end

termination with brass compression gland and copper lugs for

2Cx15mm2 Copper cable in MS Box of Size 4X4 installed

above the false ceilingwallsurface as required

10 J Junction Box for Fire devicesSupply installation testing and

commissioning of MS painted box Size 4X4 with ELMEX type

terminal block for loop in loop out of 2c x15 sq mm copper

armored cable and connection to the fire detector device on

wallsurfacerecess including wall cutting and providing

necessary hardware for mounting fixing including all

material for fixing as required

Tender No SCLPS52019E0156401 48

TECHNICAL SPECIFICATION‐4

Item Specifications ‐IV

Sl No Specifications Compliance

(Yes No)

Offered Specifications Remarks

1 A NetworksLAN The detailed specification for the network

rack switch cable cords IOs face plates etc and the

required accessories shall be as below CAT 6A or better cable

shall be laid in the PVC Conduit The detailed specifications

for the different component of networksLAN are as follows

2 bull Rack Supply installation testing and commissioning of UL

listed modular type 12U network rack with front glass door

and rear perforated door floor mounted Size 550x550 with

1 No of 5 port Octagonal PDU 515Amp with MCB and Fan

Tray with minimum 2 Fans The rack should have provision of

2 nos of cable manager duct type 1U and 2 vertical manager‐

concealed type Rack should be three sides openable with

front glass door and rear perforated door and provision of

cable entry from top and bottom both with proper earthing

kit as requiredRecommended Make Rittal Netrack

Schneider Valrack

3 bull Network Switch Supply amp installation of Network Switch in

Network Rack with the following specification as belowSwitch

shall haveamp61607Port Density Minimum 8 101001000

BaseT Ports amp 4‐1G SFP Ports ready for use with SFP module

Ports shall support PoE on all ports with PoE budget of

180Wamp61607Architecture Stand‐alone rack

mountableamp61607Bandwidth minimum 56Gbps of

switching bandwidth to support above listed ports in non‐

blocking configurationamp61607StackableScable support for

Tender No SCLPS52019E0156401 49

stacking multiple switchesamp61607Stacking backplane

bandwidth Access switch shall have additional port(s) for

providing minimum 40 Gbps stacking bandwidthamp61607L2

Features 8021x authentication spanning tree

etcamp61607Networkjflowsflow or equivalent provision for

Networkjflowsflow or equivalent supportamp61607Network

Management support Network Management through

command line interface (CLI) SNMP v1 v2c v3

httpsamp61607IPv6 Readiness IPv6 Readiness from day

1amp61607RegulatorySafety confirming to UL60950 amp

EN60950amp61607EALNIAP certified Model No shall be EAL

or NIAPNDPP certifiedRecommended Make Cisco Juniper

HP Brocade dell

4 bull CAT 6A Cable Supply and installationlaying of category 6A

or better 4 pair shielded cable UFTP or FUTP in PVC

Conduit sheath type low smoke zero halogen (LSZH) with

transmission properties amp electrical properties tested

minimum up to 500MHz amp verified by ETL amp comply with

ANSITIAEIA‐568‐C2 amp ISOIEC 11801 Recommended make

Commscope Schneider Molex Siemon

5 bull Patch Panel Supply installation testing and commissioning

of CAT6A PatchJack Panel of 24 Port fully loaded in Network

rack with port identification number with self‐adhesive clear

label holder Each portjack on the panel should be

individually removable on field from the panel and have

integrated rear cable management metallic shelf and have a

separate provision of grounding Recommended make

Commscope Schneider Molex Siemon

6 bull Patch Cords (1 meter) Supply installation testing and

commissioning of Patch Cords Cat 6A shielded 1 meter in

Network rack with 4 pair shielded copper wire factory pre

terminated with shielded RJ45 plugs Aluminumpolyester

Tender No SCLPS52019E0156401 50

shield screen material with low smoke Zero halogen sheath

comply to TIA‐568‐C2 Cat 6A in IOs of Network

RackRecommended make Commscope Schneider Molex

Siemon

7 bull Patch Cords (3 meter) Supply installation testing and

commissioning of Patch Cords Cat 6A shielded 3 meter in

Network rack with 4 pair shielded copper wire factory pre

terminated with shielded RJ45 plugs Aluminumpolyester

shield screen material with low smoke Zero halogen sheath

comply to TIA‐568‐C2 Cat 6A at field side Recommended

make Commscope Schneider Molex Siemon

8 bull Information outlet Supply and installation of Shielded Cat

6A information outlet UFTP or FUTP compliance to category

6A or better TIA568C2‐500MHz at field sideRecommended

make Commscope Schneider Molex Siemon

9 bull Face Plate (Dual) Supply and installation of single gang

square face plate (Dual) and SMB Box with a provision to

support variety of jacks‐ UTP STP etc at the field

sideRecommended make Commscope Schneider Molex

SiemonbullFace plate (single) Supply and installation of square

face plate ( single) with a provision to support variety of jacks‐

UTP STP etc at the field sideRecommended make

Commscope Schneider Molex Siemon

10 bull SMB Box Supply and installation of SMB Box for face plate

(DualSingle) as required Recommended make Commscope

Schneider Molex Siemon

11 bull Other Accessories amp61607Supply and Installation of

25mm electrical grade ISI mark PVC Conduit in

wallfloorslabsurface including wallfloor cutting and

making good the same as required Recommended make

Reputed ISI Markamp61607Supply and installation of OFC SM

Tender No SCLPS52019E0156401 51

OS2 Cable in existing 32mm HDPE pipe as

requiredamp61607Supply and Laying of 32mm HDPE pipe

direct in ground including excavation sand cushioning

protective covering and refilling the trench including standard

cable route marker etc as requiredamp61607Supply and

installation of SC simplex single‐mode LSZH pigtail 1m as

requiredamp61607Supply and installation of adaptor plate

with 3 SC duplex SM adaptors as requiredamp61607Splicing of

OFC as per Core as requiredamp61607Supply and installation

of accessories for making the Chamber Pit‐ 1Mtr Depth with

Lid for housing OFC as requiredamp61607Trenching of

HardSoft Soil as required

12 B Paging The scope includes supply installation testing and

commissioning of Supply and installation of IP 65 or better

explosion proofWP loud speaker anticorrosive powder

coated red (RAL‐3000) suitable for Zone I amp II Class II C

Hardware SS304 as per IS2148 and equivalent to model FLSR

25 of Baliga with necessary support gland as required and

installing the same on wallsurface with GI supports as

required and connecting the same with wire The Scope also

includes supply and installation of 2Cx15mm2 FRLS armored

and PVC sheath twisted pair wire their termination tagging

glanding earthing etc as required for speakers and other

accessories requires for smooth commissioning of the paging

system

Vendor Specificied Terms

Description Vendor Terms

Tender No SCLPS52019E0156401 52

1Delivery Term

Prices shall be quoted on F O R destination basis ie S C L S A S Nagar Mohali

Punjab exclusive of GST and taxes as may be applicable

2 GST

Purchaser is entitled to concessional GST of 5 as per Ministry of Finance

Department of Revenue Notification No 472017 Integrated Tax (Rate) both

dated 14th November 2017 respectively and would accordingly issue Exemption

Certificate in favour of the contractor quoting in Indian Rupees The bidder

should take note of the same while quoting the prices in Indian Rupees GST on

installation services shall be applicable 18

3 DELIVERY SCHEDULEPERIOD OF COMPLETION

The time allowed for supply installation testing and commissioning of the entire

works shall be 06 (Six) months to be reckoned form the 7th day of issue of

purchase order

4 IMPORTANT

This being a two part Tender Technical and Commercial parts separate the

bidder should not attach any document(s) containing pricing information with

technical part The Contractor will provide Un priced commercial offer in

envelope 1 (Technical Part) as an attachment

The tenders containing price information in Technical Part will be treated as

unsolicited offers and rejected Contractor to confirm that Price bid is not

attached in Envelope 1 ie Technical Part

Priced Commercial offer if any should be attached in Envelope 2 (Price Bid)

under Supporting Documents from Vendor (Commercial) as an attachment

5 The prices shall remain firm until completion of entire project including

extended period if any No cost escalation shall be applicable for the work

Tender No SCLPS52019E0156401 53

6 SECURITY DEPOSIT

a) On acceptance of the tender the Contractor shall submit security deposit for

ten percent (10 percent) of the value of the Contract within 15 days from the

date of purchase order If the Contractor fails toprovide the security within the

period specified such failure shall constitute a breach of the Contract and the

Purchaser shall be entitled to make other arrangements for the re purchase of

the stores contracted at the cost and risk of the Contractor

b) Security Deposit shall be submitted through Demand Draft Bankers Cheque

fixed deposit receipt or Bank Guarantee from any of the Scheduled Banks

executed on nonjudicial stamp paper of appropriate value and shall be valid for

a period of sixty (60) days beyond the date for completion of the Purchase

OrderContract

c) In case the contractor fails to furnish the security deposit within the specified

date or extended due date the Purchase OrderContract shall be cancelled and

in addition appropriate penal action may also be considered

d) After the Purchase OrderContract is successfully executed in all respects the

Bank Guarantee towards Security Deposit may be discharged and retained

amount shall be refunded to vendors

e) In the event of non execution of the Purchase orderContract or breach of any

terms and conditions of the Purchase Order the Security Deposit shall be

forfeited

7 Warranty

The Contractor shall provide for the tendered job comprehensive warranty for

parts as well as labour for a period of 12 months from the date of successful

installation commissioning and testing of the system at Purchasers site at no

extra charges against any manufacturing defectfaulty workmanship In case any

defect arises during warranty period the Contractor should replacerectify the

same at its own cost at siteworks

The LED light fittings and its driver unit etc shall have warranty for a period of 5

Tender No SCLPS52019E0156401 54

years from the date of installation and commissioning

8 Warranty Replacements

All replacement parts if any shall be supplied by the Contractor free of cost on F

O R Purchaser site at S A S Nagar Punjab basis

9 TERMS OF PAYMENT

The payment shall be remitted as under

90 of the value of the materials supplied shall be paid within 30 days of the

receipt of the materials at purchaser site and the balance 10 amount along

with 100 installation charges shall be payable on successful installation

commissioning and acceptance of the entire project at Purchasers site against a

Performance Bank Guarantee

10 PERFORMANCE BANK GUARANTEE (PBG)

The Contractor shall furnish a Bank Guarantee (as per format given by purchaser)

from any nationalized scheduled bank for an amount equivalent to 10 of the

value of the Contract and shall be valid for a period of 60 days beyond the expiry

date of warranty period On the performance and completion of the Contract in

all respects the Bank Guarantee will be returned to the Contractor without any

interest

11 VALIDITY

The tender must be valid for a minimum period of 120 days from the date of

opening of Technical bid and 90 days after opening of Price bid

The tender where the validity period is shorter than the period specified in the

tender enquiry shall be excluded from the procurement process

12 Quantity Variation

The quantities indicated against each items in the Bill of Quantities (BOQ) are

indicative and are for the purpose of bidding only Variation in quantities up to

Tender No SCLPS52019E0156401 55

+25 percent shall be carried out by the contractor on the agreedPurchase order

(PO) rates and terms amp conditions as in the purchase order (PO)

13 GUARANTEED TIME DELIVERY

The time for and the date of delivery stipulated in the Purchase Order shall be

deemed to be the essence of the Contract Delivery must be completed within

the date specified therein

14 Extra Items

In case of extra items (that are completely new and are in addition to the items

contained in the contract) the contractor may claim rates supported by proper

analysis and purchaser engineer in charge of the work shall after giving

consideration to the analysis of the rates submitted by the contractor determine

the rates on the basis of market rates and the contractor shall be paid in

accordance with the rates so determined The contractor(s) profit amp OH shall be

factored in the rate analysis 15

15 CONSIGNEE

Sr Purchase and Stores Officer (Stores)

Semi Conductor Laboratory

Sector 72 SAS Nagar (Mohali) Punjab

India 160 071

16 INSTALLATION AND COMMISSIONING

Installation commissioning and demonstration of performance of the tendered

stores as per Purchaser tendered specifications shall be carried out by the

Contractor at Purchaser site at S A S Nagar Punjab India

The Contractor shall provide in advance guidelines for preparation of the

installation site and list of items to be supplied by Purchaser during installation

Tender No SCLPS52019E0156401 56

On receipt of intimation from the Purchaser the Contractor shall depute its

engineer(s) to Purchaser site within two weeks to carry out installation and

commissioning and will demonstrate the functionality of the tendered

equipment to Purchaser specifications as per mutually agreed acceptance

procedure The Contractor shall be responsible for any lossdamages sustained

due to delay on the part of the Contractor to send its engineer for installation

and commissioning

Failure to commission the tendered equipment successfully shall entitle

Purchaser to full refund of the payment made and the interest thereon Decision

regarding successful installation and commissioning shall rest solely with the

Purchaser

17 REJECTION

In the event that any of the stores supplied by the Contractor is found defective

in material or workmanship or otherwise not in conformity with the

requirements of the Contract specifications the purchaser shall either reject the

stores or request the Contractor in writing to rectify the same The Contractor

on receipt of such notification shall either rectify or replace the defective stores

free of cost to the purchaser If the Contractor fails to do so the purchaser may

at his option either

a) replace or rectify such defective stores and recover the extra cost so involved

from the Contractor or

b) terminate the Contract for default as provided in this tender document

18 EXTENSION OF TIME

If the completion of supply of stores is delayed due to reason of force majeure

such as acts of god acts of public enemy acts of Government fires floods

epidemics quarantine restriction strikes freight embargoes etc the

Contractor shall give notice within 15 days to the purchaser in writing of his

claim for an extension of time The purchaser on receipt of such notice after

verification if necessary may agree to extend the Contract delivery date as may

Tender No SCLPS52019E0156401 57

be reasonable but without prejudice to other terms and conditions of the

Contract

19 DELAY IN COMPLETIONLIQUIDATED DAMAGES

If the Contractor fails to deliver the stores within the time specified in the

Contract or any extension thereof the purchaser shall recover from the

Contractor as liquidated damages a sum of one half of one percent (05 percent)

of the Contract price of the undelivered stores for each calendar week of delay

The total liquidated damages shall not exceed ten percent (10 percent) of the

Contract price of the unit or units so delayed Stores will be deemed to have

been delivered only when all their component parts are also delivered If certain

components are not delivered in time the stores will be considered as delayed

until such time as the missing parts are delivered Delivery of stores shall be

complete on Installation commissioning Testing and Acceptance

20 INSPECTION AND ACCEPTANCE TEST

The Purchasers representatives shall also be entitled at all reasonable times

during manufacture to inspect examine and test on the Contractors premises

the material and workmanship of all stores to be supplied under this Contract

and if part of the said stores is being manufactured on other premises the

Contractor shall obtain for the purchasers representative permission to inspect

examine and test as if the equipment were being manufactured on the

Contractors premises

Such inspection examination and testing shall not release the Contractor from

the obligations under this Contract

For tests on the premises of the Contractor or of any of his sub Contractors the

Contractor shall provide free of cost assistance labour material electricity fuel

and instruments as may be required or as may be reasonably needed by the

purchasers representative to carry out the tests efficiently

When the stores have passed the specified test the purchaser representative

shall furnish a certificate to the effect in writing to the Contractor The

Tender No SCLPS52019E0156401 58

Contractor shall provide copies of the tests certificates to the purchaser as may

be required

21 Labour Law Contractor shall abide by all labour laws rules and regulations

which are prevailing and as enforced from time to time and SCL shall not be

responsible for any accident or mishap during the course of the contract to any

of engineer labour employee by the Contractor The contractor shall also ensure

that the statutory obligations with regards to the employment of labour under

law are complied properly and timely

22 ARBITRATION

In the event of any disputes differences or claims arising out of or relating to

the interpretation and application of the Contract such disputes or differences

or claims shall be settled amicably by mutual consultations of the good Offices

of the respective Parties and recognizing their mutual interests attempt to reach

a solution satisfactory to both the parties If such a resolution is not possible

within 30 days from the date of receipt of written notice of the existence of such

disputes then the unresolved disputes or differences or claims shall be

referred to the Sole Arbitrator appointed by the Parties by mutual consent in

accordance with the rules and procedures of Arbitration and Conciliation Act

1996 as amended from time to time The arbitration shall be conducted in New

Delhi in the Arbitration and Conciliation Centre New Delhi (Domestic and

International) as per its rules and regulations The expenses for the Arbitration

shall be shared equally or as may be determined by the Arbitrator The

considered and written decision of the Arbitrator shall be final and binding

between the Parties The applicable language for Arbitration shall be English

only Work under the Contract shall be continued by the CONTRACTOR during

the pendency of arbitration proceedings without prejudice to a final adjustment

in accordance with the decision of the Arbitrator unless otherwise directed in

writing by the DEPARTMENT or unless the matter is such that the works cannot

be possibly continued until the decision (whether final or interim) of the

Arbitrator is obtained

23 APPLICABLE LAWS The contract shall be interpreted construed and

Tender No SCLPS52019E0156401 59

governed by laws of IndiaThe contract shall be subject to exclusive Jurisdiction

of the Court of SAS Nagar (Mohali) Punjab India irrespective of anything

mentioned in any correspondences or otherwise

24 Any Other Term

Tender No SCLPS52019E0156401 60

Supporting Documents from Vendor

Attachment ‐ I

Attachment ‐ II

Price Bid Form

Item Description Slab Range Qty UOM Currency Unit Price Total Price

Supply of MCC Panels cables

cable trays lightings etc for

electrical distribution system

including fire detection

system LAN Paging etc for

the Chemical Store building as

per detailed specifications

technical write‐updrawings

attached

‐ 1 Lot ‐ ‐ ‐

Installation Testing and

Commissioning of MCC

Panels cables cable trays

lightings etc for electrical

distribution system including

fire detection system LAN

Paging etc for the Chemical

Store building as per detailed

specifications technical write‐

updrawings attached

‐ 1 Lot ‐ ‐ ‐

Tender No SCLPS52019E0156401 61

Break‐up of other taxes and other costs should be specified in respective narration columns

Sum of these Break‐up values should be specified in respective value columns

Supporting Documents from Vendor (Commercial)

Document attachment with price bid

Attachment ‐ I

Attachment ‐ II

  • pdf_document_tndr_notc_electrical_distribution_system_051119
  • pdf_document_tndr_doc_electrical_distribution_system_051119
Page 23: -72, -160071 चंडीगढ़ के समीप पंजाब भारत...स म -क डक टर ल ब र टर /Semi-Conductor Laboratory अ त रक ष वभ

Tender No SCLPS52019E0156401 22

The Contractor shall warrant and be deemed to have warranted that all Stores supplied against this

Contract are free and clean of infringement of any patent copyright or trade mark and shall at all times

indemnify the purchaser against all claims which may be made in respect of stores for infringement of

any right protected by Patent Registration of design or Trade Mark and shall take all risk of accident or

damage which may cause a failure of the supply from whatever cause arising and the entire

responsibility for the sufficiency of all the means used by him for the fulfillment of the Contract

26 COUNTER TERMS AND CONDITIONS OF SUPPLIERS

Where counter terms and conditionsprinted or cyclostyled conditions have been offered by the

supplier the same shall not be deemed to have been accepted by the purchaser unless specific written

acceptance thereof is obtained

27 SECURITY INTEREST

On each item to be delivered under this Contract including an item of work in progress in respect of

which payments have been made in accordance with the terms of the Contract purchaser shall have a

security interest in such items which shall be deemed to be released only at the time when the

applicable deliverable item is finally accepted and delivered to the purchaser in accordance with the

terms of the Contract Such security interest of the purchaser shall constitute a prior charge as against

any other charge or interest created in respect of such items by any entity

28 BANK CHARGES

While the purchaser shall bear the bank charge payable to his Bankers (State Bank of India) the

Contractor shall bear the Bank charges payable to his Bankers including the cheques towards advising

amendment commissions

29 TRAINING

The Contractor shall if required by the purchaser provide facilities for the practical training of

Purchasers engineering technical personnel from India and for their active association on the

manufacturing processes throughout the manufacturing period of the Contract stores number of such

personnel to be mutually agreed upon

30 APPLICABLE LAW

The Contract shall be interpreted construed and governed by the laws of India

Tender No SCLPS52019E0156401 23

BidTemplates

GENERAL CONDITIONS

Item Specifications

Sl No Specifications Complianc

e (Yes No)

Offered Specifications Remarks

1 Intent of the ProjectaThe scope of Project includes Supply

Installation Testing and Commissioning of electrical

distribution system including illumination MCC Panels fire

detection system Local Area Network (LAN) Paging etc for

the Chemical Store Building at Semi‐Conductor Laboratory

(SCL) Sector‐ 72 SAS Nagar Mohali (Punjab) bScope

includes receiving unloading storage insurance in‐plant

transportation and all equipment amp accessories covered under

this specificationcTechnical SpecificationBrief overview of

Equipment amp services under this specification is described

hereiGeneral SpecificationiiSupply amp Installation of

Electrical MCCPCC Panels MCB DB exhaust fan light fixtures

etciiiSupply amp Installation of wire cables conduits Modules

SwitchSockets termination earthing etcivSupply amp

Installation of Fire detection system and its

accessoriesvSupply amp Installation of NetworksLAN

systemviSupply and installation of material for Earthing and

lightning protection system viiAny other electrical

requirement for execution of the work dDrawing amp notes All

drawing amp notes as listed in the annexure form a part of this

specification

Tender No SCLPS52019E0156401 24

2 General Information for Site Condition The Contractor may

visit the site of work at SCL to acquaint themselves of the

actual site conditions

3 Code amp Standards All electrical equipment and accessories to

be furnished installed and commissioned under scope of

these specifications shall be designed manufactured tested

and installed in accordance with relevant Indian Standard

Specifications (ISS) Indian electricity rules and any other

applicable regulations

4 Period of CompletionThe time allowed for supply installation

testing and commissioning of the entire work shall be six (6)

months to be reckoned from the 7th day of issue of Purchase

order by SCL

5 Drawing Data and ManualsFollowing drawings documents

shall be submitted by the selected contractor for approval of

SCL for execution of the workaFoundation drawing of all

floor mounted Electrical panelsbGeneral Layout (GA)

drawing with dimension of all electrical equipment and Single

line drawings (SLDs) of electrical PanelcMake type and

catalogue of Switchgears of Electrical MCC Panels Power DBs

Power Cables and related accessories along with technical

leaflets data sheets etc to be provided by the contractor

The contractor shall offer recommended makes mentioned in

this document dEquipment data sheets furnishing

guaranteed performance figure for each type of

equipmenteTest certificates test results for each type of

equipmentfCheck lists and tests to be conducted during

erection testing amp commissioning of the individual

equipmentOn successful completion of the entire work the

Contractor shall provide lsquoAs Builtrsquo drawings for all the Systems

executed under the Contract Three (03) sets of hard copies

and one (01) set in soft copy (CDDVD) in Auto‐CAD and PDF

Tender No SCLPS52019E0156401 25

format shall be provided to SCL for its record and reference

Contractor shall also provide instruction Operation

manual(s) and maintenance manuals for the all equipment

system installed under the project

6 Eligibility Criteria Only those bidders meeting the below

mentioned eligibility criteria are eligible to participate in the

tendera Should have satisfactorily executed at‐least two (2)

similar works of value not less than Rs 50 Lakh each

involving inter alia power distribution works consisting of

MCCsPCCs of rating not less than 400 A 415 V 35 kA ( fault

level) MCBDBs lighting systems cabling during the last 5

years To ascertain eligibility for the work the participating

bidders shall enclose copy (ies) of the detailed Purchase

Order(s) and their completion certificate(s) evidencing

satisfactory completion of similar works issued by the

respective clientsorganisations Completion certificate for

works issued by private parties shall be supported by TDSb

Should not have incurred any loss in more than two years

during the last five (5) financial years ending 31st March 2019

c The Contractor should possess valid license of Class lsquoArsquo

Category Electrical Contractor issued by the State Licensing

Authorityd The contractor shall carry out the work in co‐

ordination with the civil works undertaken by other contractor

engaged by SCL

7 DeviationaContractor to clearly mention deviation(s) if any

from the specification in the unpriced techno‐commercial bid

bUnless such deviations are recorded in the deviation sheets

and submitted with the bid it will be assumed that the offer is

made in conformity with the tendered specification in all

respectscThe deviations shall be evaluated by SCL and

acceptance of the same shall be at the sole discretion of SCL

Tender No SCLPS52019E0156401 26

8 Quantity variationThe quantities indicated against each item

in the Bill of Quantities (BOQ) are indicative and are for the

purpose of bidding only Variation in quantities upto + 25

shall be carried out by the contractor on the agreedPurchase

Order (PO) rates and terms amp conditions as in the Purchase

Order (PO) In case of contract items which exceed the said

limit of +25 the contractor may claim revision of rates

supported by proof analysis and if the rate claimed in excess

of the rate specified in the bill of quantities SCLrsquos engineerndashin‐

charge of the work shall after giving consideration to the

analysis of rates submitted by the contractor determine the

rates on the basis of market rates and the contractor shall be

paid in accordance with the rates so determined The

Contractorrsquos profit amp OH shall be factored in the rate

analysis15

9 Extra ItemsIn case of extra items (that are completely new

and are in addition to the items contained in the contract) the

contractor may claim rates supported by proper analysis and

SCLrsquos engineer‐in‐charge of the work shall after giving

consideration to the analysis of the rates submitted by the

contractor determine the rates on the basis of market rates

and the contractor shall be paid in accordance with the rates

so determined The Contractorrsquos profit amp OH shall be factored

in the rate analysis15

10 Construction Power SupplyElectricity if available in the

premises may be provided to the contractor by Department

(SCL) only at a single point free of cost subject to the following

conditions ‐a)The Contractor has to make his own

arrangement to tap Electricity from a 3 phasesingle phase

supply from the location decided by the SCLrsquos Engineer‐in‐

charge (E‐I‐C)

Tender No SCLPS52019E0156401 27

11 Storage space site office Contractor will be provided a

lockable room within SCL premises for storage space subject

to availability Contractor will make at his own cost

temporary site office close to work site as per the location

decided by the E‐I‐C

12 Materialsystem submittalsMaterialssystems etc procured

by the selected Contractor for incorporation in the work will

be only of MakesManufacturers specified in the tender

document Submittals of the same shall be submitted by the

contractor for SCL review and approval

13 Other RequirementsbullErection testing amp commissioning of

items as per BOQbullSpecial tools amp tackles Party shall arrange

the ladderscaffoldingstair for working at height for cable

laying Fire detection system installation of light fixture

bullWork shall be executed as per the ISRO contractor safety

Manual Contractor to ensure that the manpower is equipped

with PPE for working at the site bullAll relevant drawing data

catalogues with instruction and trouble shoot manuals type

test certificates for the above accessoriesbullMaterials and

accessories which are necessary or used for satisfactory and

trouble free operation and maintenance of the above

equipmentrsquosmaterial shall also be furnished bullContractor

shall deploy skilled amp unskilled Labor qualified technical

Supervisor(s) erection tools amp tackles testing tools amp

equipment supplies consumables and hardware and

transport for timely and efficient execution of the

workbullContractor shall guarantee LED fixtures

(flameproofnon‐flameproof) for a period of 5 years from the

date of acceptance The contractorrsquos guarantee shall be

supported with a guarantee from the manufacturer(s) in this

regard

Tender No SCLPS52019E0156401 28

TECHNICAL SPECIFICATION‐1

Item Specifications ‐I

Sl No Specifications Compliance

(Yes No)

Offered Specifications Remarks

1 Internal Wiringa The electrical wiring installations and other

accessories shall comply with latest IS code 732 (part‐II) 1983

and National Electric Code‐1985b The word concealed means

it involves cutting of floor wall and making good after laying

the conduitMetal raceway as per the enclosed drawings by

the contractor as requiredc The contractor shall provide all

necessary components fixing materials accessories and

interconnections as per standard practice It is to be noted

that ceiling rose forms a part of the specifications hence not

indicated separately and shall be provided by the contractor

as requiredd Scope includes termination of wire ferruling

dressing cable tie etc as requirede The work shall be

executed as per the ISRO electrical specification available on

ISRO site wwwisrogovin in Schedule I to be read along with

the tender specification

2 LED LuminariesThe scope includes supply installation

testing commissioning of flame proofnon‐flameproof LED

lighting fixture at the ceiling level (about 55 meter height) in

the chemical store building outer periphery of the store

building electrical room AHU room at the first floor as per

drawings and discretion of E‐I‐C Architectural plan of the

building is attached Supply of required accessories such as

mounting brackets nuts bolts screws washers glands and

any other material required for installation of LED fixture as

per specifications mentioned in BOQ shall be part of the

specification Junction box as required for loop‐in and loop‐

Tender No SCLPS52019E0156401 29

out of the cable for flame proof light fixture will be in the

scope of the contractor LED light fittings will be suitable for

operation on 230V single phase AC supply The fitting shall

be supplied with all fixing material such as brackets nuts

bolts etc as required for installation of fittings Special

Conditions aLuminaire make (Brand) from among the

recommended make mentioned in the tender document shall

be clearly mentioned in Technical Bid along with complete

technical detailsbThe LED light fitting and its driver unit etc

shall have warranty for a period of 5 years from the date of

installation and commissioningcThe flame proof fixture shall

be provided along with the Petroleum and Explosives Safety

Organization (PESO) certification

3 Detailed Specification for LED Fixture a Flame Proof LED

Fixtures Supply and installation of flameexplosion proof high

efficiency 1 Phase 230 V 60W LED light fitting as per IS 2206

with luminous efficiency 100Lmwatt or better CRI gt 08 amp

THDlt10 IP‐66 as per ISIEC 605292001 made of Die cast

aluminium alloy Heat resistant amp tough clear dome glass

having enclosure as per Ex‐d GAS Gr IIA IIB IIC AS PER ISIEC

60079‐12007 amp ISIEC 60079‐02004 Area of classification

ZONE‐1 2 21 amp 22 and temperature class T‐6 or better as per

ISIEC 60079 complete with loop‐in loop‐out provision

Mounting bracket for mounting on the ceiling Double

compression cable gland shall be provided and install by the

contractor along with the light fitting Recommended Make of

fixture Baliga Stahl Sudhir SwitchgearRecommended make

of LED NICHIA CREE PHILIPS LUMILED OSRAMb General

LED fixtures Supply amp fixing of wallceiling mounted batten

type 20W LED tube light (Four feet) luminaire with efficient

driver (efficiency shall be more than 90) amp with minimum

lumens output of 2000 lumens per lamp comprising of nano

diffuser technology complete with efficient amp constant

Tender No SCLPS52019E0156401 30

current output driver suitable for operation on 230V single

phase 50Hz AC supply efficient heat sink effective thermal

management and with colour temperature shall be gt 6000K

The LED with suitable control gear and power factor gt09 LM

79 certification for luminaireLM80 certificate for LED shall be

submitted and with other standard accessories prewired

including necessary interconnections complete in all respects

and as directed by EIC (Similar to Philips Astra or equivalent)

Recommended make of fixture Philips GE Trilux

LTRecommended make of LED NICHIA CREE PHILIPS

LUMILED OSRAM

4 c Street Light Fixture Supply and installation of 72W75W

LED Street Light fixture with High‐brightness White LEDs

sources with high transmittance flat toughed glass cover and

peanut LENS on each LEDs System luminous efficacy 100

LmsWatt 5600K colour temperature amp 70 CRI value for

ensuring good quality light output Life of at‐least 50000

hours at 70 lumen maintenance ampLED driver efficiency gt

85 Power factor greater than 095 THDlt10 amp min 3KV

surge protection with operating voltage range from 120‐270V

for ensuring lifelong high performance of luminaire the

fixture shall be made of LM‐6 Pressure die‐cast aluminium

with engraved company name amp have IK05 amp IP66 Class

protection with NABL Accredited LM‐79 amp LM‐80 Report

Mounting pole mounted upto a height of 8 meter and pole

bracket diameter of 48‐60 mm (adjustable) Recommended

make of fixture Trilux Philips GE LTRecommended make of

LED NICHIA CREE PHILIPS LUMILED OSRAM

5 Street Light Pole Providing and installation of hot dipped

galvanized swaged tubular 9‐meter‐long with planting depth

15 metersiexclbrvbar street light poles The effective length of each

section shall be‐ bottom 5 meters middle 2 meters and top 2

meters The outside dia and thickness of pole shall be

Tender No SCLPS52019E0156401 31

minimum 11430x440mm 889x4085mm 761x325mm

respectively as required The pole shall be provided with

necessary bracket (inclination 105115 degree length 15

meter dia 45 mm ) for mounting upto 72 W LED street light

fixture Each pole shall have a weather proof

loopingterminal box clamped at 550 mm above ground level

along with a suitable earth terminal The looping box shall be

provided with a suitable Power terminal arrangement to loop

4C x10sqmm size cable and MCB5A fuse cut‐out A base

plate 300 x300x10mm shall be welded to the bottom of the

pole Both underground cable and GI earth wire shall be

terminated at the terminal looping box in the looping zone

Further wiring to the light fixture shall be done with three

core flexible copper wire (2core for power supply and third

core for earthing)GI tubular pole shall be installed in cement

concrete 136 (1 cement 3 coarse sand 6 graded stone

aggregate 40 mm nominal size) foundation including

excavation and refilling etc Party to cast 2 run of 32 mm MS

conduit for cables upto a height of 550mm from ground level

for loop in loop out of cable The civil work for street light pole

foundation forms a part of installation of the work and will be

done by the party as required for commissioning of lighting

poleFor earthing of street light poles coilspiral earthing

using 8 SWG GI wire shall be used The GI wire shall be buried

to a minimum depth of 15 m with excavation refilling of

earth and connecting GI wire to pole using GI bolt and nut

complete as per requirementMake of Pole Reputed make

with ISI mark Note Party shall submit Drawing of the street

light pole for SCL approval before start of manufacturing

6 Cables wire conduit earthing Switchboards

SwitchesSockets etca Cables The scope includes the Supply

and installation of XLPE insulated overall FRLS PVC outer

sheathed AlCu armored cable on wallsurfacesoilexisting

Tender No SCLPS52019E0156401 32

cable tray as required for MCC Panel and MCB DBs as per the

detailed specification and quantity in this document All

necessary hardware for installation of cable like cable tie

clamps tags etc is in the scope of Contractor Contractor to

ensure that cable laid on the cable tray is properly clamped

with GI clamps and cable is properly secured on cable tray b

Wire The scope includes the Supply and installation of FRLS

Copper wire of different size quantity amp Specification for

power distribution and lighting and power etc as per the

requirement c Conduit The scope includes the Supply and

installation of ISI makes MS Conduits of different size as per

Specification for power and lighting distribution switch

sockets etc as per the requirement Flexible conduit shall be

of GId Cable tray The scope includes the supply and

installation of GIMS cable trays as per specificationse

Earthing The scope includes the supply and providing

earthing for Panels DBs cable trays light fixtures and poles

flameproof accessories fire panel speakers exhaust fans etc

matching the specifications given in this tender documentf

Lightning protection The scope includes the supply and

providing earthing for lightning protection of the building as

per the IS 2309 specification and quantities as per the BOQ

The scope includes horizontal and vertical runs earth pits test

point earthing of building periphery for contour etcg Rack

earthing The scope includes the supply and providing

earthing for racks as per specificationsh Switchboards and

SwitchSockets The scope includes the Supply and installation

of different size of flameproofnon‐flameproof Switchboards

and switchsocket for Lighting Power Distribution as per

specificationi MSGI Conduits flexible GI conduit earthing

materials doublesingle compression brass cable glands

cable lugs (Al amp Cu as required) cable ties cablewire

identification tags required for the installation and

maintenance of trouble free operation of the downstream

Tender No SCLPS52019E0156401 33

system and accessories are covered under this specificationj

MS junction box conduit along with all related accessories as

per specification

TECHNICAL SPECIFICATION‐2

Item Specifications ‐II

Sl No Specifications Compliance

(Yes No)

Offered Specifications Remarks

1 Electrical Panel SpecificationGeneralaPanel shall be

fabricated as per IEC 61439 part 1 amp 2 bPanel shall be indoor

metal clad air insulated floor mounted extendable to side

single front construction front wired front

connectedcMinimum thickness of sheet metal used shall be

2 mm and panel shall confirm to IP54 protectiondThe

working height of the Panel shall be limited as per standard

engineering practicese The design should be fully

compartmentalized with metal partitions between

compartments All doors shall be gasketed Each vertical

section shall have removable back coverfAll switches push

buttons lamps indicating instruments shall be flush

mountedgA full height vertical cable chamber with cable

supports shall be provided in each section to facilitate unit

wiring Cable chamber shall be sized to accommodate all cable

and shall have removable covers A horizontal wire way

extending the entire length shall be provided at the top of

panel for inter panel wiringhPanel shall be with minimum

75mm high base MS channel frameiThe panel shall undergo

seven tank or better process as per relevant IS

standardsjLifting hook shall be provided at each section for

easy transportationkDifferent compartment of the panel

shall be provided with dust proof type air filter louvers

explosion vents or similar safety arrangements in the panels

Tender No SCLPS52019E0156401 34

to let out gases under pressure generated during event of any

fault inside the panellPanel shall have pocket for the Panel

drawing in the incomer section

2 Busbar and Bus TapsaThe main bus and connections shall be

of high connectivity AluminiumAluminium alloy sized for

specified current ratings with maximum temperature limited

to 85amp778 C ie 35amp778 C rise and ambient 50amp778

bSeparate vertical bus bars shall be provided for each vertical

panelcAdequate contact pressure shall be ensured at bus

connections by means of two bolt connections with plain and

spring washers and lock nutsdBus bar and connections shall

be fully insulated for working voltages with adequate

phaseground clearances Insulating sleeves heat shrink type

for bus bar and shrouds removable type joints shall be

provided Bus insulators shall be flame retardanteBus bar

shall be color coded for easy identificationfBusbar should be

connected in such a way that it can be dismantledassembled

while separating different section of the panelgShrouds of

transparent sheet on the exposed bus in cable alleys for

adequate safety measurehBus bar Conductor shall be

confirming to IS‐5082iMinimum clearance (PH‐PH PH‐N and

PH‐E) between Bus bars shall be maintained as per latest

ISjBus Bar supporting Material shall be of

SMCDMCkMaterial of Aluminium Bus bar shall be of E91

gradelBus bar shall be protected from the transparent

insulated material for stand safety point

3 3Control ModuleaFixed type control module shall house the

control components for a circuitbThe equipment layout shall

provide sufficient working space in between the components

and subject to SCL approval cEach control module shall be

equipped with ACDC potential free Relays (230V AC24V DC)

Contactors etc for seamless interface of the operation of

Drives from FCMS (PLC)dVendor to provide the potential free

Tender No SCLPS52019E0156401 35

contact to facilitate local operation from MCC and remote

operation from FCMSPLC Vendor shall provide with each

drive module automanual selector switch and each drive

module shall be wired up to the terminal block for localauto

selection ON OFF trip feedback to SCLrsquos control station and

ONOFF command room FCMSPLC as welleMCC panel and

LPBS shall have selector switches for MCCLocal and

LocalRemote selection respectively Control (OnOff) of the

Drivesheaters will be as per following selection If selector

switch (SS) at MCC is selected to MCC ONOFF operation can

be done from MCC only irrespective of position of SS at LPBSIf

selector switches both at MCC amp LPBS are selected to LOCAL

ONOFF operation can be done from LPBS onlyIf SS at MCC is

selected to LOCAL and SS at LPBS is selected to REMOTE

ONOFF operation can be done from FCMS only

4 VFDVFD shall be of Allen Bradley PF400 series having

redundant Control Net communication option as well to

communicate with the existing Facilities Control amp Monitoring

System (FCMs) Control Net Bridge Coaxial Straight T‐Tap

1786‐TPS must also be supplied along with VFDs Line

reactorchoke of suitable rating shall be connected before the

VFD

5 Thyristor based Heater ControlaDYDAC Make Thyristor

power controller Type 3003 or equivalent rating 85kW

Control input 4‐20mA Thyristor input supply 415VAC (3‐Ouml)

Thyristor output supply 415VAC (3‐Ouml) which shall be provided

by the vendor in a separate compartment of the MCC 4‐20mA

Control signal from the heater PID will modulate the thyristor

controller output to maintain the fresh air temperature at set

value Heater ON and OFF set points shall be adjustable in the

SCADA in FCMSbThyristor controller run command run

feedback 4‐20mA modulating signal shall be wired up to the

terminal block in the cable alley in the MCC Thyristor

Tender No SCLPS52019E0156401 36

Panelcompartment shall be complete with inter module

control and power wiring 220V AC supply shall be drawn from

one of the phase and neutral of the incoming 415VAC and

connect to the Thyristor supply terminals through MCB

Circuit breaker lsquoswitch ONrsquo and Thyristor control unit lsquoRUN

commandrsquo will get activated from FCMS if air temperature is

below ON set point Circuit breaker lsquoswitch OFFrsquo and Thyristor

control unit lsquoRUN command withdraws will get activated

from FCMS when temperature becomes above OFF set point

6 Fire Suppression system amp Fire Protection systemPanel shall

be equipped with required materials such as fire suppression

cylinders filled with fire suppression agents Fire detection

tubes Heat sensor tubes end of line adaptor with gauge

electrical Relays differential pressure valves etc to provide

the fire suppression and fire protection system in cable alley

and bus bar chambers of the electrical panel

7 MCCBaThe MCCBs should be extra current limiting type with

trip time of less than 10 m sec under short circuit conditions

The current limiting action should be achieved with repulsion

principle The MCCBs should preferably have an anti‐reclosing

featurebThe MCCBs should be 3 or 4 poles as per SLDcThe

MCCBs should have a Service short circuit breaking capacity

(Ics) of not less than 35 kA rms at 415 Volts 50Hz AC for

incomer The service breaking capacity should be equal to

ultimate breaking capacities (Icu) (ie Ics= Icu=100)dThe

release should be thermal magnetic having adjustable

overload and short circuiteSwitches shall be triple pole air

break AC23 motor duty for motor starter feedersfCubicle

doors of incoming and outgoing shall be mechanically

interlocked with switchgear to prevent unintentional openings

of the door while the unit is in energized condition However

defeat interlock provision is also to be providedgAll incoming

and outgoing feeders shall be provided with bolted disconnect

Tender No SCLPS52019E0156401 37

link for isolation of neutral if necessary Selector switches

shall be of rotary typehThe MCCB shall be provided with

rotary drive kit spreader terminals and ONOFFTrip (MCCB)

position of switch handle to be clearly markediDuct Heater

MCCB shall be motorized to control (ONoff) from FCMSjFor

incomers it should be EDO microprocessor based

communicable MCCB (35 kA or above) with numerical

releases for OL SC amp EFR (With mechanical and Electrical

interlocking for operation of only one ACB at any point of

time)

8 MPCBaThe MPCBs should be of 3 pole air break type AC3

Duty continuous rating as specifiedbMPCBs should have at

least 1NO+1NC contactcThese should have trip indication

test trip functiondThe release should be thermal magnetic

having adjustable overload trip settingeThe service breaking

capacity should be equal to ultimate breaking capacities (Icu)

(ie Ics= Icu=100)fThe MPCBs should be suitable for din rail

type mounting

9 Capacitor Bank Supply and installation of Capacitor Bank ‐

Box Type Dry construction Conforming to IS 13340‐41IEC

60831 440V 50Hz Rated Current (In) as per Load Heavy

Duty Dielectric MPP Low loss type with overall loss lt

05WkVAR Delta Connection with Discharge Device

10 ContactoraThe contactor shall be 3 pole air break type AC3

Duty continuous rating for motor starter feeders with non‐

bouncing silver silver alloy contactsbContactor shall be of

electromagnetic type rated for uninterrupted duty as per

relevant standards and also suitable for capacitor duty

cContactor shall be provided with adequate auxiliary contacts

rated for 10Amps 240VAC for interfacing with control

schemedContactor coil rating shall be minimum pick up of

85 of rated voltage and minimum drop out of 75 rated

Tender No SCLPS52019E0156401 38

voltage

11 Control and IndicationsaPush buttons will be heavy duty oil

tight and push to actuate type with integral plate marked

with its functionbEach push button shall be provided with

2NO+2NC contacts rated for 10Amps 240VACcLamps shall

be LED type rated for 240V AC Lens and lamps shall be

replaceable from the front dThe control supply shall be

through a 415V230V transformer and the vendor shall

provide 1 no 415V230V transformer for the same Vendor

shall also provide Power module for 24V DC Supply for the

operation of heaters control module

12 MetersaAll indicating instruments shall be digital

Switchboard type with accuracy class +‐ 2 full scalebMFM

of suitable rating shall be used in the incomer

feedercSelector switches shall be furnished at outgoing

feeders as per SLD for ammeterdAmmeter shall be of analog

type flush mounted industrial pattern of size 96x96 mm with

accuracy class 10 eMultifunction meter shall be of digital

type flush mounted industrial pattern of size 96x96 mm with

accuracy class 10 as per IEC 6205253 suitable for

measurement of Current Voltage Power Frequency Power

factor Energy and ready port to communicate with FCMS

through RS 485 The Meter should have Modbus

communication port as well

13 CT (Current transformer)CT will be cast resin type rated 15VA

or more burden with Maximum accuracy limit of class 1

14 Secondary wiringaPanel shall be fully wired at the factory to

ensure proper functioning of control and protectionbFuse

and links shall be provided to permit individual circuit

protection from bus wires without disturbing other circuits All

spare contacts of relays push buttons and other devices shall

Tender No SCLPS52019E0156401 39

be wired up to terminal blockscWiring shall be done with

flexible 25sqmm copper 1100V grade PVC insulated

switchboard wires Each wire shall be identified at both ends

with permanent markers bearing wire numbers as per wiring

diagramdWire termination shall be done with crimping type

connector with insulating sleeve

15 Powercontrol Terminal BlocksaTerminal block shall be 660V

grade box clamp type with marking strips similar to ELMEX 10

mm2 or equal for ControlbTerminal for CT secondary leads

shall have provision for shortingcNot more than two wires

shall be connected to any terminaldSpare terminals equal in

number to 20 active terminals shall be providedeTerminal

blocks shall be suitably located in cable alleysfFor Power

cable Bus Bar type cable connector (Melamine material) shall

be providedgFor Control cable heavy duty screw type cable

connector (Melamine material) shall be provided

16 Cable terminationaPanel shall be designed for cable entry

from topbEach cable shall be clearly marked at both ends

with an indestructible marker preferably a cable tag made of

Aluminium tacked with indicating cable number amp both end

feeder tags with switchboard tags Cable tags at ends of cable

shall be provided inside the gland plate as well as outside the

gland platecAll provisions and accessories shall be furnished

for termination of cables including removable gland plates

cable supports and terminal blocksdGland plate shall be

minimum 3 mm thick

17 Ground BusA GI ground bus rated to carry the maximum fault

current shall extend full length of Panel The ground bus shall

be provided with 2 bolts with GI bolt and nuts at each end to

receive 50x6mm GI flat

18 NameplateaThe nameplate of approved design shall be

Tender No SCLPS52019E0156401 40

provided for each compartment and also at the top of each

panel Nameplate shall be minimum 20x70mm and 3mm

thickbDrawing Pouch shall be provided at the incomer cable

allay

19 PaintingPanel shall be painted with light grey epoxy painted

(Siemens Gray RAL 7032) and caution notice plate shall be

fixed at the back of each vertical panel

20 Make of Switchgears aMCCBSiemensSchneiderbPush

button SiemensSchneider TekniccSelector

SwitchSiemensSchneider Teknic

dFuseSchneiderSiemenseTimerSiemensSchneiderfContro

l TransformerAEIMPIndcoilgTerminal

BlockElmexConnectwellFTChMeters Conzerv LampT

AEiCTs amp PTsKappaAutomatic

Electric(AE)NippenjContactorsSchneiderSiemenskIndicatio

ns SiemensSchneider

TekniclRelaysSchneiderSiemensPLAmMCBSchneiderSiem

ensnCooling Fan

RexnordSunonoVFDsAllen bradlypThyristor moduleDYDAC

qRCBOSiemensSchneiderrMCB

DBSiemensABBLegrandsLine reactorchokeAllen

BradleytCapacitor BankNeptune Schneider Siemens

21 Local Push Button Station (LPBS)The Scope includes supply

and installation of LPBS for Chiller Pumps AHUs Heaters as

per the BOQ and detailed specification given below aLPBS

shall be indoor metal clad air insulated wallAngle frame

mounted as required single front construction front wired

front connected hinged lockable door LPBS for Chiller Pumps

system shall be suitable for outdoor installationbMinimum

thickness of sheet metal used shall be 2 mm and panel shall

conform to IP54 protection for indoor installation and IP65 for

outdoor type LPBScAll switches push buttons with indicating

Tender No SCLPS52019E0156401 41

LED lamps indicating instruments shall be flush

mounteddThe LPBS shall be used for remote operation of

drives Equipment and HeaterseTo facilitate the localremote

operation LPBS shall have LocalRemote selector switch and

provided with Start push button lockable Stop push button

ammeter of suitable range Terminal Block and lockable

Emergency off Switch etc fLPBS shall be equipped with AC

(230V)DC (24V) Relays Contactors etc for seamless interface

of the operation of Drives from FCMS (PLC)gLPBS should be

suitable for wall mounting and provided with necessary

mounting arrangementhWiring shall be done with flexible

25sqmm copper 650V grade PVC insulated switchboard

wires Each wire shall be identified at both ends with

permanent markers bearing wire numbers as per wiring

diagramiWire termination shall be done with crimping type

connector with insulating sleevejGland plate shall be

minimum 3 mm thickkThe nameplate of approved design

shall be provided for each compartment and also at the top of

each panel Nameplate shall be minimum 20x70mm and 3mm

thicklLPBS shall be painted with light grey epoxy painted

(Siemens Gray RAL 7032)

22 Make of Electrical panel As per DOS Approved Panel

manufacturer list (attached)

TECHNICAL SPECIFICATION‐3

Item Specifications ‐III

Sl No Specifications Compliance

(Yes No)

Offered Specifications Remarks

Tender No SCLPS52019E0156401 42

1 Fire Detection System Scope for fire detection system

includes supply installation testing commissioning of Fire

panel Addressable Fire detection devices Manual Call Points

Addressable loop sounders Switch Monitoring unit (SMU) UV

IR sensor for detection of methanol flame Cable MS junction

boxes for loop in loop out of cable as per specifications and

integrating the same with existing repeater panel as per the

requirement The detailed specifications for the different

component of fire deduction system are as follows

2 A Multi‐sensor Detectors The smoke detectors shall be multi‐

sensor (heat and smoke) detector with isolator suitable for

detecting a wide range of smoke from slow smoldering and

fast flaming fire The detector shall have following features

bullSolid state addressing arrangement in combination with a

hand held programmer to configure the sensor

addressbullElectronics free mounting basebullTwin alarm LEDs for

360 Degree viewing and shall have blinking LED facilitybullThe

sensor shall have s removable chamber for ease of cleaning or

replacementbullAutomatic compensation for smoke sensor

contaminationbullShall have a built in test facility which allows

the fire alarm control panel to adjust the alarm threshold

levels to compensate for contamination and shall have a

maintenance alarm display when threshold can no longer be

adjustedbullOperating temperature ‐ 10 DegC to 50 DegC and

operating RH at 40 DegC‐95 RH

3 B Manual call stations Manual Call Stations should have in

built monitor module and pressbreak and resettable

capability constructed of high impact LEXAN sheet with clearly

visible operating instructions on the cover and the word FIRE

shall appear on front and suitable for surface mountingflush

mounting complete as required

Tender No SCLPS52019E0156401 43

4 C UV IR SensorThe UV‐IR flame detector shall operate on 24

VDC 0‐24mA current output suitable for detection of

Methanol flame with automatic built in test for reliable

operations and suitable for installation in Hazardous area zone

1and 2 with Class I Division 12 Gas group A B C The detector

shall not be susceptible to environmental conditions to

generate false alarms The entire system shall be rated for IP

66 or better and supplied with suitable mounting bracket The

system shall comply to the detailed specifications as listed

belowbullDetection Technology UV ‐ IR Electro‐optical

detectionbullDetection range 75 meterbullField of View greater

than equal to 90deg Both Horizontal and verticalbullResponse

Time less than equal to 5 secondsbullBuilt in Test Automatic

bullOperating Temperature Range 0 to + 75degCbullOperating

Humidity Range Continuous 95 non‐condensingbullAnalog

Output signal 4‐20mAbullAlarms amp Fault Normal 4 mA Fault

02 mA Alarm 20 mA + 10 verifiedbullOperating voltage 24

VDC ( 18‐32VDC)bullPower consumption Vendor to specify for

Standby and Alarm conditionbullSensor Calibration

Verification Sensor calibration as per OEM for certified

performancebullSensor Life 2 Years (minimum)bullSensor

Calibration vendor to carry out sensor calibration at site and

submit calibration certificate valid for one yearbullRFI EMI

SusceptibilitybullRequired EN 616326‐3 and EN 6100006‐3 or

equivalent IP protectionbullIP protection IP 66 or betterbullFault

Diagnostic Sensor Fault (end of life) other informationbullSelf‐

Check Test Automatic during start‐upbullHousing SS 316

Epoxy Painted Aluminium die castbullStart‐up Time Vendor to

specifybullApprovalcertification PESO and ATEX ‐ Ex d IIC C

Class 1 Div 12 Group A B C DNote Vendor shall arrange

the 230V AC to 24V DC Power supply module along with half

an hour Battery Back up in MS powder coated Enclosure

Input Power supply (230V AC) for Power Supply module shall

Tender No SCLPS52019E0156401 44

be provided by SCL

5 D SMU Unit for UV IR sensor Supply installation testing and

commissioning of Switch Monitoring Unit (SMU) to configure

the UV IR sensors with fire detection system as requiredE

SoundersAddressable Sounders shall be loop powered with

all fixing materials complete as required The sound level shall

be 100dB (A)

6 F Fire Alarm Control Panel (FACP) bullFACP shall be of 2

loopsbullFACP shall be suitable for 230V 50 Hz AC supply and

detectors shall be powered using FACP based detection

circuits Devices shall receive power and communication from

the same pair of conductorsbullFACP shall provide for resetting

detectors fault isolation and sensor loop operationbullFACP

shall be suitable for mixing different fire devices and beam

smoke detectors within the same loop to optimize field

wiringbullFACP shall have alarm indication of individual sensors

detector trouble alarm indication for dust accumulation The

panel shall check detector once in every 24 hours for

contamination for this purposebullThe FACP shall regularly

supervise all the sensors and devices on the loop and initiate

fire or trouble alarm whenever requiredbullFACP shall have 2

wire circuits to connect minimum of 126 addressable devices

per loopbullFACP shall be with repeater interface and suitable

24V battery with built in software and 2 x 40 character

alphanumeric LCD display and necessary front panel control

keys FACP shall display the date time and description for

Analog sensors to indicate alarms and trouble

situationsbullFACP switches shall allow authorized personnel to

accomplish the following ‐bullInitiate a general alarm

conditionbullSilence the local audiblebullSilence the alarm

signalsbullReset all zonespointsbullFACP shall have walk test

facilitybullShall have facility for programming from the key

board or utilizing PC set up software via laptopdesk top

Tender No SCLPS52019E0156401 45

computerbullShall have memory data for panel configuration

and operation reside in non‐volatile memory (EPROM)bullFACP

shall have facility for speech processor (to record pre‐

recorded message of 20 S) and also have Auto Dialer facility

(can dial up to 8 different lines)bullAll addressable units shall be

connected to the FACP through the loop cards and shall be

addressed though individualized numbers The FACP shall be

able to obtain analog value for all detectors in the circuit

through a pulsed digitized current data The FACP shall be

able to analyze all analog inputs from all addressable units

and though its own software and ambient level screening the

FACP shall be able to identify fire possible fire or fault

conditions The unit supervision shall be dynamic and

continuousbullThe FACP shall itself have all loop cards in it No

isolated mother board or transponder shall be

consideredbullShortopen circuit units shall also be reported at

the FACP in such cases the system through the use of fault

isolators shall be able to isolate that segment between the

two fault isolators The missing DetectorsDevices shall also

be reported to the FACP with identification of the

locationbullThe FACP shall have the facility to set smoke sensor

sensitivity remotely to either high sensitivity manually or on a

pre‐programmed sequence (Ie DayNight) period When an

alarm condition is sensed at the FACP from a smoke or heat

detector a delay timealarm verification period shall be

started If the sensor is still in alarm after the delay time

expired an alarm condition is reported The delay time shall

be adjustable from 0 to 990 secondsbullThe FACP shall have

either an in‐built or external printer coupled to the FACP

which shall log all events with time The printout shall clearly

indicate the event‐FirePre‐AlarmFault etc with the unit

address and timebullThe FACP shall also be able to discriminate

between false alarms and fire conditions as well as priority

selection of alarm in case alarm activities in two or more

Tender No SCLPS52019E0156401 46

remotely located units simultaneously In such cases the

Manual Call stations shall have the highest prioritybullThe FACP

shall also be able to actuate switches automatically in case of

Fire condition of AHUs and power supply or other system such

as piped pressurized gas supplybullThe system shall be fail safe

and adequate safe guards should be under taken that in the

event of a failure of a part of the system it shall not handicap

the complete system The loop cards shall be of Modular

constructionbullThe FACP shall have its own battery backup of a

minimum of 48 hours in normal run and then half an hour in

alarm condition The backup time calculation shall be done as

per TAC standards The Battery shall be 2 x 12V (24V) DC and

of sealed maintenance free type housed inside the FACPbullIt

shall be able to withstand temperature variations from 0

Degree Centigrade to 55 Degree Centigrade Further Relative

Humidity (non‐condensing type) up to 93 shall not hamper

its performance The voltage rating shall be from 17V DC to

31V DC though the voltage may be change depending upon

the working voltages of a proprietary FACPbullThe FACP shall be

totally enclosed dust and vermin proof type made of

minimum 16‐gauge dust inhibited sheet with even baked

finish The FACP shall be of completely solid state designbullThe

logic circuitry shall be based on high noise immunity solid‐

state hardware employing modular construction Logic cards

shall be of epoxy fiber glass constructionbullThe FACP shall have

EN 54ULFM approvalbullThe panel shall have an extra loop

card to serve as standby in case of burnout or malfunctioning

of any operating loop cardsbullThe FACP shall be capable of

being networked (future expansion) with other similar FACPs

located at different locations of SCL premises through a single

RS 485 busbullThe FACP shall have provision for interfacing with

the Public Address System

7 G Repeater panelScope comprises of supply and installation

Tender No SCLPS52019E0156401 47

of Repeater Panel which display fire fault message

simultaneously with the FACP bullIt shall be capable of

interfacing with the FACP on a single RS 485 Bus bullThe panel

shall be capable of operating on 24V DC supplybullThe

independent 24V DC supply source to be installed in MS

cubicle Box duly powder coated paint along with repeater

panelbullThe panel shall have 2 x 40‐character backlit display

which shall display date time and description of alarm

trouble events are that displayed in the panel shall be

powered from the FACPbullIt shall have control keys for sound

silence mute and to reset the FACP from the repeater

stationsbullThe repeater panel shall have the following LEDs

indicationsbullSupply bullFault bullMute bullSilent bullDisabled

bullFire

8 H Fire CableSupply and installation of 2Cx15mm2 Copper

extruded PVC inner sheath armored and overall FRLS PVC

outer sheathed 11 KV grade as per IS 7098 (Part I bearing ISI

certification) on existing cable traywallsoft soilhard soil as

required

9 I Fire Cable terminationSupplying and making end

termination with brass compression gland and copper lugs for

2Cx15mm2 Copper cable in MS Box of Size 4X4 installed

above the false ceilingwallsurface as required

10 J Junction Box for Fire devicesSupply installation testing and

commissioning of MS painted box Size 4X4 with ELMEX type

terminal block for loop in loop out of 2c x15 sq mm copper

armored cable and connection to the fire detector device on

wallsurfacerecess including wall cutting and providing

necessary hardware for mounting fixing including all

material for fixing as required

Tender No SCLPS52019E0156401 48

TECHNICAL SPECIFICATION‐4

Item Specifications ‐IV

Sl No Specifications Compliance

(Yes No)

Offered Specifications Remarks

1 A NetworksLAN The detailed specification for the network

rack switch cable cords IOs face plates etc and the

required accessories shall be as below CAT 6A or better cable

shall be laid in the PVC Conduit The detailed specifications

for the different component of networksLAN are as follows

2 bull Rack Supply installation testing and commissioning of UL

listed modular type 12U network rack with front glass door

and rear perforated door floor mounted Size 550x550 with

1 No of 5 port Octagonal PDU 515Amp with MCB and Fan

Tray with minimum 2 Fans The rack should have provision of

2 nos of cable manager duct type 1U and 2 vertical manager‐

concealed type Rack should be three sides openable with

front glass door and rear perforated door and provision of

cable entry from top and bottom both with proper earthing

kit as requiredRecommended Make Rittal Netrack

Schneider Valrack

3 bull Network Switch Supply amp installation of Network Switch in

Network Rack with the following specification as belowSwitch

shall haveamp61607Port Density Minimum 8 101001000

BaseT Ports amp 4‐1G SFP Ports ready for use with SFP module

Ports shall support PoE on all ports with PoE budget of

180Wamp61607Architecture Stand‐alone rack

mountableamp61607Bandwidth minimum 56Gbps of

switching bandwidth to support above listed ports in non‐

blocking configurationamp61607StackableScable support for

Tender No SCLPS52019E0156401 49

stacking multiple switchesamp61607Stacking backplane

bandwidth Access switch shall have additional port(s) for

providing minimum 40 Gbps stacking bandwidthamp61607L2

Features 8021x authentication spanning tree

etcamp61607Networkjflowsflow or equivalent provision for

Networkjflowsflow or equivalent supportamp61607Network

Management support Network Management through

command line interface (CLI) SNMP v1 v2c v3

httpsamp61607IPv6 Readiness IPv6 Readiness from day

1amp61607RegulatorySafety confirming to UL60950 amp

EN60950amp61607EALNIAP certified Model No shall be EAL

or NIAPNDPP certifiedRecommended Make Cisco Juniper

HP Brocade dell

4 bull CAT 6A Cable Supply and installationlaying of category 6A

or better 4 pair shielded cable UFTP or FUTP in PVC

Conduit sheath type low smoke zero halogen (LSZH) with

transmission properties amp electrical properties tested

minimum up to 500MHz amp verified by ETL amp comply with

ANSITIAEIA‐568‐C2 amp ISOIEC 11801 Recommended make

Commscope Schneider Molex Siemon

5 bull Patch Panel Supply installation testing and commissioning

of CAT6A PatchJack Panel of 24 Port fully loaded in Network

rack with port identification number with self‐adhesive clear

label holder Each portjack on the panel should be

individually removable on field from the panel and have

integrated rear cable management metallic shelf and have a

separate provision of grounding Recommended make

Commscope Schneider Molex Siemon

6 bull Patch Cords (1 meter) Supply installation testing and

commissioning of Patch Cords Cat 6A shielded 1 meter in

Network rack with 4 pair shielded copper wire factory pre

terminated with shielded RJ45 plugs Aluminumpolyester

Tender No SCLPS52019E0156401 50

shield screen material with low smoke Zero halogen sheath

comply to TIA‐568‐C2 Cat 6A in IOs of Network

RackRecommended make Commscope Schneider Molex

Siemon

7 bull Patch Cords (3 meter) Supply installation testing and

commissioning of Patch Cords Cat 6A shielded 3 meter in

Network rack with 4 pair shielded copper wire factory pre

terminated with shielded RJ45 plugs Aluminumpolyester

shield screen material with low smoke Zero halogen sheath

comply to TIA‐568‐C2 Cat 6A at field side Recommended

make Commscope Schneider Molex Siemon

8 bull Information outlet Supply and installation of Shielded Cat

6A information outlet UFTP or FUTP compliance to category

6A or better TIA568C2‐500MHz at field sideRecommended

make Commscope Schneider Molex Siemon

9 bull Face Plate (Dual) Supply and installation of single gang

square face plate (Dual) and SMB Box with a provision to

support variety of jacks‐ UTP STP etc at the field

sideRecommended make Commscope Schneider Molex

SiemonbullFace plate (single) Supply and installation of square

face plate ( single) with a provision to support variety of jacks‐

UTP STP etc at the field sideRecommended make

Commscope Schneider Molex Siemon

10 bull SMB Box Supply and installation of SMB Box for face plate

(DualSingle) as required Recommended make Commscope

Schneider Molex Siemon

11 bull Other Accessories amp61607Supply and Installation of

25mm electrical grade ISI mark PVC Conduit in

wallfloorslabsurface including wallfloor cutting and

making good the same as required Recommended make

Reputed ISI Markamp61607Supply and installation of OFC SM

Tender No SCLPS52019E0156401 51

OS2 Cable in existing 32mm HDPE pipe as

requiredamp61607Supply and Laying of 32mm HDPE pipe

direct in ground including excavation sand cushioning

protective covering and refilling the trench including standard

cable route marker etc as requiredamp61607Supply and

installation of SC simplex single‐mode LSZH pigtail 1m as

requiredamp61607Supply and installation of adaptor plate

with 3 SC duplex SM adaptors as requiredamp61607Splicing of

OFC as per Core as requiredamp61607Supply and installation

of accessories for making the Chamber Pit‐ 1Mtr Depth with

Lid for housing OFC as requiredamp61607Trenching of

HardSoft Soil as required

12 B Paging The scope includes supply installation testing and

commissioning of Supply and installation of IP 65 or better

explosion proofWP loud speaker anticorrosive powder

coated red (RAL‐3000) suitable for Zone I amp II Class II C

Hardware SS304 as per IS2148 and equivalent to model FLSR

25 of Baliga with necessary support gland as required and

installing the same on wallsurface with GI supports as

required and connecting the same with wire The Scope also

includes supply and installation of 2Cx15mm2 FRLS armored

and PVC sheath twisted pair wire their termination tagging

glanding earthing etc as required for speakers and other

accessories requires for smooth commissioning of the paging

system

Vendor Specificied Terms

Description Vendor Terms

Tender No SCLPS52019E0156401 52

1Delivery Term

Prices shall be quoted on F O R destination basis ie S C L S A S Nagar Mohali

Punjab exclusive of GST and taxes as may be applicable

2 GST

Purchaser is entitled to concessional GST of 5 as per Ministry of Finance

Department of Revenue Notification No 472017 Integrated Tax (Rate) both

dated 14th November 2017 respectively and would accordingly issue Exemption

Certificate in favour of the contractor quoting in Indian Rupees The bidder

should take note of the same while quoting the prices in Indian Rupees GST on

installation services shall be applicable 18

3 DELIVERY SCHEDULEPERIOD OF COMPLETION

The time allowed for supply installation testing and commissioning of the entire

works shall be 06 (Six) months to be reckoned form the 7th day of issue of

purchase order

4 IMPORTANT

This being a two part Tender Technical and Commercial parts separate the

bidder should not attach any document(s) containing pricing information with

technical part The Contractor will provide Un priced commercial offer in

envelope 1 (Technical Part) as an attachment

The tenders containing price information in Technical Part will be treated as

unsolicited offers and rejected Contractor to confirm that Price bid is not

attached in Envelope 1 ie Technical Part

Priced Commercial offer if any should be attached in Envelope 2 (Price Bid)

under Supporting Documents from Vendor (Commercial) as an attachment

5 The prices shall remain firm until completion of entire project including

extended period if any No cost escalation shall be applicable for the work

Tender No SCLPS52019E0156401 53

6 SECURITY DEPOSIT

a) On acceptance of the tender the Contractor shall submit security deposit for

ten percent (10 percent) of the value of the Contract within 15 days from the

date of purchase order If the Contractor fails toprovide the security within the

period specified such failure shall constitute a breach of the Contract and the

Purchaser shall be entitled to make other arrangements for the re purchase of

the stores contracted at the cost and risk of the Contractor

b) Security Deposit shall be submitted through Demand Draft Bankers Cheque

fixed deposit receipt or Bank Guarantee from any of the Scheduled Banks

executed on nonjudicial stamp paper of appropriate value and shall be valid for

a period of sixty (60) days beyond the date for completion of the Purchase

OrderContract

c) In case the contractor fails to furnish the security deposit within the specified

date or extended due date the Purchase OrderContract shall be cancelled and

in addition appropriate penal action may also be considered

d) After the Purchase OrderContract is successfully executed in all respects the

Bank Guarantee towards Security Deposit may be discharged and retained

amount shall be refunded to vendors

e) In the event of non execution of the Purchase orderContract or breach of any

terms and conditions of the Purchase Order the Security Deposit shall be

forfeited

7 Warranty

The Contractor shall provide for the tendered job comprehensive warranty for

parts as well as labour for a period of 12 months from the date of successful

installation commissioning and testing of the system at Purchasers site at no

extra charges against any manufacturing defectfaulty workmanship In case any

defect arises during warranty period the Contractor should replacerectify the

same at its own cost at siteworks

The LED light fittings and its driver unit etc shall have warranty for a period of 5

Tender No SCLPS52019E0156401 54

years from the date of installation and commissioning

8 Warranty Replacements

All replacement parts if any shall be supplied by the Contractor free of cost on F

O R Purchaser site at S A S Nagar Punjab basis

9 TERMS OF PAYMENT

The payment shall be remitted as under

90 of the value of the materials supplied shall be paid within 30 days of the

receipt of the materials at purchaser site and the balance 10 amount along

with 100 installation charges shall be payable on successful installation

commissioning and acceptance of the entire project at Purchasers site against a

Performance Bank Guarantee

10 PERFORMANCE BANK GUARANTEE (PBG)

The Contractor shall furnish a Bank Guarantee (as per format given by purchaser)

from any nationalized scheduled bank for an amount equivalent to 10 of the

value of the Contract and shall be valid for a period of 60 days beyond the expiry

date of warranty period On the performance and completion of the Contract in

all respects the Bank Guarantee will be returned to the Contractor without any

interest

11 VALIDITY

The tender must be valid for a minimum period of 120 days from the date of

opening of Technical bid and 90 days after opening of Price bid

The tender where the validity period is shorter than the period specified in the

tender enquiry shall be excluded from the procurement process

12 Quantity Variation

The quantities indicated against each items in the Bill of Quantities (BOQ) are

indicative and are for the purpose of bidding only Variation in quantities up to

Tender No SCLPS52019E0156401 55

+25 percent shall be carried out by the contractor on the agreedPurchase order

(PO) rates and terms amp conditions as in the purchase order (PO)

13 GUARANTEED TIME DELIVERY

The time for and the date of delivery stipulated in the Purchase Order shall be

deemed to be the essence of the Contract Delivery must be completed within

the date specified therein

14 Extra Items

In case of extra items (that are completely new and are in addition to the items

contained in the contract) the contractor may claim rates supported by proper

analysis and purchaser engineer in charge of the work shall after giving

consideration to the analysis of the rates submitted by the contractor determine

the rates on the basis of market rates and the contractor shall be paid in

accordance with the rates so determined The contractor(s) profit amp OH shall be

factored in the rate analysis 15

15 CONSIGNEE

Sr Purchase and Stores Officer (Stores)

Semi Conductor Laboratory

Sector 72 SAS Nagar (Mohali) Punjab

India 160 071

16 INSTALLATION AND COMMISSIONING

Installation commissioning and demonstration of performance of the tendered

stores as per Purchaser tendered specifications shall be carried out by the

Contractor at Purchaser site at S A S Nagar Punjab India

The Contractor shall provide in advance guidelines for preparation of the

installation site and list of items to be supplied by Purchaser during installation

Tender No SCLPS52019E0156401 56

On receipt of intimation from the Purchaser the Contractor shall depute its

engineer(s) to Purchaser site within two weeks to carry out installation and

commissioning and will demonstrate the functionality of the tendered

equipment to Purchaser specifications as per mutually agreed acceptance

procedure The Contractor shall be responsible for any lossdamages sustained

due to delay on the part of the Contractor to send its engineer for installation

and commissioning

Failure to commission the tendered equipment successfully shall entitle

Purchaser to full refund of the payment made and the interest thereon Decision

regarding successful installation and commissioning shall rest solely with the

Purchaser

17 REJECTION

In the event that any of the stores supplied by the Contractor is found defective

in material or workmanship or otherwise not in conformity with the

requirements of the Contract specifications the purchaser shall either reject the

stores or request the Contractor in writing to rectify the same The Contractor

on receipt of such notification shall either rectify or replace the defective stores

free of cost to the purchaser If the Contractor fails to do so the purchaser may

at his option either

a) replace or rectify such defective stores and recover the extra cost so involved

from the Contractor or

b) terminate the Contract for default as provided in this tender document

18 EXTENSION OF TIME

If the completion of supply of stores is delayed due to reason of force majeure

such as acts of god acts of public enemy acts of Government fires floods

epidemics quarantine restriction strikes freight embargoes etc the

Contractor shall give notice within 15 days to the purchaser in writing of his

claim for an extension of time The purchaser on receipt of such notice after

verification if necessary may agree to extend the Contract delivery date as may

Tender No SCLPS52019E0156401 57

be reasonable but without prejudice to other terms and conditions of the

Contract

19 DELAY IN COMPLETIONLIQUIDATED DAMAGES

If the Contractor fails to deliver the stores within the time specified in the

Contract or any extension thereof the purchaser shall recover from the

Contractor as liquidated damages a sum of one half of one percent (05 percent)

of the Contract price of the undelivered stores for each calendar week of delay

The total liquidated damages shall not exceed ten percent (10 percent) of the

Contract price of the unit or units so delayed Stores will be deemed to have

been delivered only when all their component parts are also delivered If certain

components are not delivered in time the stores will be considered as delayed

until such time as the missing parts are delivered Delivery of stores shall be

complete on Installation commissioning Testing and Acceptance

20 INSPECTION AND ACCEPTANCE TEST

The Purchasers representatives shall also be entitled at all reasonable times

during manufacture to inspect examine and test on the Contractors premises

the material and workmanship of all stores to be supplied under this Contract

and if part of the said stores is being manufactured on other premises the

Contractor shall obtain for the purchasers representative permission to inspect

examine and test as if the equipment were being manufactured on the

Contractors premises

Such inspection examination and testing shall not release the Contractor from

the obligations under this Contract

For tests on the premises of the Contractor or of any of his sub Contractors the

Contractor shall provide free of cost assistance labour material electricity fuel

and instruments as may be required or as may be reasonably needed by the

purchasers representative to carry out the tests efficiently

When the stores have passed the specified test the purchaser representative

shall furnish a certificate to the effect in writing to the Contractor The

Tender No SCLPS52019E0156401 58

Contractor shall provide copies of the tests certificates to the purchaser as may

be required

21 Labour Law Contractor shall abide by all labour laws rules and regulations

which are prevailing and as enforced from time to time and SCL shall not be

responsible for any accident or mishap during the course of the contract to any

of engineer labour employee by the Contractor The contractor shall also ensure

that the statutory obligations with regards to the employment of labour under

law are complied properly and timely

22 ARBITRATION

In the event of any disputes differences or claims arising out of or relating to

the interpretation and application of the Contract such disputes or differences

or claims shall be settled amicably by mutual consultations of the good Offices

of the respective Parties and recognizing their mutual interests attempt to reach

a solution satisfactory to both the parties If such a resolution is not possible

within 30 days from the date of receipt of written notice of the existence of such

disputes then the unresolved disputes or differences or claims shall be

referred to the Sole Arbitrator appointed by the Parties by mutual consent in

accordance with the rules and procedures of Arbitration and Conciliation Act

1996 as amended from time to time The arbitration shall be conducted in New

Delhi in the Arbitration and Conciliation Centre New Delhi (Domestic and

International) as per its rules and regulations The expenses for the Arbitration

shall be shared equally or as may be determined by the Arbitrator The

considered and written decision of the Arbitrator shall be final and binding

between the Parties The applicable language for Arbitration shall be English

only Work under the Contract shall be continued by the CONTRACTOR during

the pendency of arbitration proceedings without prejudice to a final adjustment

in accordance with the decision of the Arbitrator unless otherwise directed in

writing by the DEPARTMENT or unless the matter is such that the works cannot

be possibly continued until the decision (whether final or interim) of the

Arbitrator is obtained

23 APPLICABLE LAWS The contract shall be interpreted construed and

Tender No SCLPS52019E0156401 59

governed by laws of IndiaThe contract shall be subject to exclusive Jurisdiction

of the Court of SAS Nagar (Mohali) Punjab India irrespective of anything

mentioned in any correspondences or otherwise

24 Any Other Term

Tender No SCLPS52019E0156401 60

Supporting Documents from Vendor

Attachment ‐ I

Attachment ‐ II

Price Bid Form

Item Description Slab Range Qty UOM Currency Unit Price Total Price

Supply of MCC Panels cables

cable trays lightings etc for

electrical distribution system

including fire detection

system LAN Paging etc for

the Chemical Store building as

per detailed specifications

technical write‐updrawings

attached

‐ 1 Lot ‐ ‐ ‐

Installation Testing and

Commissioning of MCC

Panels cables cable trays

lightings etc for electrical

distribution system including

fire detection system LAN

Paging etc for the Chemical

Store building as per detailed

specifications technical write‐

updrawings attached

‐ 1 Lot ‐ ‐ ‐

Tender No SCLPS52019E0156401 61

Break‐up of other taxes and other costs should be specified in respective narration columns

Sum of these Break‐up values should be specified in respective value columns

Supporting Documents from Vendor (Commercial)

Document attachment with price bid

Attachment ‐ I

Attachment ‐ II

  • pdf_document_tndr_notc_electrical_distribution_system_051119
  • pdf_document_tndr_doc_electrical_distribution_system_051119
Page 24: -72, -160071 चंडीगढ़ के समीप पंजाब भारत...स म -क डक टर ल ब र टर /Semi-Conductor Laboratory अ त रक ष वभ

Tender No SCLPS52019E0156401 23

BidTemplates

GENERAL CONDITIONS

Item Specifications

Sl No Specifications Complianc

e (Yes No)

Offered Specifications Remarks

1 Intent of the ProjectaThe scope of Project includes Supply

Installation Testing and Commissioning of electrical

distribution system including illumination MCC Panels fire

detection system Local Area Network (LAN) Paging etc for

the Chemical Store Building at Semi‐Conductor Laboratory

(SCL) Sector‐ 72 SAS Nagar Mohali (Punjab) bScope

includes receiving unloading storage insurance in‐plant

transportation and all equipment amp accessories covered under

this specificationcTechnical SpecificationBrief overview of

Equipment amp services under this specification is described

hereiGeneral SpecificationiiSupply amp Installation of

Electrical MCCPCC Panels MCB DB exhaust fan light fixtures

etciiiSupply amp Installation of wire cables conduits Modules

SwitchSockets termination earthing etcivSupply amp

Installation of Fire detection system and its

accessoriesvSupply amp Installation of NetworksLAN

systemviSupply and installation of material for Earthing and

lightning protection system viiAny other electrical

requirement for execution of the work dDrawing amp notes All

drawing amp notes as listed in the annexure form a part of this

specification

Tender No SCLPS52019E0156401 24

2 General Information for Site Condition The Contractor may

visit the site of work at SCL to acquaint themselves of the

actual site conditions

3 Code amp Standards All electrical equipment and accessories to

be furnished installed and commissioned under scope of

these specifications shall be designed manufactured tested

and installed in accordance with relevant Indian Standard

Specifications (ISS) Indian electricity rules and any other

applicable regulations

4 Period of CompletionThe time allowed for supply installation

testing and commissioning of the entire work shall be six (6)

months to be reckoned from the 7th day of issue of Purchase

order by SCL

5 Drawing Data and ManualsFollowing drawings documents

shall be submitted by the selected contractor for approval of

SCL for execution of the workaFoundation drawing of all

floor mounted Electrical panelsbGeneral Layout (GA)

drawing with dimension of all electrical equipment and Single

line drawings (SLDs) of electrical PanelcMake type and

catalogue of Switchgears of Electrical MCC Panels Power DBs

Power Cables and related accessories along with technical

leaflets data sheets etc to be provided by the contractor

The contractor shall offer recommended makes mentioned in

this document dEquipment data sheets furnishing

guaranteed performance figure for each type of

equipmenteTest certificates test results for each type of

equipmentfCheck lists and tests to be conducted during

erection testing amp commissioning of the individual

equipmentOn successful completion of the entire work the

Contractor shall provide lsquoAs Builtrsquo drawings for all the Systems

executed under the Contract Three (03) sets of hard copies

and one (01) set in soft copy (CDDVD) in Auto‐CAD and PDF

Tender No SCLPS52019E0156401 25

format shall be provided to SCL for its record and reference

Contractor shall also provide instruction Operation

manual(s) and maintenance manuals for the all equipment

system installed under the project

6 Eligibility Criteria Only those bidders meeting the below

mentioned eligibility criteria are eligible to participate in the

tendera Should have satisfactorily executed at‐least two (2)

similar works of value not less than Rs 50 Lakh each

involving inter alia power distribution works consisting of

MCCsPCCs of rating not less than 400 A 415 V 35 kA ( fault

level) MCBDBs lighting systems cabling during the last 5

years To ascertain eligibility for the work the participating

bidders shall enclose copy (ies) of the detailed Purchase

Order(s) and their completion certificate(s) evidencing

satisfactory completion of similar works issued by the

respective clientsorganisations Completion certificate for

works issued by private parties shall be supported by TDSb

Should not have incurred any loss in more than two years

during the last five (5) financial years ending 31st March 2019

c The Contractor should possess valid license of Class lsquoArsquo

Category Electrical Contractor issued by the State Licensing

Authorityd The contractor shall carry out the work in co‐

ordination with the civil works undertaken by other contractor

engaged by SCL

7 DeviationaContractor to clearly mention deviation(s) if any

from the specification in the unpriced techno‐commercial bid

bUnless such deviations are recorded in the deviation sheets

and submitted with the bid it will be assumed that the offer is

made in conformity with the tendered specification in all

respectscThe deviations shall be evaluated by SCL and

acceptance of the same shall be at the sole discretion of SCL

Tender No SCLPS52019E0156401 26

8 Quantity variationThe quantities indicated against each item

in the Bill of Quantities (BOQ) are indicative and are for the

purpose of bidding only Variation in quantities upto + 25

shall be carried out by the contractor on the agreedPurchase

Order (PO) rates and terms amp conditions as in the Purchase

Order (PO) In case of contract items which exceed the said

limit of +25 the contractor may claim revision of rates

supported by proof analysis and if the rate claimed in excess

of the rate specified in the bill of quantities SCLrsquos engineerndashin‐

charge of the work shall after giving consideration to the

analysis of rates submitted by the contractor determine the

rates on the basis of market rates and the contractor shall be

paid in accordance with the rates so determined The

Contractorrsquos profit amp OH shall be factored in the rate

analysis15

9 Extra ItemsIn case of extra items (that are completely new

and are in addition to the items contained in the contract) the

contractor may claim rates supported by proper analysis and

SCLrsquos engineer‐in‐charge of the work shall after giving

consideration to the analysis of the rates submitted by the

contractor determine the rates on the basis of market rates

and the contractor shall be paid in accordance with the rates

so determined The Contractorrsquos profit amp OH shall be factored

in the rate analysis15

10 Construction Power SupplyElectricity if available in the

premises may be provided to the contractor by Department

(SCL) only at a single point free of cost subject to the following

conditions ‐a)The Contractor has to make his own

arrangement to tap Electricity from a 3 phasesingle phase

supply from the location decided by the SCLrsquos Engineer‐in‐

charge (E‐I‐C)

Tender No SCLPS52019E0156401 27

11 Storage space site office Contractor will be provided a

lockable room within SCL premises for storage space subject

to availability Contractor will make at his own cost

temporary site office close to work site as per the location

decided by the E‐I‐C

12 Materialsystem submittalsMaterialssystems etc procured

by the selected Contractor for incorporation in the work will

be only of MakesManufacturers specified in the tender

document Submittals of the same shall be submitted by the

contractor for SCL review and approval

13 Other RequirementsbullErection testing amp commissioning of

items as per BOQbullSpecial tools amp tackles Party shall arrange

the ladderscaffoldingstair for working at height for cable

laying Fire detection system installation of light fixture

bullWork shall be executed as per the ISRO contractor safety

Manual Contractor to ensure that the manpower is equipped

with PPE for working at the site bullAll relevant drawing data

catalogues with instruction and trouble shoot manuals type

test certificates for the above accessoriesbullMaterials and

accessories which are necessary or used for satisfactory and

trouble free operation and maintenance of the above

equipmentrsquosmaterial shall also be furnished bullContractor

shall deploy skilled amp unskilled Labor qualified technical

Supervisor(s) erection tools amp tackles testing tools amp

equipment supplies consumables and hardware and

transport for timely and efficient execution of the

workbullContractor shall guarantee LED fixtures

(flameproofnon‐flameproof) for a period of 5 years from the

date of acceptance The contractorrsquos guarantee shall be

supported with a guarantee from the manufacturer(s) in this

regard

Tender No SCLPS52019E0156401 28

TECHNICAL SPECIFICATION‐1

Item Specifications ‐I

Sl No Specifications Compliance

(Yes No)

Offered Specifications Remarks

1 Internal Wiringa The electrical wiring installations and other

accessories shall comply with latest IS code 732 (part‐II) 1983

and National Electric Code‐1985b The word concealed means

it involves cutting of floor wall and making good after laying

the conduitMetal raceway as per the enclosed drawings by

the contractor as requiredc The contractor shall provide all

necessary components fixing materials accessories and

interconnections as per standard practice It is to be noted

that ceiling rose forms a part of the specifications hence not

indicated separately and shall be provided by the contractor

as requiredd Scope includes termination of wire ferruling

dressing cable tie etc as requirede The work shall be

executed as per the ISRO electrical specification available on

ISRO site wwwisrogovin in Schedule I to be read along with

the tender specification

2 LED LuminariesThe scope includes supply installation

testing commissioning of flame proofnon‐flameproof LED

lighting fixture at the ceiling level (about 55 meter height) in

the chemical store building outer periphery of the store

building electrical room AHU room at the first floor as per

drawings and discretion of E‐I‐C Architectural plan of the

building is attached Supply of required accessories such as

mounting brackets nuts bolts screws washers glands and

any other material required for installation of LED fixture as

per specifications mentioned in BOQ shall be part of the

specification Junction box as required for loop‐in and loop‐

Tender No SCLPS52019E0156401 29

out of the cable for flame proof light fixture will be in the

scope of the contractor LED light fittings will be suitable for

operation on 230V single phase AC supply The fitting shall

be supplied with all fixing material such as brackets nuts

bolts etc as required for installation of fittings Special

Conditions aLuminaire make (Brand) from among the

recommended make mentioned in the tender document shall

be clearly mentioned in Technical Bid along with complete

technical detailsbThe LED light fitting and its driver unit etc

shall have warranty for a period of 5 years from the date of

installation and commissioningcThe flame proof fixture shall

be provided along with the Petroleum and Explosives Safety

Organization (PESO) certification

3 Detailed Specification for LED Fixture a Flame Proof LED

Fixtures Supply and installation of flameexplosion proof high

efficiency 1 Phase 230 V 60W LED light fitting as per IS 2206

with luminous efficiency 100Lmwatt or better CRI gt 08 amp

THDlt10 IP‐66 as per ISIEC 605292001 made of Die cast

aluminium alloy Heat resistant amp tough clear dome glass

having enclosure as per Ex‐d GAS Gr IIA IIB IIC AS PER ISIEC

60079‐12007 amp ISIEC 60079‐02004 Area of classification

ZONE‐1 2 21 amp 22 and temperature class T‐6 or better as per

ISIEC 60079 complete with loop‐in loop‐out provision

Mounting bracket for mounting on the ceiling Double

compression cable gland shall be provided and install by the

contractor along with the light fitting Recommended Make of

fixture Baliga Stahl Sudhir SwitchgearRecommended make

of LED NICHIA CREE PHILIPS LUMILED OSRAMb General

LED fixtures Supply amp fixing of wallceiling mounted batten

type 20W LED tube light (Four feet) luminaire with efficient

driver (efficiency shall be more than 90) amp with minimum

lumens output of 2000 lumens per lamp comprising of nano

diffuser technology complete with efficient amp constant

Tender No SCLPS52019E0156401 30

current output driver suitable for operation on 230V single

phase 50Hz AC supply efficient heat sink effective thermal

management and with colour temperature shall be gt 6000K

The LED with suitable control gear and power factor gt09 LM

79 certification for luminaireLM80 certificate for LED shall be

submitted and with other standard accessories prewired

including necessary interconnections complete in all respects

and as directed by EIC (Similar to Philips Astra or equivalent)

Recommended make of fixture Philips GE Trilux

LTRecommended make of LED NICHIA CREE PHILIPS

LUMILED OSRAM

4 c Street Light Fixture Supply and installation of 72W75W

LED Street Light fixture with High‐brightness White LEDs

sources with high transmittance flat toughed glass cover and

peanut LENS on each LEDs System luminous efficacy 100

LmsWatt 5600K colour temperature amp 70 CRI value for

ensuring good quality light output Life of at‐least 50000

hours at 70 lumen maintenance ampLED driver efficiency gt

85 Power factor greater than 095 THDlt10 amp min 3KV

surge protection with operating voltage range from 120‐270V

for ensuring lifelong high performance of luminaire the

fixture shall be made of LM‐6 Pressure die‐cast aluminium

with engraved company name amp have IK05 amp IP66 Class

protection with NABL Accredited LM‐79 amp LM‐80 Report

Mounting pole mounted upto a height of 8 meter and pole

bracket diameter of 48‐60 mm (adjustable) Recommended

make of fixture Trilux Philips GE LTRecommended make of

LED NICHIA CREE PHILIPS LUMILED OSRAM

5 Street Light Pole Providing and installation of hot dipped

galvanized swaged tubular 9‐meter‐long with planting depth

15 metersiexclbrvbar street light poles The effective length of each

section shall be‐ bottom 5 meters middle 2 meters and top 2

meters The outside dia and thickness of pole shall be

Tender No SCLPS52019E0156401 31

minimum 11430x440mm 889x4085mm 761x325mm

respectively as required The pole shall be provided with

necessary bracket (inclination 105115 degree length 15

meter dia 45 mm ) for mounting upto 72 W LED street light

fixture Each pole shall have a weather proof

loopingterminal box clamped at 550 mm above ground level

along with a suitable earth terminal The looping box shall be

provided with a suitable Power terminal arrangement to loop

4C x10sqmm size cable and MCB5A fuse cut‐out A base

plate 300 x300x10mm shall be welded to the bottom of the

pole Both underground cable and GI earth wire shall be

terminated at the terminal looping box in the looping zone

Further wiring to the light fixture shall be done with three

core flexible copper wire (2core for power supply and third

core for earthing)GI tubular pole shall be installed in cement

concrete 136 (1 cement 3 coarse sand 6 graded stone

aggregate 40 mm nominal size) foundation including

excavation and refilling etc Party to cast 2 run of 32 mm MS

conduit for cables upto a height of 550mm from ground level

for loop in loop out of cable The civil work for street light pole

foundation forms a part of installation of the work and will be

done by the party as required for commissioning of lighting

poleFor earthing of street light poles coilspiral earthing

using 8 SWG GI wire shall be used The GI wire shall be buried

to a minimum depth of 15 m with excavation refilling of

earth and connecting GI wire to pole using GI bolt and nut

complete as per requirementMake of Pole Reputed make

with ISI mark Note Party shall submit Drawing of the street

light pole for SCL approval before start of manufacturing

6 Cables wire conduit earthing Switchboards

SwitchesSockets etca Cables The scope includes the Supply

and installation of XLPE insulated overall FRLS PVC outer

sheathed AlCu armored cable on wallsurfacesoilexisting

Tender No SCLPS52019E0156401 32

cable tray as required for MCC Panel and MCB DBs as per the

detailed specification and quantity in this document All

necessary hardware for installation of cable like cable tie

clamps tags etc is in the scope of Contractor Contractor to

ensure that cable laid on the cable tray is properly clamped

with GI clamps and cable is properly secured on cable tray b

Wire The scope includes the Supply and installation of FRLS

Copper wire of different size quantity amp Specification for

power distribution and lighting and power etc as per the

requirement c Conduit The scope includes the Supply and

installation of ISI makes MS Conduits of different size as per

Specification for power and lighting distribution switch

sockets etc as per the requirement Flexible conduit shall be

of GId Cable tray The scope includes the supply and

installation of GIMS cable trays as per specificationse

Earthing The scope includes the supply and providing

earthing for Panels DBs cable trays light fixtures and poles

flameproof accessories fire panel speakers exhaust fans etc

matching the specifications given in this tender documentf

Lightning protection The scope includes the supply and

providing earthing for lightning protection of the building as

per the IS 2309 specification and quantities as per the BOQ

The scope includes horizontal and vertical runs earth pits test

point earthing of building periphery for contour etcg Rack

earthing The scope includes the supply and providing

earthing for racks as per specificationsh Switchboards and

SwitchSockets The scope includes the Supply and installation

of different size of flameproofnon‐flameproof Switchboards

and switchsocket for Lighting Power Distribution as per

specificationi MSGI Conduits flexible GI conduit earthing

materials doublesingle compression brass cable glands

cable lugs (Al amp Cu as required) cable ties cablewire

identification tags required for the installation and

maintenance of trouble free operation of the downstream

Tender No SCLPS52019E0156401 33

system and accessories are covered under this specificationj

MS junction box conduit along with all related accessories as

per specification

TECHNICAL SPECIFICATION‐2

Item Specifications ‐II

Sl No Specifications Compliance

(Yes No)

Offered Specifications Remarks

1 Electrical Panel SpecificationGeneralaPanel shall be

fabricated as per IEC 61439 part 1 amp 2 bPanel shall be indoor

metal clad air insulated floor mounted extendable to side

single front construction front wired front

connectedcMinimum thickness of sheet metal used shall be

2 mm and panel shall confirm to IP54 protectiondThe

working height of the Panel shall be limited as per standard

engineering practicese The design should be fully

compartmentalized with metal partitions between

compartments All doors shall be gasketed Each vertical

section shall have removable back coverfAll switches push

buttons lamps indicating instruments shall be flush

mountedgA full height vertical cable chamber with cable

supports shall be provided in each section to facilitate unit

wiring Cable chamber shall be sized to accommodate all cable

and shall have removable covers A horizontal wire way

extending the entire length shall be provided at the top of

panel for inter panel wiringhPanel shall be with minimum

75mm high base MS channel frameiThe panel shall undergo

seven tank or better process as per relevant IS

standardsjLifting hook shall be provided at each section for

easy transportationkDifferent compartment of the panel

shall be provided with dust proof type air filter louvers

explosion vents or similar safety arrangements in the panels

Tender No SCLPS52019E0156401 34

to let out gases under pressure generated during event of any

fault inside the panellPanel shall have pocket for the Panel

drawing in the incomer section

2 Busbar and Bus TapsaThe main bus and connections shall be

of high connectivity AluminiumAluminium alloy sized for

specified current ratings with maximum temperature limited

to 85amp778 C ie 35amp778 C rise and ambient 50amp778

bSeparate vertical bus bars shall be provided for each vertical

panelcAdequate contact pressure shall be ensured at bus

connections by means of two bolt connections with plain and

spring washers and lock nutsdBus bar and connections shall

be fully insulated for working voltages with adequate

phaseground clearances Insulating sleeves heat shrink type

for bus bar and shrouds removable type joints shall be

provided Bus insulators shall be flame retardanteBus bar

shall be color coded for easy identificationfBusbar should be

connected in such a way that it can be dismantledassembled

while separating different section of the panelgShrouds of

transparent sheet on the exposed bus in cable alleys for

adequate safety measurehBus bar Conductor shall be

confirming to IS‐5082iMinimum clearance (PH‐PH PH‐N and

PH‐E) between Bus bars shall be maintained as per latest

ISjBus Bar supporting Material shall be of

SMCDMCkMaterial of Aluminium Bus bar shall be of E91

gradelBus bar shall be protected from the transparent

insulated material for stand safety point

3 3Control ModuleaFixed type control module shall house the

control components for a circuitbThe equipment layout shall

provide sufficient working space in between the components

and subject to SCL approval cEach control module shall be

equipped with ACDC potential free Relays (230V AC24V DC)

Contactors etc for seamless interface of the operation of

Drives from FCMS (PLC)dVendor to provide the potential free

Tender No SCLPS52019E0156401 35

contact to facilitate local operation from MCC and remote

operation from FCMSPLC Vendor shall provide with each

drive module automanual selector switch and each drive

module shall be wired up to the terminal block for localauto

selection ON OFF trip feedback to SCLrsquos control station and

ONOFF command room FCMSPLC as welleMCC panel and

LPBS shall have selector switches for MCCLocal and

LocalRemote selection respectively Control (OnOff) of the

Drivesheaters will be as per following selection If selector

switch (SS) at MCC is selected to MCC ONOFF operation can

be done from MCC only irrespective of position of SS at LPBSIf

selector switches both at MCC amp LPBS are selected to LOCAL

ONOFF operation can be done from LPBS onlyIf SS at MCC is

selected to LOCAL and SS at LPBS is selected to REMOTE

ONOFF operation can be done from FCMS only

4 VFDVFD shall be of Allen Bradley PF400 series having

redundant Control Net communication option as well to

communicate with the existing Facilities Control amp Monitoring

System (FCMs) Control Net Bridge Coaxial Straight T‐Tap

1786‐TPS must also be supplied along with VFDs Line

reactorchoke of suitable rating shall be connected before the

VFD

5 Thyristor based Heater ControlaDYDAC Make Thyristor

power controller Type 3003 or equivalent rating 85kW

Control input 4‐20mA Thyristor input supply 415VAC (3‐Ouml)

Thyristor output supply 415VAC (3‐Ouml) which shall be provided

by the vendor in a separate compartment of the MCC 4‐20mA

Control signal from the heater PID will modulate the thyristor

controller output to maintain the fresh air temperature at set

value Heater ON and OFF set points shall be adjustable in the

SCADA in FCMSbThyristor controller run command run

feedback 4‐20mA modulating signal shall be wired up to the

terminal block in the cable alley in the MCC Thyristor

Tender No SCLPS52019E0156401 36

Panelcompartment shall be complete with inter module

control and power wiring 220V AC supply shall be drawn from

one of the phase and neutral of the incoming 415VAC and

connect to the Thyristor supply terminals through MCB

Circuit breaker lsquoswitch ONrsquo and Thyristor control unit lsquoRUN

commandrsquo will get activated from FCMS if air temperature is

below ON set point Circuit breaker lsquoswitch OFFrsquo and Thyristor

control unit lsquoRUN command withdraws will get activated

from FCMS when temperature becomes above OFF set point

6 Fire Suppression system amp Fire Protection systemPanel shall

be equipped with required materials such as fire suppression

cylinders filled with fire suppression agents Fire detection

tubes Heat sensor tubes end of line adaptor with gauge

electrical Relays differential pressure valves etc to provide

the fire suppression and fire protection system in cable alley

and bus bar chambers of the electrical panel

7 MCCBaThe MCCBs should be extra current limiting type with

trip time of less than 10 m sec under short circuit conditions

The current limiting action should be achieved with repulsion

principle The MCCBs should preferably have an anti‐reclosing

featurebThe MCCBs should be 3 or 4 poles as per SLDcThe

MCCBs should have a Service short circuit breaking capacity

(Ics) of not less than 35 kA rms at 415 Volts 50Hz AC for

incomer The service breaking capacity should be equal to

ultimate breaking capacities (Icu) (ie Ics= Icu=100)dThe

release should be thermal magnetic having adjustable

overload and short circuiteSwitches shall be triple pole air

break AC23 motor duty for motor starter feedersfCubicle

doors of incoming and outgoing shall be mechanically

interlocked with switchgear to prevent unintentional openings

of the door while the unit is in energized condition However

defeat interlock provision is also to be providedgAll incoming

and outgoing feeders shall be provided with bolted disconnect

Tender No SCLPS52019E0156401 37

link for isolation of neutral if necessary Selector switches

shall be of rotary typehThe MCCB shall be provided with

rotary drive kit spreader terminals and ONOFFTrip (MCCB)

position of switch handle to be clearly markediDuct Heater

MCCB shall be motorized to control (ONoff) from FCMSjFor

incomers it should be EDO microprocessor based

communicable MCCB (35 kA or above) with numerical

releases for OL SC amp EFR (With mechanical and Electrical

interlocking for operation of only one ACB at any point of

time)

8 MPCBaThe MPCBs should be of 3 pole air break type AC3

Duty continuous rating as specifiedbMPCBs should have at

least 1NO+1NC contactcThese should have trip indication

test trip functiondThe release should be thermal magnetic

having adjustable overload trip settingeThe service breaking

capacity should be equal to ultimate breaking capacities (Icu)

(ie Ics= Icu=100)fThe MPCBs should be suitable for din rail

type mounting

9 Capacitor Bank Supply and installation of Capacitor Bank ‐

Box Type Dry construction Conforming to IS 13340‐41IEC

60831 440V 50Hz Rated Current (In) as per Load Heavy

Duty Dielectric MPP Low loss type with overall loss lt

05WkVAR Delta Connection with Discharge Device

10 ContactoraThe contactor shall be 3 pole air break type AC3

Duty continuous rating for motor starter feeders with non‐

bouncing silver silver alloy contactsbContactor shall be of

electromagnetic type rated for uninterrupted duty as per

relevant standards and also suitable for capacitor duty

cContactor shall be provided with adequate auxiliary contacts

rated for 10Amps 240VAC for interfacing with control

schemedContactor coil rating shall be minimum pick up of

85 of rated voltage and minimum drop out of 75 rated

Tender No SCLPS52019E0156401 38

voltage

11 Control and IndicationsaPush buttons will be heavy duty oil

tight and push to actuate type with integral plate marked

with its functionbEach push button shall be provided with

2NO+2NC contacts rated for 10Amps 240VACcLamps shall

be LED type rated for 240V AC Lens and lamps shall be

replaceable from the front dThe control supply shall be

through a 415V230V transformer and the vendor shall

provide 1 no 415V230V transformer for the same Vendor

shall also provide Power module for 24V DC Supply for the

operation of heaters control module

12 MetersaAll indicating instruments shall be digital

Switchboard type with accuracy class +‐ 2 full scalebMFM

of suitable rating shall be used in the incomer

feedercSelector switches shall be furnished at outgoing

feeders as per SLD for ammeterdAmmeter shall be of analog

type flush mounted industrial pattern of size 96x96 mm with

accuracy class 10 eMultifunction meter shall be of digital

type flush mounted industrial pattern of size 96x96 mm with

accuracy class 10 as per IEC 6205253 suitable for

measurement of Current Voltage Power Frequency Power

factor Energy and ready port to communicate with FCMS

through RS 485 The Meter should have Modbus

communication port as well

13 CT (Current transformer)CT will be cast resin type rated 15VA

or more burden with Maximum accuracy limit of class 1

14 Secondary wiringaPanel shall be fully wired at the factory to

ensure proper functioning of control and protectionbFuse

and links shall be provided to permit individual circuit

protection from bus wires without disturbing other circuits All

spare contacts of relays push buttons and other devices shall

Tender No SCLPS52019E0156401 39

be wired up to terminal blockscWiring shall be done with

flexible 25sqmm copper 1100V grade PVC insulated

switchboard wires Each wire shall be identified at both ends

with permanent markers bearing wire numbers as per wiring

diagramdWire termination shall be done with crimping type

connector with insulating sleeve

15 Powercontrol Terminal BlocksaTerminal block shall be 660V

grade box clamp type with marking strips similar to ELMEX 10

mm2 or equal for ControlbTerminal for CT secondary leads

shall have provision for shortingcNot more than two wires

shall be connected to any terminaldSpare terminals equal in

number to 20 active terminals shall be providedeTerminal

blocks shall be suitably located in cable alleysfFor Power

cable Bus Bar type cable connector (Melamine material) shall

be providedgFor Control cable heavy duty screw type cable

connector (Melamine material) shall be provided

16 Cable terminationaPanel shall be designed for cable entry

from topbEach cable shall be clearly marked at both ends

with an indestructible marker preferably a cable tag made of

Aluminium tacked with indicating cable number amp both end

feeder tags with switchboard tags Cable tags at ends of cable

shall be provided inside the gland plate as well as outside the

gland platecAll provisions and accessories shall be furnished

for termination of cables including removable gland plates

cable supports and terminal blocksdGland plate shall be

minimum 3 mm thick

17 Ground BusA GI ground bus rated to carry the maximum fault

current shall extend full length of Panel The ground bus shall

be provided with 2 bolts with GI bolt and nuts at each end to

receive 50x6mm GI flat

18 NameplateaThe nameplate of approved design shall be

Tender No SCLPS52019E0156401 40

provided for each compartment and also at the top of each

panel Nameplate shall be minimum 20x70mm and 3mm

thickbDrawing Pouch shall be provided at the incomer cable

allay

19 PaintingPanel shall be painted with light grey epoxy painted

(Siemens Gray RAL 7032) and caution notice plate shall be

fixed at the back of each vertical panel

20 Make of Switchgears aMCCBSiemensSchneiderbPush

button SiemensSchneider TekniccSelector

SwitchSiemensSchneider Teknic

dFuseSchneiderSiemenseTimerSiemensSchneiderfContro

l TransformerAEIMPIndcoilgTerminal

BlockElmexConnectwellFTChMeters Conzerv LampT

AEiCTs amp PTsKappaAutomatic

Electric(AE)NippenjContactorsSchneiderSiemenskIndicatio

ns SiemensSchneider

TekniclRelaysSchneiderSiemensPLAmMCBSchneiderSiem

ensnCooling Fan

RexnordSunonoVFDsAllen bradlypThyristor moduleDYDAC

qRCBOSiemensSchneiderrMCB

DBSiemensABBLegrandsLine reactorchokeAllen

BradleytCapacitor BankNeptune Schneider Siemens

21 Local Push Button Station (LPBS)The Scope includes supply

and installation of LPBS for Chiller Pumps AHUs Heaters as

per the BOQ and detailed specification given below aLPBS

shall be indoor metal clad air insulated wallAngle frame

mounted as required single front construction front wired

front connected hinged lockable door LPBS for Chiller Pumps

system shall be suitable for outdoor installationbMinimum

thickness of sheet metal used shall be 2 mm and panel shall

conform to IP54 protection for indoor installation and IP65 for

outdoor type LPBScAll switches push buttons with indicating

Tender No SCLPS52019E0156401 41

LED lamps indicating instruments shall be flush

mounteddThe LPBS shall be used for remote operation of

drives Equipment and HeaterseTo facilitate the localremote

operation LPBS shall have LocalRemote selector switch and

provided with Start push button lockable Stop push button

ammeter of suitable range Terminal Block and lockable

Emergency off Switch etc fLPBS shall be equipped with AC

(230V)DC (24V) Relays Contactors etc for seamless interface

of the operation of Drives from FCMS (PLC)gLPBS should be

suitable for wall mounting and provided with necessary

mounting arrangementhWiring shall be done with flexible

25sqmm copper 650V grade PVC insulated switchboard

wires Each wire shall be identified at both ends with

permanent markers bearing wire numbers as per wiring

diagramiWire termination shall be done with crimping type

connector with insulating sleevejGland plate shall be

minimum 3 mm thickkThe nameplate of approved design

shall be provided for each compartment and also at the top of

each panel Nameplate shall be minimum 20x70mm and 3mm

thicklLPBS shall be painted with light grey epoxy painted

(Siemens Gray RAL 7032)

22 Make of Electrical panel As per DOS Approved Panel

manufacturer list (attached)

TECHNICAL SPECIFICATION‐3

Item Specifications ‐III

Sl No Specifications Compliance

(Yes No)

Offered Specifications Remarks

Tender No SCLPS52019E0156401 42

1 Fire Detection System Scope for fire detection system

includes supply installation testing commissioning of Fire

panel Addressable Fire detection devices Manual Call Points

Addressable loop sounders Switch Monitoring unit (SMU) UV

IR sensor for detection of methanol flame Cable MS junction

boxes for loop in loop out of cable as per specifications and

integrating the same with existing repeater panel as per the

requirement The detailed specifications for the different

component of fire deduction system are as follows

2 A Multi‐sensor Detectors The smoke detectors shall be multi‐

sensor (heat and smoke) detector with isolator suitable for

detecting a wide range of smoke from slow smoldering and

fast flaming fire The detector shall have following features

bullSolid state addressing arrangement in combination with a

hand held programmer to configure the sensor

addressbullElectronics free mounting basebullTwin alarm LEDs for

360 Degree viewing and shall have blinking LED facilitybullThe

sensor shall have s removable chamber for ease of cleaning or

replacementbullAutomatic compensation for smoke sensor

contaminationbullShall have a built in test facility which allows

the fire alarm control panel to adjust the alarm threshold

levels to compensate for contamination and shall have a

maintenance alarm display when threshold can no longer be

adjustedbullOperating temperature ‐ 10 DegC to 50 DegC and

operating RH at 40 DegC‐95 RH

3 B Manual call stations Manual Call Stations should have in

built monitor module and pressbreak and resettable

capability constructed of high impact LEXAN sheet with clearly

visible operating instructions on the cover and the word FIRE

shall appear on front and suitable for surface mountingflush

mounting complete as required

Tender No SCLPS52019E0156401 43

4 C UV IR SensorThe UV‐IR flame detector shall operate on 24

VDC 0‐24mA current output suitable for detection of

Methanol flame with automatic built in test for reliable

operations and suitable for installation in Hazardous area zone

1and 2 with Class I Division 12 Gas group A B C The detector

shall not be susceptible to environmental conditions to

generate false alarms The entire system shall be rated for IP

66 or better and supplied with suitable mounting bracket The

system shall comply to the detailed specifications as listed

belowbullDetection Technology UV ‐ IR Electro‐optical

detectionbullDetection range 75 meterbullField of View greater

than equal to 90deg Both Horizontal and verticalbullResponse

Time less than equal to 5 secondsbullBuilt in Test Automatic

bullOperating Temperature Range 0 to + 75degCbullOperating

Humidity Range Continuous 95 non‐condensingbullAnalog

Output signal 4‐20mAbullAlarms amp Fault Normal 4 mA Fault

02 mA Alarm 20 mA + 10 verifiedbullOperating voltage 24

VDC ( 18‐32VDC)bullPower consumption Vendor to specify for

Standby and Alarm conditionbullSensor Calibration

Verification Sensor calibration as per OEM for certified

performancebullSensor Life 2 Years (minimum)bullSensor

Calibration vendor to carry out sensor calibration at site and

submit calibration certificate valid for one yearbullRFI EMI

SusceptibilitybullRequired EN 616326‐3 and EN 6100006‐3 or

equivalent IP protectionbullIP protection IP 66 or betterbullFault

Diagnostic Sensor Fault (end of life) other informationbullSelf‐

Check Test Automatic during start‐upbullHousing SS 316

Epoxy Painted Aluminium die castbullStart‐up Time Vendor to

specifybullApprovalcertification PESO and ATEX ‐ Ex d IIC C

Class 1 Div 12 Group A B C DNote Vendor shall arrange

the 230V AC to 24V DC Power supply module along with half

an hour Battery Back up in MS powder coated Enclosure

Input Power supply (230V AC) for Power Supply module shall

Tender No SCLPS52019E0156401 44

be provided by SCL

5 D SMU Unit for UV IR sensor Supply installation testing and

commissioning of Switch Monitoring Unit (SMU) to configure

the UV IR sensors with fire detection system as requiredE

SoundersAddressable Sounders shall be loop powered with

all fixing materials complete as required The sound level shall

be 100dB (A)

6 F Fire Alarm Control Panel (FACP) bullFACP shall be of 2

loopsbullFACP shall be suitable for 230V 50 Hz AC supply and

detectors shall be powered using FACP based detection

circuits Devices shall receive power and communication from

the same pair of conductorsbullFACP shall provide for resetting

detectors fault isolation and sensor loop operationbullFACP

shall be suitable for mixing different fire devices and beam

smoke detectors within the same loop to optimize field

wiringbullFACP shall have alarm indication of individual sensors

detector trouble alarm indication for dust accumulation The

panel shall check detector once in every 24 hours for

contamination for this purposebullThe FACP shall regularly

supervise all the sensors and devices on the loop and initiate

fire or trouble alarm whenever requiredbullFACP shall have 2

wire circuits to connect minimum of 126 addressable devices

per loopbullFACP shall be with repeater interface and suitable

24V battery with built in software and 2 x 40 character

alphanumeric LCD display and necessary front panel control

keys FACP shall display the date time and description for

Analog sensors to indicate alarms and trouble

situationsbullFACP switches shall allow authorized personnel to

accomplish the following ‐bullInitiate a general alarm

conditionbullSilence the local audiblebullSilence the alarm

signalsbullReset all zonespointsbullFACP shall have walk test

facilitybullShall have facility for programming from the key

board or utilizing PC set up software via laptopdesk top

Tender No SCLPS52019E0156401 45

computerbullShall have memory data for panel configuration

and operation reside in non‐volatile memory (EPROM)bullFACP

shall have facility for speech processor (to record pre‐

recorded message of 20 S) and also have Auto Dialer facility

(can dial up to 8 different lines)bullAll addressable units shall be

connected to the FACP through the loop cards and shall be

addressed though individualized numbers The FACP shall be

able to obtain analog value for all detectors in the circuit

through a pulsed digitized current data The FACP shall be

able to analyze all analog inputs from all addressable units

and though its own software and ambient level screening the

FACP shall be able to identify fire possible fire or fault

conditions The unit supervision shall be dynamic and

continuousbullThe FACP shall itself have all loop cards in it No

isolated mother board or transponder shall be

consideredbullShortopen circuit units shall also be reported at

the FACP in such cases the system through the use of fault

isolators shall be able to isolate that segment between the

two fault isolators The missing DetectorsDevices shall also

be reported to the FACP with identification of the

locationbullThe FACP shall have the facility to set smoke sensor

sensitivity remotely to either high sensitivity manually or on a

pre‐programmed sequence (Ie DayNight) period When an

alarm condition is sensed at the FACP from a smoke or heat

detector a delay timealarm verification period shall be

started If the sensor is still in alarm after the delay time

expired an alarm condition is reported The delay time shall

be adjustable from 0 to 990 secondsbullThe FACP shall have

either an in‐built or external printer coupled to the FACP

which shall log all events with time The printout shall clearly

indicate the event‐FirePre‐AlarmFault etc with the unit

address and timebullThe FACP shall also be able to discriminate

between false alarms and fire conditions as well as priority

selection of alarm in case alarm activities in two or more

Tender No SCLPS52019E0156401 46

remotely located units simultaneously In such cases the

Manual Call stations shall have the highest prioritybullThe FACP

shall also be able to actuate switches automatically in case of

Fire condition of AHUs and power supply or other system such

as piped pressurized gas supplybullThe system shall be fail safe

and adequate safe guards should be under taken that in the

event of a failure of a part of the system it shall not handicap

the complete system The loop cards shall be of Modular

constructionbullThe FACP shall have its own battery backup of a

minimum of 48 hours in normal run and then half an hour in

alarm condition The backup time calculation shall be done as

per TAC standards The Battery shall be 2 x 12V (24V) DC and

of sealed maintenance free type housed inside the FACPbullIt

shall be able to withstand temperature variations from 0

Degree Centigrade to 55 Degree Centigrade Further Relative

Humidity (non‐condensing type) up to 93 shall not hamper

its performance The voltage rating shall be from 17V DC to

31V DC though the voltage may be change depending upon

the working voltages of a proprietary FACPbullThe FACP shall be

totally enclosed dust and vermin proof type made of

minimum 16‐gauge dust inhibited sheet with even baked

finish The FACP shall be of completely solid state designbullThe

logic circuitry shall be based on high noise immunity solid‐

state hardware employing modular construction Logic cards

shall be of epoxy fiber glass constructionbullThe FACP shall have

EN 54ULFM approvalbullThe panel shall have an extra loop

card to serve as standby in case of burnout or malfunctioning

of any operating loop cardsbullThe FACP shall be capable of

being networked (future expansion) with other similar FACPs

located at different locations of SCL premises through a single

RS 485 busbullThe FACP shall have provision for interfacing with

the Public Address System

7 G Repeater panelScope comprises of supply and installation

Tender No SCLPS52019E0156401 47

of Repeater Panel which display fire fault message

simultaneously with the FACP bullIt shall be capable of

interfacing with the FACP on a single RS 485 Bus bullThe panel

shall be capable of operating on 24V DC supplybullThe

independent 24V DC supply source to be installed in MS

cubicle Box duly powder coated paint along with repeater

panelbullThe panel shall have 2 x 40‐character backlit display

which shall display date time and description of alarm

trouble events are that displayed in the panel shall be

powered from the FACPbullIt shall have control keys for sound

silence mute and to reset the FACP from the repeater

stationsbullThe repeater panel shall have the following LEDs

indicationsbullSupply bullFault bullMute bullSilent bullDisabled

bullFire

8 H Fire CableSupply and installation of 2Cx15mm2 Copper

extruded PVC inner sheath armored and overall FRLS PVC

outer sheathed 11 KV grade as per IS 7098 (Part I bearing ISI

certification) on existing cable traywallsoft soilhard soil as

required

9 I Fire Cable terminationSupplying and making end

termination with brass compression gland and copper lugs for

2Cx15mm2 Copper cable in MS Box of Size 4X4 installed

above the false ceilingwallsurface as required

10 J Junction Box for Fire devicesSupply installation testing and

commissioning of MS painted box Size 4X4 with ELMEX type

terminal block for loop in loop out of 2c x15 sq mm copper

armored cable and connection to the fire detector device on

wallsurfacerecess including wall cutting and providing

necessary hardware for mounting fixing including all

material for fixing as required

Tender No SCLPS52019E0156401 48

TECHNICAL SPECIFICATION‐4

Item Specifications ‐IV

Sl No Specifications Compliance

(Yes No)

Offered Specifications Remarks

1 A NetworksLAN The detailed specification for the network

rack switch cable cords IOs face plates etc and the

required accessories shall be as below CAT 6A or better cable

shall be laid in the PVC Conduit The detailed specifications

for the different component of networksLAN are as follows

2 bull Rack Supply installation testing and commissioning of UL

listed modular type 12U network rack with front glass door

and rear perforated door floor mounted Size 550x550 with

1 No of 5 port Octagonal PDU 515Amp with MCB and Fan

Tray with minimum 2 Fans The rack should have provision of

2 nos of cable manager duct type 1U and 2 vertical manager‐

concealed type Rack should be three sides openable with

front glass door and rear perforated door and provision of

cable entry from top and bottom both with proper earthing

kit as requiredRecommended Make Rittal Netrack

Schneider Valrack

3 bull Network Switch Supply amp installation of Network Switch in

Network Rack with the following specification as belowSwitch

shall haveamp61607Port Density Minimum 8 101001000

BaseT Ports amp 4‐1G SFP Ports ready for use with SFP module

Ports shall support PoE on all ports with PoE budget of

180Wamp61607Architecture Stand‐alone rack

mountableamp61607Bandwidth minimum 56Gbps of

switching bandwidth to support above listed ports in non‐

blocking configurationamp61607StackableScable support for

Tender No SCLPS52019E0156401 49

stacking multiple switchesamp61607Stacking backplane

bandwidth Access switch shall have additional port(s) for

providing minimum 40 Gbps stacking bandwidthamp61607L2

Features 8021x authentication spanning tree

etcamp61607Networkjflowsflow or equivalent provision for

Networkjflowsflow or equivalent supportamp61607Network

Management support Network Management through

command line interface (CLI) SNMP v1 v2c v3

httpsamp61607IPv6 Readiness IPv6 Readiness from day

1amp61607RegulatorySafety confirming to UL60950 amp

EN60950amp61607EALNIAP certified Model No shall be EAL

or NIAPNDPP certifiedRecommended Make Cisco Juniper

HP Brocade dell

4 bull CAT 6A Cable Supply and installationlaying of category 6A

or better 4 pair shielded cable UFTP or FUTP in PVC

Conduit sheath type low smoke zero halogen (LSZH) with

transmission properties amp electrical properties tested

minimum up to 500MHz amp verified by ETL amp comply with

ANSITIAEIA‐568‐C2 amp ISOIEC 11801 Recommended make

Commscope Schneider Molex Siemon

5 bull Patch Panel Supply installation testing and commissioning

of CAT6A PatchJack Panel of 24 Port fully loaded in Network

rack with port identification number with self‐adhesive clear

label holder Each portjack on the panel should be

individually removable on field from the panel and have

integrated rear cable management metallic shelf and have a

separate provision of grounding Recommended make

Commscope Schneider Molex Siemon

6 bull Patch Cords (1 meter) Supply installation testing and

commissioning of Patch Cords Cat 6A shielded 1 meter in

Network rack with 4 pair shielded copper wire factory pre

terminated with shielded RJ45 plugs Aluminumpolyester

Tender No SCLPS52019E0156401 50

shield screen material with low smoke Zero halogen sheath

comply to TIA‐568‐C2 Cat 6A in IOs of Network

RackRecommended make Commscope Schneider Molex

Siemon

7 bull Patch Cords (3 meter) Supply installation testing and

commissioning of Patch Cords Cat 6A shielded 3 meter in

Network rack with 4 pair shielded copper wire factory pre

terminated with shielded RJ45 plugs Aluminumpolyester

shield screen material with low smoke Zero halogen sheath

comply to TIA‐568‐C2 Cat 6A at field side Recommended

make Commscope Schneider Molex Siemon

8 bull Information outlet Supply and installation of Shielded Cat

6A information outlet UFTP or FUTP compliance to category

6A or better TIA568C2‐500MHz at field sideRecommended

make Commscope Schneider Molex Siemon

9 bull Face Plate (Dual) Supply and installation of single gang

square face plate (Dual) and SMB Box with a provision to

support variety of jacks‐ UTP STP etc at the field

sideRecommended make Commscope Schneider Molex

SiemonbullFace plate (single) Supply and installation of square

face plate ( single) with a provision to support variety of jacks‐

UTP STP etc at the field sideRecommended make

Commscope Schneider Molex Siemon

10 bull SMB Box Supply and installation of SMB Box for face plate

(DualSingle) as required Recommended make Commscope

Schneider Molex Siemon

11 bull Other Accessories amp61607Supply and Installation of

25mm electrical grade ISI mark PVC Conduit in

wallfloorslabsurface including wallfloor cutting and

making good the same as required Recommended make

Reputed ISI Markamp61607Supply and installation of OFC SM

Tender No SCLPS52019E0156401 51

OS2 Cable in existing 32mm HDPE pipe as

requiredamp61607Supply and Laying of 32mm HDPE pipe

direct in ground including excavation sand cushioning

protective covering and refilling the trench including standard

cable route marker etc as requiredamp61607Supply and

installation of SC simplex single‐mode LSZH pigtail 1m as

requiredamp61607Supply and installation of adaptor plate

with 3 SC duplex SM adaptors as requiredamp61607Splicing of

OFC as per Core as requiredamp61607Supply and installation

of accessories for making the Chamber Pit‐ 1Mtr Depth with

Lid for housing OFC as requiredamp61607Trenching of

HardSoft Soil as required

12 B Paging The scope includes supply installation testing and

commissioning of Supply and installation of IP 65 or better

explosion proofWP loud speaker anticorrosive powder

coated red (RAL‐3000) suitable for Zone I amp II Class II C

Hardware SS304 as per IS2148 and equivalent to model FLSR

25 of Baliga with necessary support gland as required and

installing the same on wallsurface with GI supports as

required and connecting the same with wire The Scope also

includes supply and installation of 2Cx15mm2 FRLS armored

and PVC sheath twisted pair wire their termination tagging

glanding earthing etc as required for speakers and other

accessories requires for smooth commissioning of the paging

system

Vendor Specificied Terms

Description Vendor Terms

Tender No SCLPS52019E0156401 52

1Delivery Term

Prices shall be quoted on F O R destination basis ie S C L S A S Nagar Mohali

Punjab exclusive of GST and taxes as may be applicable

2 GST

Purchaser is entitled to concessional GST of 5 as per Ministry of Finance

Department of Revenue Notification No 472017 Integrated Tax (Rate) both

dated 14th November 2017 respectively and would accordingly issue Exemption

Certificate in favour of the contractor quoting in Indian Rupees The bidder

should take note of the same while quoting the prices in Indian Rupees GST on

installation services shall be applicable 18

3 DELIVERY SCHEDULEPERIOD OF COMPLETION

The time allowed for supply installation testing and commissioning of the entire

works shall be 06 (Six) months to be reckoned form the 7th day of issue of

purchase order

4 IMPORTANT

This being a two part Tender Technical and Commercial parts separate the

bidder should not attach any document(s) containing pricing information with

technical part The Contractor will provide Un priced commercial offer in

envelope 1 (Technical Part) as an attachment

The tenders containing price information in Technical Part will be treated as

unsolicited offers and rejected Contractor to confirm that Price bid is not

attached in Envelope 1 ie Technical Part

Priced Commercial offer if any should be attached in Envelope 2 (Price Bid)

under Supporting Documents from Vendor (Commercial) as an attachment

5 The prices shall remain firm until completion of entire project including

extended period if any No cost escalation shall be applicable for the work

Tender No SCLPS52019E0156401 53

6 SECURITY DEPOSIT

a) On acceptance of the tender the Contractor shall submit security deposit for

ten percent (10 percent) of the value of the Contract within 15 days from the

date of purchase order If the Contractor fails toprovide the security within the

period specified such failure shall constitute a breach of the Contract and the

Purchaser shall be entitled to make other arrangements for the re purchase of

the stores contracted at the cost and risk of the Contractor

b) Security Deposit shall be submitted through Demand Draft Bankers Cheque

fixed deposit receipt or Bank Guarantee from any of the Scheduled Banks

executed on nonjudicial stamp paper of appropriate value and shall be valid for

a period of sixty (60) days beyond the date for completion of the Purchase

OrderContract

c) In case the contractor fails to furnish the security deposit within the specified

date or extended due date the Purchase OrderContract shall be cancelled and

in addition appropriate penal action may also be considered

d) After the Purchase OrderContract is successfully executed in all respects the

Bank Guarantee towards Security Deposit may be discharged and retained

amount shall be refunded to vendors

e) In the event of non execution of the Purchase orderContract or breach of any

terms and conditions of the Purchase Order the Security Deposit shall be

forfeited

7 Warranty

The Contractor shall provide for the tendered job comprehensive warranty for

parts as well as labour for a period of 12 months from the date of successful

installation commissioning and testing of the system at Purchasers site at no

extra charges against any manufacturing defectfaulty workmanship In case any

defect arises during warranty period the Contractor should replacerectify the

same at its own cost at siteworks

The LED light fittings and its driver unit etc shall have warranty for a period of 5

Tender No SCLPS52019E0156401 54

years from the date of installation and commissioning

8 Warranty Replacements

All replacement parts if any shall be supplied by the Contractor free of cost on F

O R Purchaser site at S A S Nagar Punjab basis

9 TERMS OF PAYMENT

The payment shall be remitted as under

90 of the value of the materials supplied shall be paid within 30 days of the

receipt of the materials at purchaser site and the balance 10 amount along

with 100 installation charges shall be payable on successful installation

commissioning and acceptance of the entire project at Purchasers site against a

Performance Bank Guarantee

10 PERFORMANCE BANK GUARANTEE (PBG)

The Contractor shall furnish a Bank Guarantee (as per format given by purchaser)

from any nationalized scheduled bank for an amount equivalent to 10 of the

value of the Contract and shall be valid for a period of 60 days beyond the expiry

date of warranty period On the performance and completion of the Contract in

all respects the Bank Guarantee will be returned to the Contractor without any

interest

11 VALIDITY

The tender must be valid for a minimum period of 120 days from the date of

opening of Technical bid and 90 days after opening of Price bid

The tender where the validity period is shorter than the period specified in the

tender enquiry shall be excluded from the procurement process

12 Quantity Variation

The quantities indicated against each items in the Bill of Quantities (BOQ) are

indicative and are for the purpose of bidding only Variation in quantities up to

Tender No SCLPS52019E0156401 55

+25 percent shall be carried out by the contractor on the agreedPurchase order

(PO) rates and terms amp conditions as in the purchase order (PO)

13 GUARANTEED TIME DELIVERY

The time for and the date of delivery stipulated in the Purchase Order shall be

deemed to be the essence of the Contract Delivery must be completed within

the date specified therein

14 Extra Items

In case of extra items (that are completely new and are in addition to the items

contained in the contract) the contractor may claim rates supported by proper

analysis and purchaser engineer in charge of the work shall after giving

consideration to the analysis of the rates submitted by the contractor determine

the rates on the basis of market rates and the contractor shall be paid in

accordance with the rates so determined The contractor(s) profit amp OH shall be

factored in the rate analysis 15

15 CONSIGNEE

Sr Purchase and Stores Officer (Stores)

Semi Conductor Laboratory

Sector 72 SAS Nagar (Mohali) Punjab

India 160 071

16 INSTALLATION AND COMMISSIONING

Installation commissioning and demonstration of performance of the tendered

stores as per Purchaser tendered specifications shall be carried out by the

Contractor at Purchaser site at S A S Nagar Punjab India

The Contractor shall provide in advance guidelines for preparation of the

installation site and list of items to be supplied by Purchaser during installation

Tender No SCLPS52019E0156401 56

On receipt of intimation from the Purchaser the Contractor shall depute its

engineer(s) to Purchaser site within two weeks to carry out installation and

commissioning and will demonstrate the functionality of the tendered

equipment to Purchaser specifications as per mutually agreed acceptance

procedure The Contractor shall be responsible for any lossdamages sustained

due to delay on the part of the Contractor to send its engineer for installation

and commissioning

Failure to commission the tendered equipment successfully shall entitle

Purchaser to full refund of the payment made and the interest thereon Decision

regarding successful installation and commissioning shall rest solely with the

Purchaser

17 REJECTION

In the event that any of the stores supplied by the Contractor is found defective

in material or workmanship or otherwise not in conformity with the

requirements of the Contract specifications the purchaser shall either reject the

stores or request the Contractor in writing to rectify the same The Contractor

on receipt of such notification shall either rectify or replace the defective stores

free of cost to the purchaser If the Contractor fails to do so the purchaser may

at his option either

a) replace or rectify such defective stores and recover the extra cost so involved

from the Contractor or

b) terminate the Contract for default as provided in this tender document

18 EXTENSION OF TIME

If the completion of supply of stores is delayed due to reason of force majeure

such as acts of god acts of public enemy acts of Government fires floods

epidemics quarantine restriction strikes freight embargoes etc the

Contractor shall give notice within 15 days to the purchaser in writing of his

claim for an extension of time The purchaser on receipt of such notice after

verification if necessary may agree to extend the Contract delivery date as may

Tender No SCLPS52019E0156401 57

be reasonable but without prejudice to other terms and conditions of the

Contract

19 DELAY IN COMPLETIONLIQUIDATED DAMAGES

If the Contractor fails to deliver the stores within the time specified in the

Contract or any extension thereof the purchaser shall recover from the

Contractor as liquidated damages a sum of one half of one percent (05 percent)

of the Contract price of the undelivered stores for each calendar week of delay

The total liquidated damages shall not exceed ten percent (10 percent) of the

Contract price of the unit or units so delayed Stores will be deemed to have

been delivered only when all their component parts are also delivered If certain

components are not delivered in time the stores will be considered as delayed

until such time as the missing parts are delivered Delivery of stores shall be

complete on Installation commissioning Testing and Acceptance

20 INSPECTION AND ACCEPTANCE TEST

The Purchasers representatives shall also be entitled at all reasonable times

during manufacture to inspect examine and test on the Contractors premises

the material and workmanship of all stores to be supplied under this Contract

and if part of the said stores is being manufactured on other premises the

Contractor shall obtain for the purchasers representative permission to inspect

examine and test as if the equipment were being manufactured on the

Contractors premises

Such inspection examination and testing shall not release the Contractor from

the obligations under this Contract

For tests on the premises of the Contractor or of any of his sub Contractors the

Contractor shall provide free of cost assistance labour material electricity fuel

and instruments as may be required or as may be reasonably needed by the

purchasers representative to carry out the tests efficiently

When the stores have passed the specified test the purchaser representative

shall furnish a certificate to the effect in writing to the Contractor The

Tender No SCLPS52019E0156401 58

Contractor shall provide copies of the tests certificates to the purchaser as may

be required

21 Labour Law Contractor shall abide by all labour laws rules and regulations

which are prevailing and as enforced from time to time and SCL shall not be

responsible for any accident or mishap during the course of the contract to any

of engineer labour employee by the Contractor The contractor shall also ensure

that the statutory obligations with regards to the employment of labour under

law are complied properly and timely

22 ARBITRATION

In the event of any disputes differences or claims arising out of or relating to

the interpretation and application of the Contract such disputes or differences

or claims shall be settled amicably by mutual consultations of the good Offices

of the respective Parties and recognizing their mutual interests attempt to reach

a solution satisfactory to both the parties If such a resolution is not possible

within 30 days from the date of receipt of written notice of the existence of such

disputes then the unresolved disputes or differences or claims shall be

referred to the Sole Arbitrator appointed by the Parties by mutual consent in

accordance with the rules and procedures of Arbitration and Conciliation Act

1996 as amended from time to time The arbitration shall be conducted in New

Delhi in the Arbitration and Conciliation Centre New Delhi (Domestic and

International) as per its rules and regulations The expenses for the Arbitration

shall be shared equally or as may be determined by the Arbitrator The

considered and written decision of the Arbitrator shall be final and binding

between the Parties The applicable language for Arbitration shall be English

only Work under the Contract shall be continued by the CONTRACTOR during

the pendency of arbitration proceedings without prejudice to a final adjustment

in accordance with the decision of the Arbitrator unless otherwise directed in

writing by the DEPARTMENT or unless the matter is such that the works cannot

be possibly continued until the decision (whether final or interim) of the

Arbitrator is obtained

23 APPLICABLE LAWS The contract shall be interpreted construed and

Tender No SCLPS52019E0156401 59

governed by laws of IndiaThe contract shall be subject to exclusive Jurisdiction

of the Court of SAS Nagar (Mohali) Punjab India irrespective of anything

mentioned in any correspondences or otherwise

24 Any Other Term

Tender No SCLPS52019E0156401 60

Supporting Documents from Vendor

Attachment ‐ I

Attachment ‐ II

Price Bid Form

Item Description Slab Range Qty UOM Currency Unit Price Total Price

Supply of MCC Panels cables

cable trays lightings etc for

electrical distribution system

including fire detection

system LAN Paging etc for

the Chemical Store building as

per detailed specifications

technical write‐updrawings

attached

‐ 1 Lot ‐ ‐ ‐

Installation Testing and

Commissioning of MCC

Panels cables cable trays

lightings etc for electrical

distribution system including

fire detection system LAN

Paging etc for the Chemical

Store building as per detailed

specifications technical write‐

updrawings attached

‐ 1 Lot ‐ ‐ ‐

Tender No SCLPS52019E0156401 61

Break‐up of other taxes and other costs should be specified in respective narration columns

Sum of these Break‐up values should be specified in respective value columns

Supporting Documents from Vendor (Commercial)

Document attachment with price bid

Attachment ‐ I

Attachment ‐ II

  • pdf_document_tndr_notc_electrical_distribution_system_051119
  • pdf_document_tndr_doc_electrical_distribution_system_051119
Page 25: -72, -160071 चंडीगढ़ के समीप पंजाब भारत...स म -क डक टर ल ब र टर /Semi-Conductor Laboratory अ त रक ष वभ

Tender No SCLPS52019E0156401 24

2 General Information for Site Condition The Contractor may

visit the site of work at SCL to acquaint themselves of the

actual site conditions

3 Code amp Standards All electrical equipment and accessories to

be furnished installed and commissioned under scope of

these specifications shall be designed manufactured tested

and installed in accordance with relevant Indian Standard

Specifications (ISS) Indian electricity rules and any other

applicable regulations

4 Period of CompletionThe time allowed for supply installation

testing and commissioning of the entire work shall be six (6)

months to be reckoned from the 7th day of issue of Purchase

order by SCL

5 Drawing Data and ManualsFollowing drawings documents

shall be submitted by the selected contractor for approval of

SCL for execution of the workaFoundation drawing of all

floor mounted Electrical panelsbGeneral Layout (GA)

drawing with dimension of all electrical equipment and Single

line drawings (SLDs) of electrical PanelcMake type and

catalogue of Switchgears of Electrical MCC Panels Power DBs

Power Cables and related accessories along with technical

leaflets data sheets etc to be provided by the contractor

The contractor shall offer recommended makes mentioned in

this document dEquipment data sheets furnishing

guaranteed performance figure for each type of

equipmenteTest certificates test results for each type of

equipmentfCheck lists and tests to be conducted during

erection testing amp commissioning of the individual

equipmentOn successful completion of the entire work the

Contractor shall provide lsquoAs Builtrsquo drawings for all the Systems

executed under the Contract Three (03) sets of hard copies

and one (01) set in soft copy (CDDVD) in Auto‐CAD and PDF

Tender No SCLPS52019E0156401 25

format shall be provided to SCL for its record and reference

Contractor shall also provide instruction Operation

manual(s) and maintenance manuals for the all equipment

system installed under the project

6 Eligibility Criteria Only those bidders meeting the below

mentioned eligibility criteria are eligible to participate in the

tendera Should have satisfactorily executed at‐least two (2)

similar works of value not less than Rs 50 Lakh each

involving inter alia power distribution works consisting of

MCCsPCCs of rating not less than 400 A 415 V 35 kA ( fault

level) MCBDBs lighting systems cabling during the last 5

years To ascertain eligibility for the work the participating

bidders shall enclose copy (ies) of the detailed Purchase

Order(s) and their completion certificate(s) evidencing

satisfactory completion of similar works issued by the

respective clientsorganisations Completion certificate for

works issued by private parties shall be supported by TDSb

Should not have incurred any loss in more than two years

during the last five (5) financial years ending 31st March 2019

c The Contractor should possess valid license of Class lsquoArsquo

Category Electrical Contractor issued by the State Licensing

Authorityd The contractor shall carry out the work in co‐

ordination with the civil works undertaken by other contractor

engaged by SCL

7 DeviationaContractor to clearly mention deviation(s) if any

from the specification in the unpriced techno‐commercial bid

bUnless such deviations are recorded in the deviation sheets

and submitted with the bid it will be assumed that the offer is

made in conformity with the tendered specification in all

respectscThe deviations shall be evaluated by SCL and

acceptance of the same shall be at the sole discretion of SCL

Tender No SCLPS52019E0156401 26

8 Quantity variationThe quantities indicated against each item

in the Bill of Quantities (BOQ) are indicative and are for the

purpose of bidding only Variation in quantities upto + 25

shall be carried out by the contractor on the agreedPurchase

Order (PO) rates and terms amp conditions as in the Purchase

Order (PO) In case of contract items which exceed the said

limit of +25 the contractor may claim revision of rates

supported by proof analysis and if the rate claimed in excess

of the rate specified in the bill of quantities SCLrsquos engineerndashin‐

charge of the work shall after giving consideration to the

analysis of rates submitted by the contractor determine the

rates on the basis of market rates and the contractor shall be

paid in accordance with the rates so determined The

Contractorrsquos profit amp OH shall be factored in the rate

analysis15

9 Extra ItemsIn case of extra items (that are completely new

and are in addition to the items contained in the contract) the

contractor may claim rates supported by proper analysis and

SCLrsquos engineer‐in‐charge of the work shall after giving

consideration to the analysis of the rates submitted by the

contractor determine the rates on the basis of market rates

and the contractor shall be paid in accordance with the rates

so determined The Contractorrsquos profit amp OH shall be factored

in the rate analysis15

10 Construction Power SupplyElectricity if available in the

premises may be provided to the contractor by Department

(SCL) only at a single point free of cost subject to the following

conditions ‐a)The Contractor has to make his own

arrangement to tap Electricity from a 3 phasesingle phase

supply from the location decided by the SCLrsquos Engineer‐in‐

charge (E‐I‐C)

Tender No SCLPS52019E0156401 27

11 Storage space site office Contractor will be provided a

lockable room within SCL premises for storage space subject

to availability Contractor will make at his own cost

temporary site office close to work site as per the location

decided by the E‐I‐C

12 Materialsystem submittalsMaterialssystems etc procured

by the selected Contractor for incorporation in the work will

be only of MakesManufacturers specified in the tender

document Submittals of the same shall be submitted by the

contractor for SCL review and approval

13 Other RequirementsbullErection testing amp commissioning of

items as per BOQbullSpecial tools amp tackles Party shall arrange

the ladderscaffoldingstair for working at height for cable

laying Fire detection system installation of light fixture

bullWork shall be executed as per the ISRO contractor safety

Manual Contractor to ensure that the manpower is equipped

with PPE for working at the site bullAll relevant drawing data

catalogues with instruction and trouble shoot manuals type

test certificates for the above accessoriesbullMaterials and

accessories which are necessary or used for satisfactory and

trouble free operation and maintenance of the above

equipmentrsquosmaterial shall also be furnished bullContractor

shall deploy skilled amp unskilled Labor qualified technical

Supervisor(s) erection tools amp tackles testing tools amp

equipment supplies consumables and hardware and

transport for timely and efficient execution of the

workbullContractor shall guarantee LED fixtures

(flameproofnon‐flameproof) for a period of 5 years from the

date of acceptance The contractorrsquos guarantee shall be

supported with a guarantee from the manufacturer(s) in this

regard

Tender No SCLPS52019E0156401 28

TECHNICAL SPECIFICATION‐1

Item Specifications ‐I

Sl No Specifications Compliance

(Yes No)

Offered Specifications Remarks

1 Internal Wiringa The electrical wiring installations and other

accessories shall comply with latest IS code 732 (part‐II) 1983

and National Electric Code‐1985b The word concealed means

it involves cutting of floor wall and making good after laying

the conduitMetal raceway as per the enclosed drawings by

the contractor as requiredc The contractor shall provide all

necessary components fixing materials accessories and

interconnections as per standard practice It is to be noted

that ceiling rose forms a part of the specifications hence not

indicated separately and shall be provided by the contractor

as requiredd Scope includes termination of wire ferruling

dressing cable tie etc as requirede The work shall be

executed as per the ISRO electrical specification available on

ISRO site wwwisrogovin in Schedule I to be read along with

the tender specification

2 LED LuminariesThe scope includes supply installation

testing commissioning of flame proofnon‐flameproof LED

lighting fixture at the ceiling level (about 55 meter height) in

the chemical store building outer periphery of the store

building electrical room AHU room at the first floor as per

drawings and discretion of E‐I‐C Architectural plan of the

building is attached Supply of required accessories such as

mounting brackets nuts bolts screws washers glands and

any other material required for installation of LED fixture as

per specifications mentioned in BOQ shall be part of the

specification Junction box as required for loop‐in and loop‐

Tender No SCLPS52019E0156401 29

out of the cable for flame proof light fixture will be in the

scope of the contractor LED light fittings will be suitable for

operation on 230V single phase AC supply The fitting shall

be supplied with all fixing material such as brackets nuts

bolts etc as required for installation of fittings Special

Conditions aLuminaire make (Brand) from among the

recommended make mentioned in the tender document shall

be clearly mentioned in Technical Bid along with complete

technical detailsbThe LED light fitting and its driver unit etc

shall have warranty for a period of 5 years from the date of

installation and commissioningcThe flame proof fixture shall

be provided along with the Petroleum and Explosives Safety

Organization (PESO) certification

3 Detailed Specification for LED Fixture a Flame Proof LED

Fixtures Supply and installation of flameexplosion proof high

efficiency 1 Phase 230 V 60W LED light fitting as per IS 2206

with luminous efficiency 100Lmwatt or better CRI gt 08 amp

THDlt10 IP‐66 as per ISIEC 605292001 made of Die cast

aluminium alloy Heat resistant amp tough clear dome glass

having enclosure as per Ex‐d GAS Gr IIA IIB IIC AS PER ISIEC

60079‐12007 amp ISIEC 60079‐02004 Area of classification

ZONE‐1 2 21 amp 22 and temperature class T‐6 or better as per

ISIEC 60079 complete with loop‐in loop‐out provision

Mounting bracket for mounting on the ceiling Double

compression cable gland shall be provided and install by the

contractor along with the light fitting Recommended Make of

fixture Baliga Stahl Sudhir SwitchgearRecommended make

of LED NICHIA CREE PHILIPS LUMILED OSRAMb General

LED fixtures Supply amp fixing of wallceiling mounted batten

type 20W LED tube light (Four feet) luminaire with efficient

driver (efficiency shall be more than 90) amp with minimum

lumens output of 2000 lumens per lamp comprising of nano

diffuser technology complete with efficient amp constant

Tender No SCLPS52019E0156401 30

current output driver suitable for operation on 230V single

phase 50Hz AC supply efficient heat sink effective thermal

management and with colour temperature shall be gt 6000K

The LED with suitable control gear and power factor gt09 LM

79 certification for luminaireLM80 certificate for LED shall be

submitted and with other standard accessories prewired

including necessary interconnections complete in all respects

and as directed by EIC (Similar to Philips Astra or equivalent)

Recommended make of fixture Philips GE Trilux

LTRecommended make of LED NICHIA CREE PHILIPS

LUMILED OSRAM

4 c Street Light Fixture Supply and installation of 72W75W

LED Street Light fixture with High‐brightness White LEDs

sources with high transmittance flat toughed glass cover and

peanut LENS on each LEDs System luminous efficacy 100

LmsWatt 5600K colour temperature amp 70 CRI value for

ensuring good quality light output Life of at‐least 50000

hours at 70 lumen maintenance ampLED driver efficiency gt

85 Power factor greater than 095 THDlt10 amp min 3KV

surge protection with operating voltage range from 120‐270V

for ensuring lifelong high performance of luminaire the

fixture shall be made of LM‐6 Pressure die‐cast aluminium

with engraved company name amp have IK05 amp IP66 Class

protection with NABL Accredited LM‐79 amp LM‐80 Report

Mounting pole mounted upto a height of 8 meter and pole

bracket diameter of 48‐60 mm (adjustable) Recommended

make of fixture Trilux Philips GE LTRecommended make of

LED NICHIA CREE PHILIPS LUMILED OSRAM

5 Street Light Pole Providing and installation of hot dipped

galvanized swaged tubular 9‐meter‐long with planting depth

15 metersiexclbrvbar street light poles The effective length of each

section shall be‐ bottom 5 meters middle 2 meters and top 2

meters The outside dia and thickness of pole shall be

Tender No SCLPS52019E0156401 31

minimum 11430x440mm 889x4085mm 761x325mm

respectively as required The pole shall be provided with

necessary bracket (inclination 105115 degree length 15

meter dia 45 mm ) for mounting upto 72 W LED street light

fixture Each pole shall have a weather proof

loopingterminal box clamped at 550 mm above ground level

along with a suitable earth terminal The looping box shall be

provided with a suitable Power terminal arrangement to loop

4C x10sqmm size cable and MCB5A fuse cut‐out A base

plate 300 x300x10mm shall be welded to the bottom of the

pole Both underground cable and GI earth wire shall be

terminated at the terminal looping box in the looping zone

Further wiring to the light fixture shall be done with three

core flexible copper wire (2core for power supply and third

core for earthing)GI tubular pole shall be installed in cement

concrete 136 (1 cement 3 coarse sand 6 graded stone

aggregate 40 mm nominal size) foundation including

excavation and refilling etc Party to cast 2 run of 32 mm MS

conduit for cables upto a height of 550mm from ground level

for loop in loop out of cable The civil work for street light pole

foundation forms a part of installation of the work and will be

done by the party as required for commissioning of lighting

poleFor earthing of street light poles coilspiral earthing

using 8 SWG GI wire shall be used The GI wire shall be buried

to a minimum depth of 15 m with excavation refilling of

earth and connecting GI wire to pole using GI bolt and nut

complete as per requirementMake of Pole Reputed make

with ISI mark Note Party shall submit Drawing of the street

light pole for SCL approval before start of manufacturing

6 Cables wire conduit earthing Switchboards

SwitchesSockets etca Cables The scope includes the Supply

and installation of XLPE insulated overall FRLS PVC outer

sheathed AlCu armored cable on wallsurfacesoilexisting

Tender No SCLPS52019E0156401 32

cable tray as required for MCC Panel and MCB DBs as per the

detailed specification and quantity in this document All

necessary hardware for installation of cable like cable tie

clamps tags etc is in the scope of Contractor Contractor to

ensure that cable laid on the cable tray is properly clamped

with GI clamps and cable is properly secured on cable tray b

Wire The scope includes the Supply and installation of FRLS

Copper wire of different size quantity amp Specification for

power distribution and lighting and power etc as per the

requirement c Conduit The scope includes the Supply and

installation of ISI makes MS Conduits of different size as per

Specification for power and lighting distribution switch

sockets etc as per the requirement Flexible conduit shall be

of GId Cable tray The scope includes the supply and

installation of GIMS cable trays as per specificationse

Earthing The scope includes the supply and providing

earthing for Panels DBs cable trays light fixtures and poles

flameproof accessories fire panel speakers exhaust fans etc

matching the specifications given in this tender documentf

Lightning protection The scope includes the supply and

providing earthing for lightning protection of the building as

per the IS 2309 specification and quantities as per the BOQ

The scope includes horizontal and vertical runs earth pits test

point earthing of building periphery for contour etcg Rack

earthing The scope includes the supply and providing

earthing for racks as per specificationsh Switchboards and

SwitchSockets The scope includes the Supply and installation

of different size of flameproofnon‐flameproof Switchboards

and switchsocket for Lighting Power Distribution as per

specificationi MSGI Conduits flexible GI conduit earthing

materials doublesingle compression brass cable glands

cable lugs (Al amp Cu as required) cable ties cablewire

identification tags required for the installation and

maintenance of trouble free operation of the downstream

Tender No SCLPS52019E0156401 33

system and accessories are covered under this specificationj

MS junction box conduit along with all related accessories as

per specification

TECHNICAL SPECIFICATION‐2

Item Specifications ‐II

Sl No Specifications Compliance

(Yes No)

Offered Specifications Remarks

1 Electrical Panel SpecificationGeneralaPanel shall be

fabricated as per IEC 61439 part 1 amp 2 bPanel shall be indoor

metal clad air insulated floor mounted extendable to side

single front construction front wired front

connectedcMinimum thickness of sheet metal used shall be

2 mm and panel shall confirm to IP54 protectiondThe

working height of the Panel shall be limited as per standard

engineering practicese The design should be fully

compartmentalized with metal partitions between

compartments All doors shall be gasketed Each vertical

section shall have removable back coverfAll switches push

buttons lamps indicating instruments shall be flush

mountedgA full height vertical cable chamber with cable

supports shall be provided in each section to facilitate unit

wiring Cable chamber shall be sized to accommodate all cable

and shall have removable covers A horizontal wire way

extending the entire length shall be provided at the top of

panel for inter panel wiringhPanel shall be with minimum

75mm high base MS channel frameiThe panel shall undergo

seven tank or better process as per relevant IS

standardsjLifting hook shall be provided at each section for

easy transportationkDifferent compartment of the panel

shall be provided with dust proof type air filter louvers

explosion vents or similar safety arrangements in the panels

Tender No SCLPS52019E0156401 34

to let out gases under pressure generated during event of any

fault inside the panellPanel shall have pocket for the Panel

drawing in the incomer section

2 Busbar and Bus TapsaThe main bus and connections shall be

of high connectivity AluminiumAluminium alloy sized for

specified current ratings with maximum temperature limited

to 85amp778 C ie 35amp778 C rise and ambient 50amp778

bSeparate vertical bus bars shall be provided for each vertical

panelcAdequate contact pressure shall be ensured at bus

connections by means of two bolt connections with plain and

spring washers and lock nutsdBus bar and connections shall

be fully insulated for working voltages with adequate

phaseground clearances Insulating sleeves heat shrink type

for bus bar and shrouds removable type joints shall be

provided Bus insulators shall be flame retardanteBus bar

shall be color coded for easy identificationfBusbar should be

connected in such a way that it can be dismantledassembled

while separating different section of the panelgShrouds of

transparent sheet on the exposed bus in cable alleys for

adequate safety measurehBus bar Conductor shall be

confirming to IS‐5082iMinimum clearance (PH‐PH PH‐N and

PH‐E) between Bus bars shall be maintained as per latest

ISjBus Bar supporting Material shall be of

SMCDMCkMaterial of Aluminium Bus bar shall be of E91

gradelBus bar shall be protected from the transparent

insulated material for stand safety point

3 3Control ModuleaFixed type control module shall house the

control components for a circuitbThe equipment layout shall

provide sufficient working space in between the components

and subject to SCL approval cEach control module shall be

equipped with ACDC potential free Relays (230V AC24V DC)

Contactors etc for seamless interface of the operation of

Drives from FCMS (PLC)dVendor to provide the potential free

Tender No SCLPS52019E0156401 35

contact to facilitate local operation from MCC and remote

operation from FCMSPLC Vendor shall provide with each

drive module automanual selector switch and each drive

module shall be wired up to the terminal block for localauto

selection ON OFF trip feedback to SCLrsquos control station and

ONOFF command room FCMSPLC as welleMCC panel and

LPBS shall have selector switches for MCCLocal and

LocalRemote selection respectively Control (OnOff) of the

Drivesheaters will be as per following selection If selector

switch (SS) at MCC is selected to MCC ONOFF operation can

be done from MCC only irrespective of position of SS at LPBSIf

selector switches both at MCC amp LPBS are selected to LOCAL

ONOFF operation can be done from LPBS onlyIf SS at MCC is

selected to LOCAL and SS at LPBS is selected to REMOTE

ONOFF operation can be done from FCMS only

4 VFDVFD shall be of Allen Bradley PF400 series having

redundant Control Net communication option as well to

communicate with the existing Facilities Control amp Monitoring

System (FCMs) Control Net Bridge Coaxial Straight T‐Tap

1786‐TPS must also be supplied along with VFDs Line

reactorchoke of suitable rating shall be connected before the

VFD

5 Thyristor based Heater ControlaDYDAC Make Thyristor

power controller Type 3003 or equivalent rating 85kW

Control input 4‐20mA Thyristor input supply 415VAC (3‐Ouml)

Thyristor output supply 415VAC (3‐Ouml) which shall be provided

by the vendor in a separate compartment of the MCC 4‐20mA

Control signal from the heater PID will modulate the thyristor

controller output to maintain the fresh air temperature at set

value Heater ON and OFF set points shall be adjustable in the

SCADA in FCMSbThyristor controller run command run

feedback 4‐20mA modulating signal shall be wired up to the

terminal block in the cable alley in the MCC Thyristor

Tender No SCLPS52019E0156401 36

Panelcompartment shall be complete with inter module

control and power wiring 220V AC supply shall be drawn from

one of the phase and neutral of the incoming 415VAC and

connect to the Thyristor supply terminals through MCB

Circuit breaker lsquoswitch ONrsquo and Thyristor control unit lsquoRUN

commandrsquo will get activated from FCMS if air temperature is

below ON set point Circuit breaker lsquoswitch OFFrsquo and Thyristor

control unit lsquoRUN command withdraws will get activated

from FCMS when temperature becomes above OFF set point

6 Fire Suppression system amp Fire Protection systemPanel shall

be equipped with required materials such as fire suppression

cylinders filled with fire suppression agents Fire detection

tubes Heat sensor tubes end of line adaptor with gauge

electrical Relays differential pressure valves etc to provide

the fire suppression and fire protection system in cable alley

and bus bar chambers of the electrical panel

7 MCCBaThe MCCBs should be extra current limiting type with

trip time of less than 10 m sec under short circuit conditions

The current limiting action should be achieved with repulsion

principle The MCCBs should preferably have an anti‐reclosing

featurebThe MCCBs should be 3 or 4 poles as per SLDcThe

MCCBs should have a Service short circuit breaking capacity

(Ics) of not less than 35 kA rms at 415 Volts 50Hz AC for

incomer The service breaking capacity should be equal to

ultimate breaking capacities (Icu) (ie Ics= Icu=100)dThe

release should be thermal magnetic having adjustable

overload and short circuiteSwitches shall be triple pole air

break AC23 motor duty for motor starter feedersfCubicle

doors of incoming and outgoing shall be mechanically

interlocked with switchgear to prevent unintentional openings

of the door while the unit is in energized condition However

defeat interlock provision is also to be providedgAll incoming

and outgoing feeders shall be provided with bolted disconnect

Tender No SCLPS52019E0156401 37

link for isolation of neutral if necessary Selector switches

shall be of rotary typehThe MCCB shall be provided with

rotary drive kit spreader terminals and ONOFFTrip (MCCB)

position of switch handle to be clearly markediDuct Heater

MCCB shall be motorized to control (ONoff) from FCMSjFor

incomers it should be EDO microprocessor based

communicable MCCB (35 kA or above) with numerical

releases for OL SC amp EFR (With mechanical and Electrical

interlocking for operation of only one ACB at any point of

time)

8 MPCBaThe MPCBs should be of 3 pole air break type AC3

Duty continuous rating as specifiedbMPCBs should have at

least 1NO+1NC contactcThese should have trip indication

test trip functiondThe release should be thermal magnetic

having adjustable overload trip settingeThe service breaking

capacity should be equal to ultimate breaking capacities (Icu)

(ie Ics= Icu=100)fThe MPCBs should be suitable for din rail

type mounting

9 Capacitor Bank Supply and installation of Capacitor Bank ‐

Box Type Dry construction Conforming to IS 13340‐41IEC

60831 440V 50Hz Rated Current (In) as per Load Heavy

Duty Dielectric MPP Low loss type with overall loss lt

05WkVAR Delta Connection with Discharge Device

10 ContactoraThe contactor shall be 3 pole air break type AC3

Duty continuous rating for motor starter feeders with non‐

bouncing silver silver alloy contactsbContactor shall be of

electromagnetic type rated for uninterrupted duty as per

relevant standards and also suitable for capacitor duty

cContactor shall be provided with adequate auxiliary contacts

rated for 10Amps 240VAC for interfacing with control

schemedContactor coil rating shall be minimum pick up of

85 of rated voltage and minimum drop out of 75 rated

Tender No SCLPS52019E0156401 38

voltage

11 Control and IndicationsaPush buttons will be heavy duty oil

tight and push to actuate type with integral plate marked

with its functionbEach push button shall be provided with

2NO+2NC contacts rated for 10Amps 240VACcLamps shall

be LED type rated for 240V AC Lens and lamps shall be

replaceable from the front dThe control supply shall be

through a 415V230V transformer and the vendor shall

provide 1 no 415V230V transformer for the same Vendor

shall also provide Power module for 24V DC Supply for the

operation of heaters control module

12 MetersaAll indicating instruments shall be digital

Switchboard type with accuracy class +‐ 2 full scalebMFM

of suitable rating shall be used in the incomer

feedercSelector switches shall be furnished at outgoing

feeders as per SLD for ammeterdAmmeter shall be of analog

type flush mounted industrial pattern of size 96x96 mm with

accuracy class 10 eMultifunction meter shall be of digital

type flush mounted industrial pattern of size 96x96 mm with

accuracy class 10 as per IEC 6205253 suitable for

measurement of Current Voltage Power Frequency Power

factor Energy and ready port to communicate with FCMS

through RS 485 The Meter should have Modbus

communication port as well

13 CT (Current transformer)CT will be cast resin type rated 15VA

or more burden with Maximum accuracy limit of class 1

14 Secondary wiringaPanel shall be fully wired at the factory to

ensure proper functioning of control and protectionbFuse

and links shall be provided to permit individual circuit

protection from bus wires without disturbing other circuits All

spare contacts of relays push buttons and other devices shall

Tender No SCLPS52019E0156401 39

be wired up to terminal blockscWiring shall be done with

flexible 25sqmm copper 1100V grade PVC insulated

switchboard wires Each wire shall be identified at both ends

with permanent markers bearing wire numbers as per wiring

diagramdWire termination shall be done with crimping type

connector with insulating sleeve

15 Powercontrol Terminal BlocksaTerminal block shall be 660V

grade box clamp type with marking strips similar to ELMEX 10

mm2 or equal for ControlbTerminal for CT secondary leads

shall have provision for shortingcNot more than two wires

shall be connected to any terminaldSpare terminals equal in

number to 20 active terminals shall be providedeTerminal

blocks shall be suitably located in cable alleysfFor Power

cable Bus Bar type cable connector (Melamine material) shall

be providedgFor Control cable heavy duty screw type cable

connector (Melamine material) shall be provided

16 Cable terminationaPanel shall be designed for cable entry

from topbEach cable shall be clearly marked at both ends

with an indestructible marker preferably a cable tag made of

Aluminium tacked with indicating cable number amp both end

feeder tags with switchboard tags Cable tags at ends of cable

shall be provided inside the gland plate as well as outside the

gland platecAll provisions and accessories shall be furnished

for termination of cables including removable gland plates

cable supports and terminal blocksdGland plate shall be

minimum 3 mm thick

17 Ground BusA GI ground bus rated to carry the maximum fault

current shall extend full length of Panel The ground bus shall

be provided with 2 bolts with GI bolt and nuts at each end to

receive 50x6mm GI flat

18 NameplateaThe nameplate of approved design shall be

Tender No SCLPS52019E0156401 40

provided for each compartment and also at the top of each

panel Nameplate shall be minimum 20x70mm and 3mm

thickbDrawing Pouch shall be provided at the incomer cable

allay

19 PaintingPanel shall be painted with light grey epoxy painted

(Siemens Gray RAL 7032) and caution notice plate shall be

fixed at the back of each vertical panel

20 Make of Switchgears aMCCBSiemensSchneiderbPush

button SiemensSchneider TekniccSelector

SwitchSiemensSchneider Teknic

dFuseSchneiderSiemenseTimerSiemensSchneiderfContro

l TransformerAEIMPIndcoilgTerminal

BlockElmexConnectwellFTChMeters Conzerv LampT

AEiCTs amp PTsKappaAutomatic

Electric(AE)NippenjContactorsSchneiderSiemenskIndicatio

ns SiemensSchneider

TekniclRelaysSchneiderSiemensPLAmMCBSchneiderSiem

ensnCooling Fan

RexnordSunonoVFDsAllen bradlypThyristor moduleDYDAC

qRCBOSiemensSchneiderrMCB

DBSiemensABBLegrandsLine reactorchokeAllen

BradleytCapacitor BankNeptune Schneider Siemens

21 Local Push Button Station (LPBS)The Scope includes supply

and installation of LPBS for Chiller Pumps AHUs Heaters as

per the BOQ and detailed specification given below aLPBS

shall be indoor metal clad air insulated wallAngle frame

mounted as required single front construction front wired

front connected hinged lockable door LPBS for Chiller Pumps

system shall be suitable for outdoor installationbMinimum

thickness of sheet metal used shall be 2 mm and panel shall

conform to IP54 protection for indoor installation and IP65 for

outdoor type LPBScAll switches push buttons with indicating

Tender No SCLPS52019E0156401 41

LED lamps indicating instruments shall be flush

mounteddThe LPBS shall be used for remote operation of

drives Equipment and HeaterseTo facilitate the localremote

operation LPBS shall have LocalRemote selector switch and

provided with Start push button lockable Stop push button

ammeter of suitable range Terminal Block and lockable

Emergency off Switch etc fLPBS shall be equipped with AC

(230V)DC (24V) Relays Contactors etc for seamless interface

of the operation of Drives from FCMS (PLC)gLPBS should be

suitable for wall mounting and provided with necessary

mounting arrangementhWiring shall be done with flexible

25sqmm copper 650V grade PVC insulated switchboard

wires Each wire shall be identified at both ends with

permanent markers bearing wire numbers as per wiring

diagramiWire termination shall be done with crimping type

connector with insulating sleevejGland plate shall be

minimum 3 mm thickkThe nameplate of approved design

shall be provided for each compartment and also at the top of

each panel Nameplate shall be minimum 20x70mm and 3mm

thicklLPBS shall be painted with light grey epoxy painted

(Siemens Gray RAL 7032)

22 Make of Electrical panel As per DOS Approved Panel

manufacturer list (attached)

TECHNICAL SPECIFICATION‐3

Item Specifications ‐III

Sl No Specifications Compliance

(Yes No)

Offered Specifications Remarks

Tender No SCLPS52019E0156401 42

1 Fire Detection System Scope for fire detection system

includes supply installation testing commissioning of Fire

panel Addressable Fire detection devices Manual Call Points

Addressable loop sounders Switch Monitoring unit (SMU) UV

IR sensor for detection of methanol flame Cable MS junction

boxes for loop in loop out of cable as per specifications and

integrating the same with existing repeater panel as per the

requirement The detailed specifications for the different

component of fire deduction system are as follows

2 A Multi‐sensor Detectors The smoke detectors shall be multi‐

sensor (heat and smoke) detector with isolator suitable for

detecting a wide range of smoke from slow smoldering and

fast flaming fire The detector shall have following features

bullSolid state addressing arrangement in combination with a

hand held programmer to configure the sensor

addressbullElectronics free mounting basebullTwin alarm LEDs for

360 Degree viewing and shall have blinking LED facilitybullThe

sensor shall have s removable chamber for ease of cleaning or

replacementbullAutomatic compensation for smoke sensor

contaminationbullShall have a built in test facility which allows

the fire alarm control panel to adjust the alarm threshold

levels to compensate for contamination and shall have a

maintenance alarm display when threshold can no longer be

adjustedbullOperating temperature ‐ 10 DegC to 50 DegC and

operating RH at 40 DegC‐95 RH

3 B Manual call stations Manual Call Stations should have in

built monitor module and pressbreak and resettable

capability constructed of high impact LEXAN sheet with clearly

visible operating instructions on the cover and the word FIRE

shall appear on front and suitable for surface mountingflush

mounting complete as required

Tender No SCLPS52019E0156401 43

4 C UV IR SensorThe UV‐IR flame detector shall operate on 24

VDC 0‐24mA current output suitable for detection of

Methanol flame with automatic built in test for reliable

operations and suitable for installation in Hazardous area zone

1and 2 with Class I Division 12 Gas group A B C The detector

shall not be susceptible to environmental conditions to

generate false alarms The entire system shall be rated for IP

66 or better and supplied with suitable mounting bracket The

system shall comply to the detailed specifications as listed

belowbullDetection Technology UV ‐ IR Electro‐optical

detectionbullDetection range 75 meterbullField of View greater

than equal to 90deg Both Horizontal and verticalbullResponse

Time less than equal to 5 secondsbullBuilt in Test Automatic

bullOperating Temperature Range 0 to + 75degCbullOperating

Humidity Range Continuous 95 non‐condensingbullAnalog

Output signal 4‐20mAbullAlarms amp Fault Normal 4 mA Fault

02 mA Alarm 20 mA + 10 verifiedbullOperating voltage 24

VDC ( 18‐32VDC)bullPower consumption Vendor to specify for

Standby and Alarm conditionbullSensor Calibration

Verification Sensor calibration as per OEM for certified

performancebullSensor Life 2 Years (minimum)bullSensor

Calibration vendor to carry out sensor calibration at site and

submit calibration certificate valid for one yearbullRFI EMI

SusceptibilitybullRequired EN 616326‐3 and EN 6100006‐3 or

equivalent IP protectionbullIP protection IP 66 or betterbullFault

Diagnostic Sensor Fault (end of life) other informationbullSelf‐

Check Test Automatic during start‐upbullHousing SS 316

Epoxy Painted Aluminium die castbullStart‐up Time Vendor to

specifybullApprovalcertification PESO and ATEX ‐ Ex d IIC C

Class 1 Div 12 Group A B C DNote Vendor shall arrange

the 230V AC to 24V DC Power supply module along with half

an hour Battery Back up in MS powder coated Enclosure

Input Power supply (230V AC) for Power Supply module shall

Tender No SCLPS52019E0156401 44

be provided by SCL

5 D SMU Unit for UV IR sensor Supply installation testing and

commissioning of Switch Monitoring Unit (SMU) to configure

the UV IR sensors with fire detection system as requiredE

SoundersAddressable Sounders shall be loop powered with

all fixing materials complete as required The sound level shall

be 100dB (A)

6 F Fire Alarm Control Panel (FACP) bullFACP shall be of 2

loopsbullFACP shall be suitable for 230V 50 Hz AC supply and

detectors shall be powered using FACP based detection

circuits Devices shall receive power and communication from

the same pair of conductorsbullFACP shall provide for resetting

detectors fault isolation and sensor loop operationbullFACP

shall be suitable for mixing different fire devices and beam

smoke detectors within the same loop to optimize field

wiringbullFACP shall have alarm indication of individual sensors

detector trouble alarm indication for dust accumulation The

panel shall check detector once in every 24 hours for

contamination for this purposebullThe FACP shall regularly

supervise all the sensors and devices on the loop and initiate

fire or trouble alarm whenever requiredbullFACP shall have 2

wire circuits to connect minimum of 126 addressable devices

per loopbullFACP shall be with repeater interface and suitable

24V battery with built in software and 2 x 40 character

alphanumeric LCD display and necessary front panel control

keys FACP shall display the date time and description for

Analog sensors to indicate alarms and trouble

situationsbullFACP switches shall allow authorized personnel to

accomplish the following ‐bullInitiate a general alarm

conditionbullSilence the local audiblebullSilence the alarm

signalsbullReset all zonespointsbullFACP shall have walk test

facilitybullShall have facility for programming from the key

board or utilizing PC set up software via laptopdesk top

Tender No SCLPS52019E0156401 45

computerbullShall have memory data for panel configuration

and operation reside in non‐volatile memory (EPROM)bullFACP

shall have facility for speech processor (to record pre‐

recorded message of 20 S) and also have Auto Dialer facility

(can dial up to 8 different lines)bullAll addressable units shall be

connected to the FACP through the loop cards and shall be

addressed though individualized numbers The FACP shall be

able to obtain analog value for all detectors in the circuit

through a pulsed digitized current data The FACP shall be

able to analyze all analog inputs from all addressable units

and though its own software and ambient level screening the

FACP shall be able to identify fire possible fire or fault

conditions The unit supervision shall be dynamic and

continuousbullThe FACP shall itself have all loop cards in it No

isolated mother board or transponder shall be

consideredbullShortopen circuit units shall also be reported at

the FACP in such cases the system through the use of fault

isolators shall be able to isolate that segment between the

two fault isolators The missing DetectorsDevices shall also

be reported to the FACP with identification of the

locationbullThe FACP shall have the facility to set smoke sensor

sensitivity remotely to either high sensitivity manually or on a

pre‐programmed sequence (Ie DayNight) period When an

alarm condition is sensed at the FACP from a smoke or heat

detector a delay timealarm verification period shall be

started If the sensor is still in alarm after the delay time

expired an alarm condition is reported The delay time shall

be adjustable from 0 to 990 secondsbullThe FACP shall have

either an in‐built or external printer coupled to the FACP

which shall log all events with time The printout shall clearly

indicate the event‐FirePre‐AlarmFault etc with the unit

address and timebullThe FACP shall also be able to discriminate

between false alarms and fire conditions as well as priority

selection of alarm in case alarm activities in two or more

Tender No SCLPS52019E0156401 46

remotely located units simultaneously In such cases the

Manual Call stations shall have the highest prioritybullThe FACP

shall also be able to actuate switches automatically in case of

Fire condition of AHUs and power supply or other system such

as piped pressurized gas supplybullThe system shall be fail safe

and adequate safe guards should be under taken that in the

event of a failure of a part of the system it shall not handicap

the complete system The loop cards shall be of Modular

constructionbullThe FACP shall have its own battery backup of a

minimum of 48 hours in normal run and then half an hour in

alarm condition The backup time calculation shall be done as

per TAC standards The Battery shall be 2 x 12V (24V) DC and

of sealed maintenance free type housed inside the FACPbullIt

shall be able to withstand temperature variations from 0

Degree Centigrade to 55 Degree Centigrade Further Relative

Humidity (non‐condensing type) up to 93 shall not hamper

its performance The voltage rating shall be from 17V DC to

31V DC though the voltage may be change depending upon

the working voltages of a proprietary FACPbullThe FACP shall be

totally enclosed dust and vermin proof type made of

minimum 16‐gauge dust inhibited sheet with even baked

finish The FACP shall be of completely solid state designbullThe

logic circuitry shall be based on high noise immunity solid‐

state hardware employing modular construction Logic cards

shall be of epoxy fiber glass constructionbullThe FACP shall have

EN 54ULFM approvalbullThe panel shall have an extra loop

card to serve as standby in case of burnout or malfunctioning

of any operating loop cardsbullThe FACP shall be capable of

being networked (future expansion) with other similar FACPs

located at different locations of SCL premises through a single

RS 485 busbullThe FACP shall have provision for interfacing with

the Public Address System

7 G Repeater panelScope comprises of supply and installation

Tender No SCLPS52019E0156401 47

of Repeater Panel which display fire fault message

simultaneously with the FACP bullIt shall be capable of

interfacing with the FACP on a single RS 485 Bus bullThe panel

shall be capable of operating on 24V DC supplybullThe

independent 24V DC supply source to be installed in MS

cubicle Box duly powder coated paint along with repeater

panelbullThe panel shall have 2 x 40‐character backlit display

which shall display date time and description of alarm

trouble events are that displayed in the panel shall be

powered from the FACPbullIt shall have control keys for sound

silence mute and to reset the FACP from the repeater

stationsbullThe repeater panel shall have the following LEDs

indicationsbullSupply bullFault bullMute bullSilent bullDisabled

bullFire

8 H Fire CableSupply and installation of 2Cx15mm2 Copper

extruded PVC inner sheath armored and overall FRLS PVC

outer sheathed 11 KV grade as per IS 7098 (Part I bearing ISI

certification) on existing cable traywallsoft soilhard soil as

required

9 I Fire Cable terminationSupplying and making end

termination with brass compression gland and copper lugs for

2Cx15mm2 Copper cable in MS Box of Size 4X4 installed

above the false ceilingwallsurface as required

10 J Junction Box for Fire devicesSupply installation testing and

commissioning of MS painted box Size 4X4 with ELMEX type

terminal block for loop in loop out of 2c x15 sq mm copper

armored cable and connection to the fire detector device on

wallsurfacerecess including wall cutting and providing

necessary hardware for mounting fixing including all

material for fixing as required

Tender No SCLPS52019E0156401 48

TECHNICAL SPECIFICATION‐4

Item Specifications ‐IV

Sl No Specifications Compliance

(Yes No)

Offered Specifications Remarks

1 A NetworksLAN The detailed specification for the network

rack switch cable cords IOs face plates etc and the

required accessories shall be as below CAT 6A or better cable

shall be laid in the PVC Conduit The detailed specifications

for the different component of networksLAN are as follows

2 bull Rack Supply installation testing and commissioning of UL

listed modular type 12U network rack with front glass door

and rear perforated door floor mounted Size 550x550 with

1 No of 5 port Octagonal PDU 515Amp with MCB and Fan

Tray with minimum 2 Fans The rack should have provision of

2 nos of cable manager duct type 1U and 2 vertical manager‐

concealed type Rack should be three sides openable with

front glass door and rear perforated door and provision of

cable entry from top and bottom both with proper earthing

kit as requiredRecommended Make Rittal Netrack

Schneider Valrack

3 bull Network Switch Supply amp installation of Network Switch in

Network Rack with the following specification as belowSwitch

shall haveamp61607Port Density Minimum 8 101001000

BaseT Ports amp 4‐1G SFP Ports ready for use with SFP module

Ports shall support PoE on all ports with PoE budget of

180Wamp61607Architecture Stand‐alone rack

mountableamp61607Bandwidth minimum 56Gbps of

switching bandwidth to support above listed ports in non‐

blocking configurationamp61607StackableScable support for

Tender No SCLPS52019E0156401 49

stacking multiple switchesamp61607Stacking backplane

bandwidth Access switch shall have additional port(s) for

providing minimum 40 Gbps stacking bandwidthamp61607L2

Features 8021x authentication spanning tree

etcamp61607Networkjflowsflow or equivalent provision for

Networkjflowsflow or equivalent supportamp61607Network

Management support Network Management through

command line interface (CLI) SNMP v1 v2c v3

httpsamp61607IPv6 Readiness IPv6 Readiness from day

1amp61607RegulatorySafety confirming to UL60950 amp

EN60950amp61607EALNIAP certified Model No shall be EAL

or NIAPNDPP certifiedRecommended Make Cisco Juniper

HP Brocade dell

4 bull CAT 6A Cable Supply and installationlaying of category 6A

or better 4 pair shielded cable UFTP or FUTP in PVC

Conduit sheath type low smoke zero halogen (LSZH) with

transmission properties amp electrical properties tested

minimum up to 500MHz amp verified by ETL amp comply with

ANSITIAEIA‐568‐C2 amp ISOIEC 11801 Recommended make

Commscope Schneider Molex Siemon

5 bull Patch Panel Supply installation testing and commissioning

of CAT6A PatchJack Panel of 24 Port fully loaded in Network

rack with port identification number with self‐adhesive clear

label holder Each portjack on the panel should be

individually removable on field from the panel and have

integrated rear cable management metallic shelf and have a

separate provision of grounding Recommended make

Commscope Schneider Molex Siemon

6 bull Patch Cords (1 meter) Supply installation testing and

commissioning of Patch Cords Cat 6A shielded 1 meter in

Network rack with 4 pair shielded copper wire factory pre

terminated with shielded RJ45 plugs Aluminumpolyester

Tender No SCLPS52019E0156401 50

shield screen material with low smoke Zero halogen sheath

comply to TIA‐568‐C2 Cat 6A in IOs of Network

RackRecommended make Commscope Schneider Molex

Siemon

7 bull Patch Cords (3 meter) Supply installation testing and

commissioning of Patch Cords Cat 6A shielded 3 meter in

Network rack with 4 pair shielded copper wire factory pre

terminated with shielded RJ45 plugs Aluminumpolyester

shield screen material with low smoke Zero halogen sheath

comply to TIA‐568‐C2 Cat 6A at field side Recommended

make Commscope Schneider Molex Siemon

8 bull Information outlet Supply and installation of Shielded Cat

6A information outlet UFTP or FUTP compliance to category

6A or better TIA568C2‐500MHz at field sideRecommended

make Commscope Schneider Molex Siemon

9 bull Face Plate (Dual) Supply and installation of single gang

square face plate (Dual) and SMB Box with a provision to

support variety of jacks‐ UTP STP etc at the field

sideRecommended make Commscope Schneider Molex

SiemonbullFace plate (single) Supply and installation of square

face plate ( single) with a provision to support variety of jacks‐

UTP STP etc at the field sideRecommended make

Commscope Schneider Molex Siemon

10 bull SMB Box Supply and installation of SMB Box for face plate

(DualSingle) as required Recommended make Commscope

Schneider Molex Siemon

11 bull Other Accessories amp61607Supply and Installation of

25mm electrical grade ISI mark PVC Conduit in

wallfloorslabsurface including wallfloor cutting and

making good the same as required Recommended make

Reputed ISI Markamp61607Supply and installation of OFC SM

Tender No SCLPS52019E0156401 51

OS2 Cable in existing 32mm HDPE pipe as

requiredamp61607Supply and Laying of 32mm HDPE pipe

direct in ground including excavation sand cushioning

protective covering and refilling the trench including standard

cable route marker etc as requiredamp61607Supply and

installation of SC simplex single‐mode LSZH pigtail 1m as

requiredamp61607Supply and installation of adaptor plate

with 3 SC duplex SM adaptors as requiredamp61607Splicing of

OFC as per Core as requiredamp61607Supply and installation

of accessories for making the Chamber Pit‐ 1Mtr Depth with

Lid for housing OFC as requiredamp61607Trenching of

HardSoft Soil as required

12 B Paging The scope includes supply installation testing and

commissioning of Supply and installation of IP 65 or better

explosion proofWP loud speaker anticorrosive powder

coated red (RAL‐3000) suitable for Zone I amp II Class II C

Hardware SS304 as per IS2148 and equivalent to model FLSR

25 of Baliga with necessary support gland as required and

installing the same on wallsurface with GI supports as

required and connecting the same with wire The Scope also

includes supply and installation of 2Cx15mm2 FRLS armored

and PVC sheath twisted pair wire their termination tagging

glanding earthing etc as required for speakers and other

accessories requires for smooth commissioning of the paging

system

Vendor Specificied Terms

Description Vendor Terms

Tender No SCLPS52019E0156401 52

1Delivery Term

Prices shall be quoted on F O R destination basis ie S C L S A S Nagar Mohali

Punjab exclusive of GST and taxes as may be applicable

2 GST

Purchaser is entitled to concessional GST of 5 as per Ministry of Finance

Department of Revenue Notification No 472017 Integrated Tax (Rate) both

dated 14th November 2017 respectively and would accordingly issue Exemption

Certificate in favour of the contractor quoting in Indian Rupees The bidder

should take note of the same while quoting the prices in Indian Rupees GST on

installation services shall be applicable 18

3 DELIVERY SCHEDULEPERIOD OF COMPLETION

The time allowed for supply installation testing and commissioning of the entire

works shall be 06 (Six) months to be reckoned form the 7th day of issue of

purchase order

4 IMPORTANT

This being a two part Tender Technical and Commercial parts separate the

bidder should not attach any document(s) containing pricing information with

technical part The Contractor will provide Un priced commercial offer in

envelope 1 (Technical Part) as an attachment

The tenders containing price information in Technical Part will be treated as

unsolicited offers and rejected Contractor to confirm that Price bid is not

attached in Envelope 1 ie Technical Part

Priced Commercial offer if any should be attached in Envelope 2 (Price Bid)

under Supporting Documents from Vendor (Commercial) as an attachment

5 The prices shall remain firm until completion of entire project including

extended period if any No cost escalation shall be applicable for the work

Tender No SCLPS52019E0156401 53

6 SECURITY DEPOSIT

a) On acceptance of the tender the Contractor shall submit security deposit for

ten percent (10 percent) of the value of the Contract within 15 days from the

date of purchase order If the Contractor fails toprovide the security within the

period specified such failure shall constitute a breach of the Contract and the

Purchaser shall be entitled to make other arrangements for the re purchase of

the stores contracted at the cost and risk of the Contractor

b) Security Deposit shall be submitted through Demand Draft Bankers Cheque

fixed deposit receipt or Bank Guarantee from any of the Scheduled Banks

executed on nonjudicial stamp paper of appropriate value and shall be valid for

a period of sixty (60) days beyond the date for completion of the Purchase

OrderContract

c) In case the contractor fails to furnish the security deposit within the specified

date or extended due date the Purchase OrderContract shall be cancelled and

in addition appropriate penal action may also be considered

d) After the Purchase OrderContract is successfully executed in all respects the

Bank Guarantee towards Security Deposit may be discharged and retained

amount shall be refunded to vendors

e) In the event of non execution of the Purchase orderContract or breach of any

terms and conditions of the Purchase Order the Security Deposit shall be

forfeited

7 Warranty

The Contractor shall provide for the tendered job comprehensive warranty for

parts as well as labour for a period of 12 months from the date of successful

installation commissioning and testing of the system at Purchasers site at no

extra charges against any manufacturing defectfaulty workmanship In case any

defect arises during warranty period the Contractor should replacerectify the

same at its own cost at siteworks

The LED light fittings and its driver unit etc shall have warranty for a period of 5

Tender No SCLPS52019E0156401 54

years from the date of installation and commissioning

8 Warranty Replacements

All replacement parts if any shall be supplied by the Contractor free of cost on F

O R Purchaser site at S A S Nagar Punjab basis

9 TERMS OF PAYMENT

The payment shall be remitted as under

90 of the value of the materials supplied shall be paid within 30 days of the

receipt of the materials at purchaser site and the balance 10 amount along

with 100 installation charges shall be payable on successful installation

commissioning and acceptance of the entire project at Purchasers site against a

Performance Bank Guarantee

10 PERFORMANCE BANK GUARANTEE (PBG)

The Contractor shall furnish a Bank Guarantee (as per format given by purchaser)

from any nationalized scheduled bank for an amount equivalent to 10 of the

value of the Contract and shall be valid for a period of 60 days beyond the expiry

date of warranty period On the performance and completion of the Contract in

all respects the Bank Guarantee will be returned to the Contractor without any

interest

11 VALIDITY

The tender must be valid for a minimum period of 120 days from the date of

opening of Technical bid and 90 days after opening of Price bid

The tender where the validity period is shorter than the period specified in the

tender enquiry shall be excluded from the procurement process

12 Quantity Variation

The quantities indicated against each items in the Bill of Quantities (BOQ) are

indicative and are for the purpose of bidding only Variation in quantities up to

Tender No SCLPS52019E0156401 55

+25 percent shall be carried out by the contractor on the agreedPurchase order

(PO) rates and terms amp conditions as in the purchase order (PO)

13 GUARANTEED TIME DELIVERY

The time for and the date of delivery stipulated in the Purchase Order shall be

deemed to be the essence of the Contract Delivery must be completed within

the date specified therein

14 Extra Items

In case of extra items (that are completely new and are in addition to the items

contained in the contract) the contractor may claim rates supported by proper

analysis and purchaser engineer in charge of the work shall after giving

consideration to the analysis of the rates submitted by the contractor determine

the rates on the basis of market rates and the contractor shall be paid in

accordance with the rates so determined The contractor(s) profit amp OH shall be

factored in the rate analysis 15

15 CONSIGNEE

Sr Purchase and Stores Officer (Stores)

Semi Conductor Laboratory

Sector 72 SAS Nagar (Mohali) Punjab

India 160 071

16 INSTALLATION AND COMMISSIONING

Installation commissioning and demonstration of performance of the tendered

stores as per Purchaser tendered specifications shall be carried out by the

Contractor at Purchaser site at S A S Nagar Punjab India

The Contractor shall provide in advance guidelines for preparation of the

installation site and list of items to be supplied by Purchaser during installation

Tender No SCLPS52019E0156401 56

On receipt of intimation from the Purchaser the Contractor shall depute its

engineer(s) to Purchaser site within two weeks to carry out installation and

commissioning and will demonstrate the functionality of the tendered

equipment to Purchaser specifications as per mutually agreed acceptance

procedure The Contractor shall be responsible for any lossdamages sustained

due to delay on the part of the Contractor to send its engineer for installation

and commissioning

Failure to commission the tendered equipment successfully shall entitle

Purchaser to full refund of the payment made and the interest thereon Decision

regarding successful installation and commissioning shall rest solely with the

Purchaser

17 REJECTION

In the event that any of the stores supplied by the Contractor is found defective

in material or workmanship or otherwise not in conformity with the

requirements of the Contract specifications the purchaser shall either reject the

stores or request the Contractor in writing to rectify the same The Contractor

on receipt of such notification shall either rectify or replace the defective stores

free of cost to the purchaser If the Contractor fails to do so the purchaser may

at his option either

a) replace or rectify such defective stores and recover the extra cost so involved

from the Contractor or

b) terminate the Contract for default as provided in this tender document

18 EXTENSION OF TIME

If the completion of supply of stores is delayed due to reason of force majeure

such as acts of god acts of public enemy acts of Government fires floods

epidemics quarantine restriction strikes freight embargoes etc the

Contractor shall give notice within 15 days to the purchaser in writing of his

claim for an extension of time The purchaser on receipt of such notice after

verification if necessary may agree to extend the Contract delivery date as may

Tender No SCLPS52019E0156401 57

be reasonable but without prejudice to other terms and conditions of the

Contract

19 DELAY IN COMPLETIONLIQUIDATED DAMAGES

If the Contractor fails to deliver the stores within the time specified in the

Contract or any extension thereof the purchaser shall recover from the

Contractor as liquidated damages a sum of one half of one percent (05 percent)

of the Contract price of the undelivered stores for each calendar week of delay

The total liquidated damages shall not exceed ten percent (10 percent) of the

Contract price of the unit or units so delayed Stores will be deemed to have

been delivered only when all their component parts are also delivered If certain

components are not delivered in time the stores will be considered as delayed

until such time as the missing parts are delivered Delivery of stores shall be

complete on Installation commissioning Testing and Acceptance

20 INSPECTION AND ACCEPTANCE TEST

The Purchasers representatives shall also be entitled at all reasonable times

during manufacture to inspect examine and test on the Contractors premises

the material and workmanship of all stores to be supplied under this Contract

and if part of the said stores is being manufactured on other premises the

Contractor shall obtain for the purchasers representative permission to inspect

examine and test as if the equipment were being manufactured on the

Contractors premises

Such inspection examination and testing shall not release the Contractor from

the obligations under this Contract

For tests on the premises of the Contractor or of any of his sub Contractors the

Contractor shall provide free of cost assistance labour material electricity fuel

and instruments as may be required or as may be reasonably needed by the

purchasers representative to carry out the tests efficiently

When the stores have passed the specified test the purchaser representative

shall furnish a certificate to the effect in writing to the Contractor The

Tender No SCLPS52019E0156401 58

Contractor shall provide copies of the tests certificates to the purchaser as may

be required

21 Labour Law Contractor shall abide by all labour laws rules and regulations

which are prevailing and as enforced from time to time and SCL shall not be

responsible for any accident or mishap during the course of the contract to any

of engineer labour employee by the Contractor The contractor shall also ensure

that the statutory obligations with regards to the employment of labour under

law are complied properly and timely

22 ARBITRATION

In the event of any disputes differences or claims arising out of or relating to

the interpretation and application of the Contract such disputes or differences

or claims shall be settled amicably by mutual consultations of the good Offices

of the respective Parties and recognizing their mutual interests attempt to reach

a solution satisfactory to both the parties If such a resolution is not possible

within 30 days from the date of receipt of written notice of the existence of such

disputes then the unresolved disputes or differences or claims shall be

referred to the Sole Arbitrator appointed by the Parties by mutual consent in

accordance with the rules and procedures of Arbitration and Conciliation Act

1996 as amended from time to time The arbitration shall be conducted in New

Delhi in the Arbitration and Conciliation Centre New Delhi (Domestic and

International) as per its rules and regulations The expenses for the Arbitration

shall be shared equally or as may be determined by the Arbitrator The

considered and written decision of the Arbitrator shall be final and binding

between the Parties The applicable language for Arbitration shall be English

only Work under the Contract shall be continued by the CONTRACTOR during

the pendency of arbitration proceedings without prejudice to a final adjustment

in accordance with the decision of the Arbitrator unless otherwise directed in

writing by the DEPARTMENT or unless the matter is such that the works cannot

be possibly continued until the decision (whether final or interim) of the

Arbitrator is obtained

23 APPLICABLE LAWS The contract shall be interpreted construed and

Tender No SCLPS52019E0156401 59

governed by laws of IndiaThe contract shall be subject to exclusive Jurisdiction

of the Court of SAS Nagar (Mohali) Punjab India irrespective of anything

mentioned in any correspondences or otherwise

24 Any Other Term

Tender No SCLPS52019E0156401 60

Supporting Documents from Vendor

Attachment ‐ I

Attachment ‐ II

Price Bid Form

Item Description Slab Range Qty UOM Currency Unit Price Total Price

Supply of MCC Panels cables

cable trays lightings etc for

electrical distribution system

including fire detection

system LAN Paging etc for

the Chemical Store building as

per detailed specifications

technical write‐updrawings

attached

‐ 1 Lot ‐ ‐ ‐

Installation Testing and

Commissioning of MCC

Panels cables cable trays

lightings etc for electrical

distribution system including

fire detection system LAN

Paging etc for the Chemical

Store building as per detailed

specifications technical write‐

updrawings attached

‐ 1 Lot ‐ ‐ ‐

Tender No SCLPS52019E0156401 61

Break‐up of other taxes and other costs should be specified in respective narration columns

Sum of these Break‐up values should be specified in respective value columns

Supporting Documents from Vendor (Commercial)

Document attachment with price bid

Attachment ‐ I

Attachment ‐ II

  • pdf_document_tndr_notc_electrical_distribution_system_051119
  • pdf_document_tndr_doc_electrical_distribution_system_051119
Page 26: -72, -160071 चंडीगढ़ के समीप पंजाब भारत...स म -क डक टर ल ब र टर /Semi-Conductor Laboratory अ त रक ष वभ

Tender No SCLPS52019E0156401 25

format shall be provided to SCL for its record and reference

Contractor shall also provide instruction Operation

manual(s) and maintenance manuals for the all equipment

system installed under the project

6 Eligibility Criteria Only those bidders meeting the below

mentioned eligibility criteria are eligible to participate in the

tendera Should have satisfactorily executed at‐least two (2)

similar works of value not less than Rs 50 Lakh each

involving inter alia power distribution works consisting of

MCCsPCCs of rating not less than 400 A 415 V 35 kA ( fault

level) MCBDBs lighting systems cabling during the last 5

years To ascertain eligibility for the work the participating

bidders shall enclose copy (ies) of the detailed Purchase

Order(s) and their completion certificate(s) evidencing

satisfactory completion of similar works issued by the

respective clientsorganisations Completion certificate for

works issued by private parties shall be supported by TDSb

Should not have incurred any loss in more than two years

during the last five (5) financial years ending 31st March 2019

c The Contractor should possess valid license of Class lsquoArsquo

Category Electrical Contractor issued by the State Licensing

Authorityd The contractor shall carry out the work in co‐

ordination with the civil works undertaken by other contractor

engaged by SCL

7 DeviationaContractor to clearly mention deviation(s) if any

from the specification in the unpriced techno‐commercial bid

bUnless such deviations are recorded in the deviation sheets

and submitted with the bid it will be assumed that the offer is

made in conformity with the tendered specification in all

respectscThe deviations shall be evaluated by SCL and

acceptance of the same shall be at the sole discretion of SCL

Tender No SCLPS52019E0156401 26

8 Quantity variationThe quantities indicated against each item

in the Bill of Quantities (BOQ) are indicative and are for the

purpose of bidding only Variation in quantities upto + 25

shall be carried out by the contractor on the agreedPurchase

Order (PO) rates and terms amp conditions as in the Purchase

Order (PO) In case of contract items which exceed the said

limit of +25 the contractor may claim revision of rates

supported by proof analysis and if the rate claimed in excess

of the rate specified in the bill of quantities SCLrsquos engineerndashin‐

charge of the work shall after giving consideration to the

analysis of rates submitted by the contractor determine the

rates on the basis of market rates and the contractor shall be

paid in accordance with the rates so determined The

Contractorrsquos profit amp OH shall be factored in the rate

analysis15

9 Extra ItemsIn case of extra items (that are completely new

and are in addition to the items contained in the contract) the

contractor may claim rates supported by proper analysis and

SCLrsquos engineer‐in‐charge of the work shall after giving

consideration to the analysis of the rates submitted by the

contractor determine the rates on the basis of market rates

and the contractor shall be paid in accordance with the rates

so determined The Contractorrsquos profit amp OH shall be factored

in the rate analysis15

10 Construction Power SupplyElectricity if available in the

premises may be provided to the contractor by Department

(SCL) only at a single point free of cost subject to the following

conditions ‐a)The Contractor has to make his own

arrangement to tap Electricity from a 3 phasesingle phase

supply from the location decided by the SCLrsquos Engineer‐in‐

charge (E‐I‐C)

Tender No SCLPS52019E0156401 27

11 Storage space site office Contractor will be provided a

lockable room within SCL premises for storage space subject

to availability Contractor will make at his own cost

temporary site office close to work site as per the location

decided by the E‐I‐C

12 Materialsystem submittalsMaterialssystems etc procured

by the selected Contractor for incorporation in the work will

be only of MakesManufacturers specified in the tender

document Submittals of the same shall be submitted by the

contractor for SCL review and approval

13 Other RequirementsbullErection testing amp commissioning of

items as per BOQbullSpecial tools amp tackles Party shall arrange

the ladderscaffoldingstair for working at height for cable

laying Fire detection system installation of light fixture

bullWork shall be executed as per the ISRO contractor safety

Manual Contractor to ensure that the manpower is equipped

with PPE for working at the site bullAll relevant drawing data

catalogues with instruction and trouble shoot manuals type

test certificates for the above accessoriesbullMaterials and

accessories which are necessary or used for satisfactory and

trouble free operation and maintenance of the above

equipmentrsquosmaterial shall also be furnished bullContractor

shall deploy skilled amp unskilled Labor qualified technical

Supervisor(s) erection tools amp tackles testing tools amp

equipment supplies consumables and hardware and

transport for timely and efficient execution of the

workbullContractor shall guarantee LED fixtures

(flameproofnon‐flameproof) for a period of 5 years from the

date of acceptance The contractorrsquos guarantee shall be

supported with a guarantee from the manufacturer(s) in this

regard

Tender No SCLPS52019E0156401 28

TECHNICAL SPECIFICATION‐1

Item Specifications ‐I

Sl No Specifications Compliance

(Yes No)

Offered Specifications Remarks

1 Internal Wiringa The electrical wiring installations and other

accessories shall comply with latest IS code 732 (part‐II) 1983

and National Electric Code‐1985b The word concealed means

it involves cutting of floor wall and making good after laying

the conduitMetal raceway as per the enclosed drawings by

the contractor as requiredc The contractor shall provide all

necessary components fixing materials accessories and

interconnections as per standard practice It is to be noted

that ceiling rose forms a part of the specifications hence not

indicated separately and shall be provided by the contractor

as requiredd Scope includes termination of wire ferruling

dressing cable tie etc as requirede The work shall be

executed as per the ISRO electrical specification available on

ISRO site wwwisrogovin in Schedule I to be read along with

the tender specification

2 LED LuminariesThe scope includes supply installation

testing commissioning of flame proofnon‐flameproof LED

lighting fixture at the ceiling level (about 55 meter height) in

the chemical store building outer periphery of the store

building electrical room AHU room at the first floor as per

drawings and discretion of E‐I‐C Architectural plan of the

building is attached Supply of required accessories such as

mounting brackets nuts bolts screws washers glands and

any other material required for installation of LED fixture as

per specifications mentioned in BOQ shall be part of the

specification Junction box as required for loop‐in and loop‐

Tender No SCLPS52019E0156401 29

out of the cable for flame proof light fixture will be in the

scope of the contractor LED light fittings will be suitable for

operation on 230V single phase AC supply The fitting shall

be supplied with all fixing material such as brackets nuts

bolts etc as required for installation of fittings Special

Conditions aLuminaire make (Brand) from among the

recommended make mentioned in the tender document shall

be clearly mentioned in Technical Bid along with complete

technical detailsbThe LED light fitting and its driver unit etc

shall have warranty for a period of 5 years from the date of

installation and commissioningcThe flame proof fixture shall

be provided along with the Petroleum and Explosives Safety

Organization (PESO) certification

3 Detailed Specification for LED Fixture a Flame Proof LED

Fixtures Supply and installation of flameexplosion proof high

efficiency 1 Phase 230 V 60W LED light fitting as per IS 2206

with luminous efficiency 100Lmwatt or better CRI gt 08 amp

THDlt10 IP‐66 as per ISIEC 605292001 made of Die cast

aluminium alloy Heat resistant amp tough clear dome glass

having enclosure as per Ex‐d GAS Gr IIA IIB IIC AS PER ISIEC

60079‐12007 amp ISIEC 60079‐02004 Area of classification

ZONE‐1 2 21 amp 22 and temperature class T‐6 or better as per

ISIEC 60079 complete with loop‐in loop‐out provision

Mounting bracket for mounting on the ceiling Double

compression cable gland shall be provided and install by the

contractor along with the light fitting Recommended Make of

fixture Baliga Stahl Sudhir SwitchgearRecommended make

of LED NICHIA CREE PHILIPS LUMILED OSRAMb General

LED fixtures Supply amp fixing of wallceiling mounted batten

type 20W LED tube light (Four feet) luminaire with efficient

driver (efficiency shall be more than 90) amp with minimum

lumens output of 2000 lumens per lamp comprising of nano

diffuser technology complete with efficient amp constant

Tender No SCLPS52019E0156401 30

current output driver suitable for operation on 230V single

phase 50Hz AC supply efficient heat sink effective thermal

management and with colour temperature shall be gt 6000K

The LED with suitable control gear and power factor gt09 LM

79 certification for luminaireLM80 certificate for LED shall be

submitted and with other standard accessories prewired

including necessary interconnections complete in all respects

and as directed by EIC (Similar to Philips Astra or equivalent)

Recommended make of fixture Philips GE Trilux

LTRecommended make of LED NICHIA CREE PHILIPS

LUMILED OSRAM

4 c Street Light Fixture Supply and installation of 72W75W

LED Street Light fixture with High‐brightness White LEDs

sources with high transmittance flat toughed glass cover and

peanut LENS on each LEDs System luminous efficacy 100

LmsWatt 5600K colour temperature amp 70 CRI value for

ensuring good quality light output Life of at‐least 50000

hours at 70 lumen maintenance ampLED driver efficiency gt

85 Power factor greater than 095 THDlt10 amp min 3KV

surge protection with operating voltage range from 120‐270V

for ensuring lifelong high performance of luminaire the

fixture shall be made of LM‐6 Pressure die‐cast aluminium

with engraved company name amp have IK05 amp IP66 Class

protection with NABL Accredited LM‐79 amp LM‐80 Report

Mounting pole mounted upto a height of 8 meter and pole

bracket diameter of 48‐60 mm (adjustable) Recommended

make of fixture Trilux Philips GE LTRecommended make of

LED NICHIA CREE PHILIPS LUMILED OSRAM

5 Street Light Pole Providing and installation of hot dipped

galvanized swaged tubular 9‐meter‐long with planting depth

15 metersiexclbrvbar street light poles The effective length of each

section shall be‐ bottom 5 meters middle 2 meters and top 2

meters The outside dia and thickness of pole shall be

Tender No SCLPS52019E0156401 31

minimum 11430x440mm 889x4085mm 761x325mm

respectively as required The pole shall be provided with

necessary bracket (inclination 105115 degree length 15

meter dia 45 mm ) for mounting upto 72 W LED street light

fixture Each pole shall have a weather proof

loopingterminal box clamped at 550 mm above ground level

along with a suitable earth terminal The looping box shall be

provided with a suitable Power terminal arrangement to loop

4C x10sqmm size cable and MCB5A fuse cut‐out A base

plate 300 x300x10mm shall be welded to the bottom of the

pole Both underground cable and GI earth wire shall be

terminated at the terminal looping box in the looping zone

Further wiring to the light fixture shall be done with three

core flexible copper wire (2core for power supply and third

core for earthing)GI tubular pole shall be installed in cement

concrete 136 (1 cement 3 coarse sand 6 graded stone

aggregate 40 mm nominal size) foundation including

excavation and refilling etc Party to cast 2 run of 32 mm MS

conduit for cables upto a height of 550mm from ground level

for loop in loop out of cable The civil work for street light pole

foundation forms a part of installation of the work and will be

done by the party as required for commissioning of lighting

poleFor earthing of street light poles coilspiral earthing

using 8 SWG GI wire shall be used The GI wire shall be buried

to a minimum depth of 15 m with excavation refilling of

earth and connecting GI wire to pole using GI bolt and nut

complete as per requirementMake of Pole Reputed make

with ISI mark Note Party shall submit Drawing of the street

light pole for SCL approval before start of manufacturing

6 Cables wire conduit earthing Switchboards

SwitchesSockets etca Cables The scope includes the Supply

and installation of XLPE insulated overall FRLS PVC outer

sheathed AlCu armored cable on wallsurfacesoilexisting

Tender No SCLPS52019E0156401 32

cable tray as required for MCC Panel and MCB DBs as per the

detailed specification and quantity in this document All

necessary hardware for installation of cable like cable tie

clamps tags etc is in the scope of Contractor Contractor to

ensure that cable laid on the cable tray is properly clamped

with GI clamps and cable is properly secured on cable tray b

Wire The scope includes the Supply and installation of FRLS

Copper wire of different size quantity amp Specification for

power distribution and lighting and power etc as per the

requirement c Conduit The scope includes the Supply and

installation of ISI makes MS Conduits of different size as per

Specification for power and lighting distribution switch

sockets etc as per the requirement Flexible conduit shall be

of GId Cable tray The scope includes the supply and

installation of GIMS cable trays as per specificationse

Earthing The scope includes the supply and providing

earthing for Panels DBs cable trays light fixtures and poles

flameproof accessories fire panel speakers exhaust fans etc

matching the specifications given in this tender documentf

Lightning protection The scope includes the supply and

providing earthing for lightning protection of the building as

per the IS 2309 specification and quantities as per the BOQ

The scope includes horizontal and vertical runs earth pits test

point earthing of building periphery for contour etcg Rack

earthing The scope includes the supply and providing

earthing for racks as per specificationsh Switchboards and

SwitchSockets The scope includes the Supply and installation

of different size of flameproofnon‐flameproof Switchboards

and switchsocket for Lighting Power Distribution as per

specificationi MSGI Conduits flexible GI conduit earthing

materials doublesingle compression brass cable glands

cable lugs (Al amp Cu as required) cable ties cablewire

identification tags required for the installation and

maintenance of trouble free operation of the downstream

Tender No SCLPS52019E0156401 33

system and accessories are covered under this specificationj

MS junction box conduit along with all related accessories as

per specification

TECHNICAL SPECIFICATION‐2

Item Specifications ‐II

Sl No Specifications Compliance

(Yes No)

Offered Specifications Remarks

1 Electrical Panel SpecificationGeneralaPanel shall be

fabricated as per IEC 61439 part 1 amp 2 bPanel shall be indoor

metal clad air insulated floor mounted extendable to side

single front construction front wired front

connectedcMinimum thickness of sheet metal used shall be

2 mm and panel shall confirm to IP54 protectiondThe

working height of the Panel shall be limited as per standard

engineering practicese The design should be fully

compartmentalized with metal partitions between

compartments All doors shall be gasketed Each vertical

section shall have removable back coverfAll switches push

buttons lamps indicating instruments shall be flush

mountedgA full height vertical cable chamber with cable

supports shall be provided in each section to facilitate unit

wiring Cable chamber shall be sized to accommodate all cable

and shall have removable covers A horizontal wire way

extending the entire length shall be provided at the top of

panel for inter panel wiringhPanel shall be with minimum

75mm high base MS channel frameiThe panel shall undergo

seven tank or better process as per relevant IS

standardsjLifting hook shall be provided at each section for

easy transportationkDifferent compartment of the panel

shall be provided with dust proof type air filter louvers

explosion vents or similar safety arrangements in the panels

Tender No SCLPS52019E0156401 34

to let out gases under pressure generated during event of any

fault inside the panellPanel shall have pocket for the Panel

drawing in the incomer section

2 Busbar and Bus TapsaThe main bus and connections shall be

of high connectivity AluminiumAluminium alloy sized for

specified current ratings with maximum temperature limited

to 85amp778 C ie 35amp778 C rise and ambient 50amp778

bSeparate vertical bus bars shall be provided for each vertical

panelcAdequate contact pressure shall be ensured at bus

connections by means of two bolt connections with plain and

spring washers and lock nutsdBus bar and connections shall

be fully insulated for working voltages with adequate

phaseground clearances Insulating sleeves heat shrink type

for bus bar and shrouds removable type joints shall be

provided Bus insulators shall be flame retardanteBus bar

shall be color coded for easy identificationfBusbar should be

connected in such a way that it can be dismantledassembled

while separating different section of the panelgShrouds of

transparent sheet on the exposed bus in cable alleys for

adequate safety measurehBus bar Conductor shall be

confirming to IS‐5082iMinimum clearance (PH‐PH PH‐N and

PH‐E) between Bus bars shall be maintained as per latest

ISjBus Bar supporting Material shall be of

SMCDMCkMaterial of Aluminium Bus bar shall be of E91

gradelBus bar shall be protected from the transparent

insulated material for stand safety point

3 3Control ModuleaFixed type control module shall house the

control components for a circuitbThe equipment layout shall

provide sufficient working space in between the components

and subject to SCL approval cEach control module shall be

equipped with ACDC potential free Relays (230V AC24V DC)

Contactors etc for seamless interface of the operation of

Drives from FCMS (PLC)dVendor to provide the potential free

Tender No SCLPS52019E0156401 35

contact to facilitate local operation from MCC and remote

operation from FCMSPLC Vendor shall provide with each

drive module automanual selector switch and each drive

module shall be wired up to the terminal block for localauto

selection ON OFF trip feedback to SCLrsquos control station and

ONOFF command room FCMSPLC as welleMCC panel and

LPBS shall have selector switches for MCCLocal and

LocalRemote selection respectively Control (OnOff) of the

Drivesheaters will be as per following selection If selector

switch (SS) at MCC is selected to MCC ONOFF operation can

be done from MCC only irrespective of position of SS at LPBSIf

selector switches both at MCC amp LPBS are selected to LOCAL

ONOFF operation can be done from LPBS onlyIf SS at MCC is

selected to LOCAL and SS at LPBS is selected to REMOTE

ONOFF operation can be done from FCMS only

4 VFDVFD shall be of Allen Bradley PF400 series having

redundant Control Net communication option as well to

communicate with the existing Facilities Control amp Monitoring

System (FCMs) Control Net Bridge Coaxial Straight T‐Tap

1786‐TPS must also be supplied along with VFDs Line

reactorchoke of suitable rating shall be connected before the

VFD

5 Thyristor based Heater ControlaDYDAC Make Thyristor

power controller Type 3003 or equivalent rating 85kW

Control input 4‐20mA Thyristor input supply 415VAC (3‐Ouml)

Thyristor output supply 415VAC (3‐Ouml) which shall be provided

by the vendor in a separate compartment of the MCC 4‐20mA

Control signal from the heater PID will modulate the thyristor

controller output to maintain the fresh air temperature at set

value Heater ON and OFF set points shall be adjustable in the

SCADA in FCMSbThyristor controller run command run

feedback 4‐20mA modulating signal shall be wired up to the

terminal block in the cable alley in the MCC Thyristor

Tender No SCLPS52019E0156401 36

Panelcompartment shall be complete with inter module

control and power wiring 220V AC supply shall be drawn from

one of the phase and neutral of the incoming 415VAC and

connect to the Thyristor supply terminals through MCB

Circuit breaker lsquoswitch ONrsquo and Thyristor control unit lsquoRUN

commandrsquo will get activated from FCMS if air temperature is

below ON set point Circuit breaker lsquoswitch OFFrsquo and Thyristor

control unit lsquoRUN command withdraws will get activated

from FCMS when temperature becomes above OFF set point

6 Fire Suppression system amp Fire Protection systemPanel shall

be equipped with required materials such as fire suppression

cylinders filled with fire suppression agents Fire detection

tubes Heat sensor tubes end of line adaptor with gauge

electrical Relays differential pressure valves etc to provide

the fire suppression and fire protection system in cable alley

and bus bar chambers of the electrical panel

7 MCCBaThe MCCBs should be extra current limiting type with

trip time of less than 10 m sec under short circuit conditions

The current limiting action should be achieved with repulsion

principle The MCCBs should preferably have an anti‐reclosing

featurebThe MCCBs should be 3 or 4 poles as per SLDcThe

MCCBs should have a Service short circuit breaking capacity

(Ics) of not less than 35 kA rms at 415 Volts 50Hz AC for

incomer The service breaking capacity should be equal to

ultimate breaking capacities (Icu) (ie Ics= Icu=100)dThe

release should be thermal magnetic having adjustable

overload and short circuiteSwitches shall be triple pole air

break AC23 motor duty for motor starter feedersfCubicle

doors of incoming and outgoing shall be mechanically

interlocked with switchgear to prevent unintentional openings

of the door while the unit is in energized condition However

defeat interlock provision is also to be providedgAll incoming

and outgoing feeders shall be provided with bolted disconnect

Tender No SCLPS52019E0156401 37

link for isolation of neutral if necessary Selector switches

shall be of rotary typehThe MCCB shall be provided with

rotary drive kit spreader terminals and ONOFFTrip (MCCB)

position of switch handle to be clearly markediDuct Heater

MCCB shall be motorized to control (ONoff) from FCMSjFor

incomers it should be EDO microprocessor based

communicable MCCB (35 kA or above) with numerical

releases for OL SC amp EFR (With mechanical and Electrical

interlocking for operation of only one ACB at any point of

time)

8 MPCBaThe MPCBs should be of 3 pole air break type AC3

Duty continuous rating as specifiedbMPCBs should have at

least 1NO+1NC contactcThese should have trip indication

test trip functiondThe release should be thermal magnetic

having adjustable overload trip settingeThe service breaking

capacity should be equal to ultimate breaking capacities (Icu)

(ie Ics= Icu=100)fThe MPCBs should be suitable for din rail

type mounting

9 Capacitor Bank Supply and installation of Capacitor Bank ‐

Box Type Dry construction Conforming to IS 13340‐41IEC

60831 440V 50Hz Rated Current (In) as per Load Heavy

Duty Dielectric MPP Low loss type with overall loss lt

05WkVAR Delta Connection with Discharge Device

10 ContactoraThe contactor shall be 3 pole air break type AC3

Duty continuous rating for motor starter feeders with non‐

bouncing silver silver alloy contactsbContactor shall be of

electromagnetic type rated for uninterrupted duty as per

relevant standards and also suitable for capacitor duty

cContactor shall be provided with adequate auxiliary contacts

rated for 10Amps 240VAC for interfacing with control

schemedContactor coil rating shall be minimum pick up of

85 of rated voltage and minimum drop out of 75 rated

Tender No SCLPS52019E0156401 38

voltage

11 Control and IndicationsaPush buttons will be heavy duty oil

tight and push to actuate type with integral plate marked

with its functionbEach push button shall be provided with

2NO+2NC contacts rated for 10Amps 240VACcLamps shall

be LED type rated for 240V AC Lens and lamps shall be

replaceable from the front dThe control supply shall be

through a 415V230V transformer and the vendor shall

provide 1 no 415V230V transformer for the same Vendor

shall also provide Power module for 24V DC Supply for the

operation of heaters control module

12 MetersaAll indicating instruments shall be digital

Switchboard type with accuracy class +‐ 2 full scalebMFM

of suitable rating shall be used in the incomer

feedercSelector switches shall be furnished at outgoing

feeders as per SLD for ammeterdAmmeter shall be of analog

type flush mounted industrial pattern of size 96x96 mm with

accuracy class 10 eMultifunction meter shall be of digital

type flush mounted industrial pattern of size 96x96 mm with

accuracy class 10 as per IEC 6205253 suitable for

measurement of Current Voltage Power Frequency Power

factor Energy and ready port to communicate with FCMS

through RS 485 The Meter should have Modbus

communication port as well

13 CT (Current transformer)CT will be cast resin type rated 15VA

or more burden with Maximum accuracy limit of class 1

14 Secondary wiringaPanel shall be fully wired at the factory to

ensure proper functioning of control and protectionbFuse

and links shall be provided to permit individual circuit

protection from bus wires without disturbing other circuits All

spare contacts of relays push buttons and other devices shall

Tender No SCLPS52019E0156401 39

be wired up to terminal blockscWiring shall be done with

flexible 25sqmm copper 1100V grade PVC insulated

switchboard wires Each wire shall be identified at both ends

with permanent markers bearing wire numbers as per wiring

diagramdWire termination shall be done with crimping type

connector with insulating sleeve

15 Powercontrol Terminal BlocksaTerminal block shall be 660V

grade box clamp type with marking strips similar to ELMEX 10

mm2 or equal for ControlbTerminal for CT secondary leads

shall have provision for shortingcNot more than two wires

shall be connected to any terminaldSpare terminals equal in

number to 20 active terminals shall be providedeTerminal

blocks shall be suitably located in cable alleysfFor Power

cable Bus Bar type cable connector (Melamine material) shall

be providedgFor Control cable heavy duty screw type cable

connector (Melamine material) shall be provided

16 Cable terminationaPanel shall be designed for cable entry

from topbEach cable shall be clearly marked at both ends

with an indestructible marker preferably a cable tag made of

Aluminium tacked with indicating cable number amp both end

feeder tags with switchboard tags Cable tags at ends of cable

shall be provided inside the gland plate as well as outside the

gland platecAll provisions and accessories shall be furnished

for termination of cables including removable gland plates

cable supports and terminal blocksdGland plate shall be

minimum 3 mm thick

17 Ground BusA GI ground bus rated to carry the maximum fault

current shall extend full length of Panel The ground bus shall

be provided with 2 bolts with GI bolt and nuts at each end to

receive 50x6mm GI flat

18 NameplateaThe nameplate of approved design shall be

Tender No SCLPS52019E0156401 40

provided for each compartment and also at the top of each

panel Nameplate shall be minimum 20x70mm and 3mm

thickbDrawing Pouch shall be provided at the incomer cable

allay

19 PaintingPanel shall be painted with light grey epoxy painted

(Siemens Gray RAL 7032) and caution notice plate shall be

fixed at the back of each vertical panel

20 Make of Switchgears aMCCBSiemensSchneiderbPush

button SiemensSchneider TekniccSelector

SwitchSiemensSchneider Teknic

dFuseSchneiderSiemenseTimerSiemensSchneiderfContro

l TransformerAEIMPIndcoilgTerminal

BlockElmexConnectwellFTChMeters Conzerv LampT

AEiCTs amp PTsKappaAutomatic

Electric(AE)NippenjContactorsSchneiderSiemenskIndicatio

ns SiemensSchneider

TekniclRelaysSchneiderSiemensPLAmMCBSchneiderSiem

ensnCooling Fan

RexnordSunonoVFDsAllen bradlypThyristor moduleDYDAC

qRCBOSiemensSchneiderrMCB

DBSiemensABBLegrandsLine reactorchokeAllen

BradleytCapacitor BankNeptune Schneider Siemens

21 Local Push Button Station (LPBS)The Scope includes supply

and installation of LPBS for Chiller Pumps AHUs Heaters as

per the BOQ and detailed specification given below aLPBS

shall be indoor metal clad air insulated wallAngle frame

mounted as required single front construction front wired

front connected hinged lockable door LPBS for Chiller Pumps

system shall be suitable for outdoor installationbMinimum

thickness of sheet metal used shall be 2 mm and panel shall

conform to IP54 protection for indoor installation and IP65 for

outdoor type LPBScAll switches push buttons with indicating

Tender No SCLPS52019E0156401 41

LED lamps indicating instruments shall be flush

mounteddThe LPBS shall be used for remote operation of

drives Equipment and HeaterseTo facilitate the localremote

operation LPBS shall have LocalRemote selector switch and

provided with Start push button lockable Stop push button

ammeter of suitable range Terminal Block and lockable

Emergency off Switch etc fLPBS shall be equipped with AC

(230V)DC (24V) Relays Contactors etc for seamless interface

of the operation of Drives from FCMS (PLC)gLPBS should be

suitable for wall mounting and provided with necessary

mounting arrangementhWiring shall be done with flexible

25sqmm copper 650V grade PVC insulated switchboard

wires Each wire shall be identified at both ends with

permanent markers bearing wire numbers as per wiring

diagramiWire termination shall be done with crimping type

connector with insulating sleevejGland plate shall be

minimum 3 mm thickkThe nameplate of approved design

shall be provided for each compartment and also at the top of

each panel Nameplate shall be minimum 20x70mm and 3mm

thicklLPBS shall be painted with light grey epoxy painted

(Siemens Gray RAL 7032)

22 Make of Electrical panel As per DOS Approved Panel

manufacturer list (attached)

TECHNICAL SPECIFICATION‐3

Item Specifications ‐III

Sl No Specifications Compliance

(Yes No)

Offered Specifications Remarks

Tender No SCLPS52019E0156401 42

1 Fire Detection System Scope for fire detection system

includes supply installation testing commissioning of Fire

panel Addressable Fire detection devices Manual Call Points

Addressable loop sounders Switch Monitoring unit (SMU) UV

IR sensor for detection of methanol flame Cable MS junction

boxes for loop in loop out of cable as per specifications and

integrating the same with existing repeater panel as per the

requirement The detailed specifications for the different

component of fire deduction system are as follows

2 A Multi‐sensor Detectors The smoke detectors shall be multi‐

sensor (heat and smoke) detector with isolator suitable for

detecting a wide range of smoke from slow smoldering and

fast flaming fire The detector shall have following features

bullSolid state addressing arrangement in combination with a

hand held programmer to configure the sensor

addressbullElectronics free mounting basebullTwin alarm LEDs for

360 Degree viewing and shall have blinking LED facilitybullThe

sensor shall have s removable chamber for ease of cleaning or

replacementbullAutomatic compensation for smoke sensor

contaminationbullShall have a built in test facility which allows

the fire alarm control panel to adjust the alarm threshold

levels to compensate for contamination and shall have a

maintenance alarm display when threshold can no longer be

adjustedbullOperating temperature ‐ 10 DegC to 50 DegC and

operating RH at 40 DegC‐95 RH

3 B Manual call stations Manual Call Stations should have in

built monitor module and pressbreak and resettable

capability constructed of high impact LEXAN sheet with clearly

visible operating instructions on the cover and the word FIRE

shall appear on front and suitable for surface mountingflush

mounting complete as required

Tender No SCLPS52019E0156401 43

4 C UV IR SensorThe UV‐IR flame detector shall operate on 24

VDC 0‐24mA current output suitable for detection of

Methanol flame with automatic built in test for reliable

operations and suitable for installation in Hazardous area zone

1and 2 with Class I Division 12 Gas group A B C The detector

shall not be susceptible to environmental conditions to

generate false alarms The entire system shall be rated for IP

66 or better and supplied with suitable mounting bracket The

system shall comply to the detailed specifications as listed

belowbullDetection Technology UV ‐ IR Electro‐optical

detectionbullDetection range 75 meterbullField of View greater

than equal to 90deg Both Horizontal and verticalbullResponse

Time less than equal to 5 secondsbullBuilt in Test Automatic

bullOperating Temperature Range 0 to + 75degCbullOperating

Humidity Range Continuous 95 non‐condensingbullAnalog

Output signal 4‐20mAbullAlarms amp Fault Normal 4 mA Fault

02 mA Alarm 20 mA + 10 verifiedbullOperating voltage 24

VDC ( 18‐32VDC)bullPower consumption Vendor to specify for

Standby and Alarm conditionbullSensor Calibration

Verification Sensor calibration as per OEM for certified

performancebullSensor Life 2 Years (minimum)bullSensor

Calibration vendor to carry out sensor calibration at site and

submit calibration certificate valid for one yearbullRFI EMI

SusceptibilitybullRequired EN 616326‐3 and EN 6100006‐3 or

equivalent IP protectionbullIP protection IP 66 or betterbullFault

Diagnostic Sensor Fault (end of life) other informationbullSelf‐

Check Test Automatic during start‐upbullHousing SS 316

Epoxy Painted Aluminium die castbullStart‐up Time Vendor to

specifybullApprovalcertification PESO and ATEX ‐ Ex d IIC C

Class 1 Div 12 Group A B C DNote Vendor shall arrange

the 230V AC to 24V DC Power supply module along with half

an hour Battery Back up in MS powder coated Enclosure

Input Power supply (230V AC) for Power Supply module shall

Tender No SCLPS52019E0156401 44

be provided by SCL

5 D SMU Unit for UV IR sensor Supply installation testing and

commissioning of Switch Monitoring Unit (SMU) to configure

the UV IR sensors with fire detection system as requiredE

SoundersAddressable Sounders shall be loop powered with

all fixing materials complete as required The sound level shall

be 100dB (A)

6 F Fire Alarm Control Panel (FACP) bullFACP shall be of 2

loopsbullFACP shall be suitable for 230V 50 Hz AC supply and

detectors shall be powered using FACP based detection

circuits Devices shall receive power and communication from

the same pair of conductorsbullFACP shall provide for resetting

detectors fault isolation and sensor loop operationbullFACP

shall be suitable for mixing different fire devices and beam

smoke detectors within the same loop to optimize field

wiringbullFACP shall have alarm indication of individual sensors

detector trouble alarm indication for dust accumulation The

panel shall check detector once in every 24 hours for

contamination for this purposebullThe FACP shall regularly

supervise all the sensors and devices on the loop and initiate

fire or trouble alarm whenever requiredbullFACP shall have 2

wire circuits to connect minimum of 126 addressable devices

per loopbullFACP shall be with repeater interface and suitable

24V battery with built in software and 2 x 40 character

alphanumeric LCD display and necessary front panel control

keys FACP shall display the date time and description for

Analog sensors to indicate alarms and trouble

situationsbullFACP switches shall allow authorized personnel to

accomplish the following ‐bullInitiate a general alarm

conditionbullSilence the local audiblebullSilence the alarm

signalsbullReset all zonespointsbullFACP shall have walk test

facilitybullShall have facility for programming from the key

board or utilizing PC set up software via laptopdesk top

Tender No SCLPS52019E0156401 45

computerbullShall have memory data for panel configuration

and operation reside in non‐volatile memory (EPROM)bullFACP

shall have facility for speech processor (to record pre‐

recorded message of 20 S) and also have Auto Dialer facility

(can dial up to 8 different lines)bullAll addressable units shall be

connected to the FACP through the loop cards and shall be

addressed though individualized numbers The FACP shall be

able to obtain analog value for all detectors in the circuit

through a pulsed digitized current data The FACP shall be

able to analyze all analog inputs from all addressable units

and though its own software and ambient level screening the

FACP shall be able to identify fire possible fire or fault

conditions The unit supervision shall be dynamic and

continuousbullThe FACP shall itself have all loop cards in it No

isolated mother board or transponder shall be

consideredbullShortopen circuit units shall also be reported at

the FACP in such cases the system through the use of fault

isolators shall be able to isolate that segment between the

two fault isolators The missing DetectorsDevices shall also

be reported to the FACP with identification of the

locationbullThe FACP shall have the facility to set smoke sensor

sensitivity remotely to either high sensitivity manually or on a

pre‐programmed sequence (Ie DayNight) period When an

alarm condition is sensed at the FACP from a smoke or heat

detector a delay timealarm verification period shall be

started If the sensor is still in alarm after the delay time

expired an alarm condition is reported The delay time shall

be adjustable from 0 to 990 secondsbullThe FACP shall have

either an in‐built or external printer coupled to the FACP

which shall log all events with time The printout shall clearly

indicate the event‐FirePre‐AlarmFault etc with the unit

address and timebullThe FACP shall also be able to discriminate

between false alarms and fire conditions as well as priority

selection of alarm in case alarm activities in two or more

Tender No SCLPS52019E0156401 46

remotely located units simultaneously In such cases the

Manual Call stations shall have the highest prioritybullThe FACP

shall also be able to actuate switches automatically in case of

Fire condition of AHUs and power supply or other system such

as piped pressurized gas supplybullThe system shall be fail safe

and adequate safe guards should be under taken that in the

event of a failure of a part of the system it shall not handicap

the complete system The loop cards shall be of Modular

constructionbullThe FACP shall have its own battery backup of a

minimum of 48 hours in normal run and then half an hour in

alarm condition The backup time calculation shall be done as

per TAC standards The Battery shall be 2 x 12V (24V) DC and

of sealed maintenance free type housed inside the FACPbullIt

shall be able to withstand temperature variations from 0

Degree Centigrade to 55 Degree Centigrade Further Relative

Humidity (non‐condensing type) up to 93 shall not hamper

its performance The voltage rating shall be from 17V DC to

31V DC though the voltage may be change depending upon

the working voltages of a proprietary FACPbullThe FACP shall be

totally enclosed dust and vermin proof type made of

minimum 16‐gauge dust inhibited sheet with even baked

finish The FACP shall be of completely solid state designbullThe

logic circuitry shall be based on high noise immunity solid‐

state hardware employing modular construction Logic cards

shall be of epoxy fiber glass constructionbullThe FACP shall have

EN 54ULFM approvalbullThe panel shall have an extra loop

card to serve as standby in case of burnout or malfunctioning

of any operating loop cardsbullThe FACP shall be capable of

being networked (future expansion) with other similar FACPs

located at different locations of SCL premises through a single

RS 485 busbullThe FACP shall have provision for interfacing with

the Public Address System

7 G Repeater panelScope comprises of supply and installation

Tender No SCLPS52019E0156401 47

of Repeater Panel which display fire fault message

simultaneously with the FACP bullIt shall be capable of

interfacing with the FACP on a single RS 485 Bus bullThe panel

shall be capable of operating on 24V DC supplybullThe

independent 24V DC supply source to be installed in MS

cubicle Box duly powder coated paint along with repeater

panelbullThe panel shall have 2 x 40‐character backlit display

which shall display date time and description of alarm

trouble events are that displayed in the panel shall be

powered from the FACPbullIt shall have control keys for sound

silence mute and to reset the FACP from the repeater

stationsbullThe repeater panel shall have the following LEDs

indicationsbullSupply bullFault bullMute bullSilent bullDisabled

bullFire

8 H Fire CableSupply and installation of 2Cx15mm2 Copper

extruded PVC inner sheath armored and overall FRLS PVC

outer sheathed 11 KV grade as per IS 7098 (Part I bearing ISI

certification) on existing cable traywallsoft soilhard soil as

required

9 I Fire Cable terminationSupplying and making end

termination with brass compression gland and copper lugs for

2Cx15mm2 Copper cable in MS Box of Size 4X4 installed

above the false ceilingwallsurface as required

10 J Junction Box for Fire devicesSupply installation testing and

commissioning of MS painted box Size 4X4 with ELMEX type

terminal block for loop in loop out of 2c x15 sq mm copper

armored cable and connection to the fire detector device on

wallsurfacerecess including wall cutting and providing

necessary hardware for mounting fixing including all

material for fixing as required

Tender No SCLPS52019E0156401 48

TECHNICAL SPECIFICATION‐4

Item Specifications ‐IV

Sl No Specifications Compliance

(Yes No)

Offered Specifications Remarks

1 A NetworksLAN The detailed specification for the network

rack switch cable cords IOs face plates etc and the

required accessories shall be as below CAT 6A or better cable

shall be laid in the PVC Conduit The detailed specifications

for the different component of networksLAN are as follows

2 bull Rack Supply installation testing and commissioning of UL

listed modular type 12U network rack with front glass door

and rear perforated door floor mounted Size 550x550 with

1 No of 5 port Octagonal PDU 515Amp with MCB and Fan

Tray with minimum 2 Fans The rack should have provision of

2 nos of cable manager duct type 1U and 2 vertical manager‐

concealed type Rack should be three sides openable with

front glass door and rear perforated door and provision of

cable entry from top and bottom both with proper earthing

kit as requiredRecommended Make Rittal Netrack

Schneider Valrack

3 bull Network Switch Supply amp installation of Network Switch in

Network Rack with the following specification as belowSwitch

shall haveamp61607Port Density Minimum 8 101001000

BaseT Ports amp 4‐1G SFP Ports ready for use with SFP module

Ports shall support PoE on all ports with PoE budget of

180Wamp61607Architecture Stand‐alone rack

mountableamp61607Bandwidth minimum 56Gbps of

switching bandwidth to support above listed ports in non‐

blocking configurationamp61607StackableScable support for

Tender No SCLPS52019E0156401 49

stacking multiple switchesamp61607Stacking backplane

bandwidth Access switch shall have additional port(s) for

providing minimum 40 Gbps stacking bandwidthamp61607L2

Features 8021x authentication spanning tree

etcamp61607Networkjflowsflow or equivalent provision for

Networkjflowsflow or equivalent supportamp61607Network

Management support Network Management through

command line interface (CLI) SNMP v1 v2c v3

httpsamp61607IPv6 Readiness IPv6 Readiness from day

1amp61607RegulatorySafety confirming to UL60950 amp

EN60950amp61607EALNIAP certified Model No shall be EAL

or NIAPNDPP certifiedRecommended Make Cisco Juniper

HP Brocade dell

4 bull CAT 6A Cable Supply and installationlaying of category 6A

or better 4 pair shielded cable UFTP or FUTP in PVC

Conduit sheath type low smoke zero halogen (LSZH) with

transmission properties amp electrical properties tested

minimum up to 500MHz amp verified by ETL amp comply with

ANSITIAEIA‐568‐C2 amp ISOIEC 11801 Recommended make

Commscope Schneider Molex Siemon

5 bull Patch Panel Supply installation testing and commissioning

of CAT6A PatchJack Panel of 24 Port fully loaded in Network

rack with port identification number with self‐adhesive clear

label holder Each portjack on the panel should be

individually removable on field from the panel and have

integrated rear cable management metallic shelf and have a

separate provision of grounding Recommended make

Commscope Schneider Molex Siemon

6 bull Patch Cords (1 meter) Supply installation testing and

commissioning of Patch Cords Cat 6A shielded 1 meter in

Network rack with 4 pair shielded copper wire factory pre

terminated with shielded RJ45 plugs Aluminumpolyester

Tender No SCLPS52019E0156401 50

shield screen material with low smoke Zero halogen sheath

comply to TIA‐568‐C2 Cat 6A in IOs of Network

RackRecommended make Commscope Schneider Molex

Siemon

7 bull Patch Cords (3 meter) Supply installation testing and

commissioning of Patch Cords Cat 6A shielded 3 meter in

Network rack with 4 pair shielded copper wire factory pre

terminated with shielded RJ45 plugs Aluminumpolyester

shield screen material with low smoke Zero halogen sheath

comply to TIA‐568‐C2 Cat 6A at field side Recommended

make Commscope Schneider Molex Siemon

8 bull Information outlet Supply and installation of Shielded Cat

6A information outlet UFTP or FUTP compliance to category

6A or better TIA568C2‐500MHz at field sideRecommended

make Commscope Schneider Molex Siemon

9 bull Face Plate (Dual) Supply and installation of single gang

square face plate (Dual) and SMB Box with a provision to

support variety of jacks‐ UTP STP etc at the field

sideRecommended make Commscope Schneider Molex

SiemonbullFace plate (single) Supply and installation of square

face plate ( single) with a provision to support variety of jacks‐

UTP STP etc at the field sideRecommended make

Commscope Schneider Molex Siemon

10 bull SMB Box Supply and installation of SMB Box for face plate

(DualSingle) as required Recommended make Commscope

Schneider Molex Siemon

11 bull Other Accessories amp61607Supply and Installation of

25mm electrical grade ISI mark PVC Conduit in

wallfloorslabsurface including wallfloor cutting and

making good the same as required Recommended make

Reputed ISI Markamp61607Supply and installation of OFC SM

Tender No SCLPS52019E0156401 51

OS2 Cable in existing 32mm HDPE pipe as

requiredamp61607Supply and Laying of 32mm HDPE pipe

direct in ground including excavation sand cushioning

protective covering and refilling the trench including standard

cable route marker etc as requiredamp61607Supply and

installation of SC simplex single‐mode LSZH pigtail 1m as

requiredamp61607Supply and installation of adaptor plate

with 3 SC duplex SM adaptors as requiredamp61607Splicing of

OFC as per Core as requiredamp61607Supply and installation

of accessories for making the Chamber Pit‐ 1Mtr Depth with

Lid for housing OFC as requiredamp61607Trenching of

HardSoft Soil as required

12 B Paging The scope includes supply installation testing and

commissioning of Supply and installation of IP 65 or better

explosion proofWP loud speaker anticorrosive powder

coated red (RAL‐3000) suitable for Zone I amp II Class II C

Hardware SS304 as per IS2148 and equivalent to model FLSR

25 of Baliga with necessary support gland as required and

installing the same on wallsurface with GI supports as

required and connecting the same with wire The Scope also

includes supply and installation of 2Cx15mm2 FRLS armored

and PVC sheath twisted pair wire their termination tagging

glanding earthing etc as required for speakers and other

accessories requires for smooth commissioning of the paging

system

Vendor Specificied Terms

Description Vendor Terms

Tender No SCLPS52019E0156401 52

1Delivery Term

Prices shall be quoted on F O R destination basis ie S C L S A S Nagar Mohali

Punjab exclusive of GST and taxes as may be applicable

2 GST

Purchaser is entitled to concessional GST of 5 as per Ministry of Finance

Department of Revenue Notification No 472017 Integrated Tax (Rate) both

dated 14th November 2017 respectively and would accordingly issue Exemption

Certificate in favour of the contractor quoting in Indian Rupees The bidder

should take note of the same while quoting the prices in Indian Rupees GST on

installation services shall be applicable 18

3 DELIVERY SCHEDULEPERIOD OF COMPLETION

The time allowed for supply installation testing and commissioning of the entire

works shall be 06 (Six) months to be reckoned form the 7th day of issue of

purchase order

4 IMPORTANT

This being a two part Tender Technical and Commercial parts separate the

bidder should not attach any document(s) containing pricing information with

technical part The Contractor will provide Un priced commercial offer in

envelope 1 (Technical Part) as an attachment

The tenders containing price information in Technical Part will be treated as

unsolicited offers and rejected Contractor to confirm that Price bid is not

attached in Envelope 1 ie Technical Part

Priced Commercial offer if any should be attached in Envelope 2 (Price Bid)

under Supporting Documents from Vendor (Commercial) as an attachment

5 The prices shall remain firm until completion of entire project including

extended period if any No cost escalation shall be applicable for the work

Tender No SCLPS52019E0156401 53

6 SECURITY DEPOSIT

a) On acceptance of the tender the Contractor shall submit security deposit for

ten percent (10 percent) of the value of the Contract within 15 days from the

date of purchase order If the Contractor fails toprovide the security within the

period specified such failure shall constitute a breach of the Contract and the

Purchaser shall be entitled to make other arrangements for the re purchase of

the stores contracted at the cost and risk of the Contractor

b) Security Deposit shall be submitted through Demand Draft Bankers Cheque

fixed deposit receipt or Bank Guarantee from any of the Scheduled Banks

executed on nonjudicial stamp paper of appropriate value and shall be valid for

a period of sixty (60) days beyond the date for completion of the Purchase

OrderContract

c) In case the contractor fails to furnish the security deposit within the specified

date or extended due date the Purchase OrderContract shall be cancelled and

in addition appropriate penal action may also be considered

d) After the Purchase OrderContract is successfully executed in all respects the

Bank Guarantee towards Security Deposit may be discharged and retained

amount shall be refunded to vendors

e) In the event of non execution of the Purchase orderContract or breach of any

terms and conditions of the Purchase Order the Security Deposit shall be

forfeited

7 Warranty

The Contractor shall provide for the tendered job comprehensive warranty for

parts as well as labour for a period of 12 months from the date of successful

installation commissioning and testing of the system at Purchasers site at no

extra charges against any manufacturing defectfaulty workmanship In case any

defect arises during warranty period the Contractor should replacerectify the

same at its own cost at siteworks

The LED light fittings and its driver unit etc shall have warranty for a period of 5

Tender No SCLPS52019E0156401 54

years from the date of installation and commissioning

8 Warranty Replacements

All replacement parts if any shall be supplied by the Contractor free of cost on F

O R Purchaser site at S A S Nagar Punjab basis

9 TERMS OF PAYMENT

The payment shall be remitted as under

90 of the value of the materials supplied shall be paid within 30 days of the

receipt of the materials at purchaser site and the balance 10 amount along

with 100 installation charges shall be payable on successful installation

commissioning and acceptance of the entire project at Purchasers site against a

Performance Bank Guarantee

10 PERFORMANCE BANK GUARANTEE (PBG)

The Contractor shall furnish a Bank Guarantee (as per format given by purchaser)

from any nationalized scheduled bank for an amount equivalent to 10 of the

value of the Contract and shall be valid for a period of 60 days beyond the expiry

date of warranty period On the performance and completion of the Contract in

all respects the Bank Guarantee will be returned to the Contractor without any

interest

11 VALIDITY

The tender must be valid for a minimum period of 120 days from the date of

opening of Technical bid and 90 days after opening of Price bid

The tender where the validity period is shorter than the period specified in the

tender enquiry shall be excluded from the procurement process

12 Quantity Variation

The quantities indicated against each items in the Bill of Quantities (BOQ) are

indicative and are for the purpose of bidding only Variation in quantities up to

Tender No SCLPS52019E0156401 55

+25 percent shall be carried out by the contractor on the agreedPurchase order

(PO) rates and terms amp conditions as in the purchase order (PO)

13 GUARANTEED TIME DELIVERY

The time for and the date of delivery stipulated in the Purchase Order shall be

deemed to be the essence of the Contract Delivery must be completed within

the date specified therein

14 Extra Items

In case of extra items (that are completely new and are in addition to the items

contained in the contract) the contractor may claim rates supported by proper

analysis and purchaser engineer in charge of the work shall after giving

consideration to the analysis of the rates submitted by the contractor determine

the rates on the basis of market rates and the contractor shall be paid in

accordance with the rates so determined The contractor(s) profit amp OH shall be

factored in the rate analysis 15

15 CONSIGNEE

Sr Purchase and Stores Officer (Stores)

Semi Conductor Laboratory

Sector 72 SAS Nagar (Mohali) Punjab

India 160 071

16 INSTALLATION AND COMMISSIONING

Installation commissioning and demonstration of performance of the tendered

stores as per Purchaser tendered specifications shall be carried out by the

Contractor at Purchaser site at S A S Nagar Punjab India

The Contractor shall provide in advance guidelines for preparation of the

installation site and list of items to be supplied by Purchaser during installation

Tender No SCLPS52019E0156401 56

On receipt of intimation from the Purchaser the Contractor shall depute its

engineer(s) to Purchaser site within two weeks to carry out installation and

commissioning and will demonstrate the functionality of the tendered

equipment to Purchaser specifications as per mutually agreed acceptance

procedure The Contractor shall be responsible for any lossdamages sustained

due to delay on the part of the Contractor to send its engineer for installation

and commissioning

Failure to commission the tendered equipment successfully shall entitle

Purchaser to full refund of the payment made and the interest thereon Decision

regarding successful installation and commissioning shall rest solely with the

Purchaser

17 REJECTION

In the event that any of the stores supplied by the Contractor is found defective

in material or workmanship or otherwise not in conformity with the

requirements of the Contract specifications the purchaser shall either reject the

stores or request the Contractor in writing to rectify the same The Contractor

on receipt of such notification shall either rectify or replace the defective stores

free of cost to the purchaser If the Contractor fails to do so the purchaser may

at his option either

a) replace or rectify such defective stores and recover the extra cost so involved

from the Contractor or

b) terminate the Contract for default as provided in this tender document

18 EXTENSION OF TIME

If the completion of supply of stores is delayed due to reason of force majeure

such as acts of god acts of public enemy acts of Government fires floods

epidemics quarantine restriction strikes freight embargoes etc the

Contractor shall give notice within 15 days to the purchaser in writing of his

claim for an extension of time The purchaser on receipt of such notice after

verification if necessary may agree to extend the Contract delivery date as may

Tender No SCLPS52019E0156401 57

be reasonable but without prejudice to other terms and conditions of the

Contract

19 DELAY IN COMPLETIONLIQUIDATED DAMAGES

If the Contractor fails to deliver the stores within the time specified in the

Contract or any extension thereof the purchaser shall recover from the

Contractor as liquidated damages a sum of one half of one percent (05 percent)

of the Contract price of the undelivered stores for each calendar week of delay

The total liquidated damages shall not exceed ten percent (10 percent) of the

Contract price of the unit or units so delayed Stores will be deemed to have

been delivered only when all their component parts are also delivered If certain

components are not delivered in time the stores will be considered as delayed

until such time as the missing parts are delivered Delivery of stores shall be

complete on Installation commissioning Testing and Acceptance

20 INSPECTION AND ACCEPTANCE TEST

The Purchasers representatives shall also be entitled at all reasonable times

during manufacture to inspect examine and test on the Contractors premises

the material and workmanship of all stores to be supplied under this Contract

and if part of the said stores is being manufactured on other premises the

Contractor shall obtain for the purchasers representative permission to inspect

examine and test as if the equipment were being manufactured on the

Contractors premises

Such inspection examination and testing shall not release the Contractor from

the obligations under this Contract

For tests on the premises of the Contractor or of any of his sub Contractors the

Contractor shall provide free of cost assistance labour material electricity fuel

and instruments as may be required or as may be reasonably needed by the

purchasers representative to carry out the tests efficiently

When the stores have passed the specified test the purchaser representative

shall furnish a certificate to the effect in writing to the Contractor The

Tender No SCLPS52019E0156401 58

Contractor shall provide copies of the tests certificates to the purchaser as may

be required

21 Labour Law Contractor shall abide by all labour laws rules and regulations

which are prevailing and as enforced from time to time and SCL shall not be

responsible for any accident or mishap during the course of the contract to any

of engineer labour employee by the Contractor The contractor shall also ensure

that the statutory obligations with regards to the employment of labour under

law are complied properly and timely

22 ARBITRATION

In the event of any disputes differences or claims arising out of or relating to

the interpretation and application of the Contract such disputes or differences

or claims shall be settled amicably by mutual consultations of the good Offices

of the respective Parties and recognizing their mutual interests attempt to reach

a solution satisfactory to both the parties If such a resolution is not possible

within 30 days from the date of receipt of written notice of the existence of such

disputes then the unresolved disputes or differences or claims shall be

referred to the Sole Arbitrator appointed by the Parties by mutual consent in

accordance with the rules and procedures of Arbitration and Conciliation Act

1996 as amended from time to time The arbitration shall be conducted in New

Delhi in the Arbitration and Conciliation Centre New Delhi (Domestic and

International) as per its rules and regulations The expenses for the Arbitration

shall be shared equally or as may be determined by the Arbitrator The

considered and written decision of the Arbitrator shall be final and binding

between the Parties The applicable language for Arbitration shall be English

only Work under the Contract shall be continued by the CONTRACTOR during

the pendency of arbitration proceedings without prejudice to a final adjustment

in accordance with the decision of the Arbitrator unless otherwise directed in

writing by the DEPARTMENT or unless the matter is such that the works cannot

be possibly continued until the decision (whether final or interim) of the

Arbitrator is obtained

23 APPLICABLE LAWS The contract shall be interpreted construed and

Tender No SCLPS52019E0156401 59

governed by laws of IndiaThe contract shall be subject to exclusive Jurisdiction

of the Court of SAS Nagar (Mohali) Punjab India irrespective of anything

mentioned in any correspondences or otherwise

24 Any Other Term

Tender No SCLPS52019E0156401 60

Supporting Documents from Vendor

Attachment ‐ I

Attachment ‐ II

Price Bid Form

Item Description Slab Range Qty UOM Currency Unit Price Total Price

Supply of MCC Panels cables

cable trays lightings etc for

electrical distribution system

including fire detection

system LAN Paging etc for

the Chemical Store building as

per detailed specifications

technical write‐updrawings

attached

‐ 1 Lot ‐ ‐ ‐

Installation Testing and

Commissioning of MCC

Panels cables cable trays

lightings etc for electrical

distribution system including

fire detection system LAN

Paging etc for the Chemical

Store building as per detailed

specifications technical write‐

updrawings attached

‐ 1 Lot ‐ ‐ ‐

Tender No SCLPS52019E0156401 61

Break‐up of other taxes and other costs should be specified in respective narration columns

Sum of these Break‐up values should be specified in respective value columns

Supporting Documents from Vendor (Commercial)

Document attachment with price bid

Attachment ‐ I

Attachment ‐ II

  • pdf_document_tndr_notc_electrical_distribution_system_051119
  • pdf_document_tndr_doc_electrical_distribution_system_051119
Page 27: -72, -160071 चंडीगढ़ के समीप पंजाब भारत...स म -क डक टर ल ब र टर /Semi-Conductor Laboratory अ त रक ष वभ

Tender No SCLPS52019E0156401 26

8 Quantity variationThe quantities indicated against each item

in the Bill of Quantities (BOQ) are indicative and are for the

purpose of bidding only Variation in quantities upto + 25

shall be carried out by the contractor on the agreedPurchase

Order (PO) rates and terms amp conditions as in the Purchase

Order (PO) In case of contract items which exceed the said

limit of +25 the contractor may claim revision of rates

supported by proof analysis and if the rate claimed in excess

of the rate specified in the bill of quantities SCLrsquos engineerndashin‐

charge of the work shall after giving consideration to the

analysis of rates submitted by the contractor determine the

rates on the basis of market rates and the contractor shall be

paid in accordance with the rates so determined The

Contractorrsquos profit amp OH shall be factored in the rate

analysis15

9 Extra ItemsIn case of extra items (that are completely new

and are in addition to the items contained in the contract) the

contractor may claim rates supported by proper analysis and

SCLrsquos engineer‐in‐charge of the work shall after giving

consideration to the analysis of the rates submitted by the

contractor determine the rates on the basis of market rates

and the contractor shall be paid in accordance with the rates

so determined The Contractorrsquos profit amp OH shall be factored

in the rate analysis15

10 Construction Power SupplyElectricity if available in the

premises may be provided to the contractor by Department

(SCL) only at a single point free of cost subject to the following

conditions ‐a)The Contractor has to make his own

arrangement to tap Electricity from a 3 phasesingle phase

supply from the location decided by the SCLrsquos Engineer‐in‐

charge (E‐I‐C)

Tender No SCLPS52019E0156401 27

11 Storage space site office Contractor will be provided a

lockable room within SCL premises for storage space subject

to availability Contractor will make at his own cost

temporary site office close to work site as per the location

decided by the E‐I‐C

12 Materialsystem submittalsMaterialssystems etc procured

by the selected Contractor for incorporation in the work will

be only of MakesManufacturers specified in the tender

document Submittals of the same shall be submitted by the

contractor for SCL review and approval

13 Other RequirementsbullErection testing amp commissioning of

items as per BOQbullSpecial tools amp tackles Party shall arrange

the ladderscaffoldingstair for working at height for cable

laying Fire detection system installation of light fixture

bullWork shall be executed as per the ISRO contractor safety

Manual Contractor to ensure that the manpower is equipped

with PPE for working at the site bullAll relevant drawing data

catalogues with instruction and trouble shoot manuals type

test certificates for the above accessoriesbullMaterials and

accessories which are necessary or used for satisfactory and

trouble free operation and maintenance of the above

equipmentrsquosmaterial shall also be furnished bullContractor

shall deploy skilled amp unskilled Labor qualified technical

Supervisor(s) erection tools amp tackles testing tools amp

equipment supplies consumables and hardware and

transport for timely and efficient execution of the

workbullContractor shall guarantee LED fixtures

(flameproofnon‐flameproof) for a period of 5 years from the

date of acceptance The contractorrsquos guarantee shall be

supported with a guarantee from the manufacturer(s) in this

regard

Tender No SCLPS52019E0156401 28

TECHNICAL SPECIFICATION‐1

Item Specifications ‐I

Sl No Specifications Compliance

(Yes No)

Offered Specifications Remarks

1 Internal Wiringa The electrical wiring installations and other

accessories shall comply with latest IS code 732 (part‐II) 1983

and National Electric Code‐1985b The word concealed means

it involves cutting of floor wall and making good after laying

the conduitMetal raceway as per the enclosed drawings by

the contractor as requiredc The contractor shall provide all

necessary components fixing materials accessories and

interconnections as per standard practice It is to be noted

that ceiling rose forms a part of the specifications hence not

indicated separately and shall be provided by the contractor

as requiredd Scope includes termination of wire ferruling

dressing cable tie etc as requirede The work shall be

executed as per the ISRO electrical specification available on

ISRO site wwwisrogovin in Schedule I to be read along with

the tender specification

2 LED LuminariesThe scope includes supply installation

testing commissioning of flame proofnon‐flameproof LED

lighting fixture at the ceiling level (about 55 meter height) in

the chemical store building outer periphery of the store

building electrical room AHU room at the first floor as per

drawings and discretion of E‐I‐C Architectural plan of the

building is attached Supply of required accessories such as

mounting brackets nuts bolts screws washers glands and

any other material required for installation of LED fixture as

per specifications mentioned in BOQ shall be part of the

specification Junction box as required for loop‐in and loop‐

Tender No SCLPS52019E0156401 29

out of the cable for flame proof light fixture will be in the

scope of the contractor LED light fittings will be suitable for

operation on 230V single phase AC supply The fitting shall

be supplied with all fixing material such as brackets nuts

bolts etc as required for installation of fittings Special

Conditions aLuminaire make (Brand) from among the

recommended make mentioned in the tender document shall

be clearly mentioned in Technical Bid along with complete

technical detailsbThe LED light fitting and its driver unit etc

shall have warranty for a period of 5 years from the date of

installation and commissioningcThe flame proof fixture shall

be provided along with the Petroleum and Explosives Safety

Organization (PESO) certification

3 Detailed Specification for LED Fixture a Flame Proof LED

Fixtures Supply and installation of flameexplosion proof high

efficiency 1 Phase 230 V 60W LED light fitting as per IS 2206

with luminous efficiency 100Lmwatt or better CRI gt 08 amp

THDlt10 IP‐66 as per ISIEC 605292001 made of Die cast

aluminium alloy Heat resistant amp tough clear dome glass

having enclosure as per Ex‐d GAS Gr IIA IIB IIC AS PER ISIEC

60079‐12007 amp ISIEC 60079‐02004 Area of classification

ZONE‐1 2 21 amp 22 and temperature class T‐6 or better as per

ISIEC 60079 complete with loop‐in loop‐out provision

Mounting bracket for mounting on the ceiling Double

compression cable gland shall be provided and install by the

contractor along with the light fitting Recommended Make of

fixture Baliga Stahl Sudhir SwitchgearRecommended make

of LED NICHIA CREE PHILIPS LUMILED OSRAMb General

LED fixtures Supply amp fixing of wallceiling mounted batten

type 20W LED tube light (Four feet) luminaire with efficient

driver (efficiency shall be more than 90) amp with minimum

lumens output of 2000 lumens per lamp comprising of nano

diffuser technology complete with efficient amp constant

Tender No SCLPS52019E0156401 30

current output driver suitable for operation on 230V single

phase 50Hz AC supply efficient heat sink effective thermal

management and with colour temperature shall be gt 6000K

The LED with suitable control gear and power factor gt09 LM

79 certification for luminaireLM80 certificate for LED shall be

submitted and with other standard accessories prewired

including necessary interconnections complete in all respects

and as directed by EIC (Similar to Philips Astra or equivalent)

Recommended make of fixture Philips GE Trilux

LTRecommended make of LED NICHIA CREE PHILIPS

LUMILED OSRAM

4 c Street Light Fixture Supply and installation of 72W75W

LED Street Light fixture with High‐brightness White LEDs

sources with high transmittance flat toughed glass cover and

peanut LENS on each LEDs System luminous efficacy 100

LmsWatt 5600K colour temperature amp 70 CRI value for

ensuring good quality light output Life of at‐least 50000

hours at 70 lumen maintenance ampLED driver efficiency gt

85 Power factor greater than 095 THDlt10 amp min 3KV

surge protection with operating voltage range from 120‐270V

for ensuring lifelong high performance of luminaire the

fixture shall be made of LM‐6 Pressure die‐cast aluminium

with engraved company name amp have IK05 amp IP66 Class

protection with NABL Accredited LM‐79 amp LM‐80 Report

Mounting pole mounted upto a height of 8 meter and pole

bracket diameter of 48‐60 mm (adjustable) Recommended

make of fixture Trilux Philips GE LTRecommended make of

LED NICHIA CREE PHILIPS LUMILED OSRAM

5 Street Light Pole Providing and installation of hot dipped

galvanized swaged tubular 9‐meter‐long with planting depth

15 metersiexclbrvbar street light poles The effective length of each

section shall be‐ bottom 5 meters middle 2 meters and top 2

meters The outside dia and thickness of pole shall be

Tender No SCLPS52019E0156401 31

minimum 11430x440mm 889x4085mm 761x325mm

respectively as required The pole shall be provided with

necessary bracket (inclination 105115 degree length 15

meter dia 45 mm ) for mounting upto 72 W LED street light

fixture Each pole shall have a weather proof

loopingterminal box clamped at 550 mm above ground level

along with a suitable earth terminal The looping box shall be

provided with a suitable Power terminal arrangement to loop

4C x10sqmm size cable and MCB5A fuse cut‐out A base

plate 300 x300x10mm shall be welded to the bottom of the

pole Both underground cable and GI earth wire shall be

terminated at the terminal looping box in the looping zone

Further wiring to the light fixture shall be done with three

core flexible copper wire (2core for power supply and third

core for earthing)GI tubular pole shall be installed in cement

concrete 136 (1 cement 3 coarse sand 6 graded stone

aggregate 40 mm nominal size) foundation including

excavation and refilling etc Party to cast 2 run of 32 mm MS

conduit for cables upto a height of 550mm from ground level

for loop in loop out of cable The civil work for street light pole

foundation forms a part of installation of the work and will be

done by the party as required for commissioning of lighting

poleFor earthing of street light poles coilspiral earthing

using 8 SWG GI wire shall be used The GI wire shall be buried

to a minimum depth of 15 m with excavation refilling of

earth and connecting GI wire to pole using GI bolt and nut

complete as per requirementMake of Pole Reputed make

with ISI mark Note Party shall submit Drawing of the street

light pole for SCL approval before start of manufacturing

6 Cables wire conduit earthing Switchboards

SwitchesSockets etca Cables The scope includes the Supply

and installation of XLPE insulated overall FRLS PVC outer

sheathed AlCu armored cable on wallsurfacesoilexisting

Tender No SCLPS52019E0156401 32

cable tray as required for MCC Panel and MCB DBs as per the

detailed specification and quantity in this document All

necessary hardware for installation of cable like cable tie

clamps tags etc is in the scope of Contractor Contractor to

ensure that cable laid on the cable tray is properly clamped

with GI clamps and cable is properly secured on cable tray b

Wire The scope includes the Supply and installation of FRLS

Copper wire of different size quantity amp Specification for

power distribution and lighting and power etc as per the

requirement c Conduit The scope includes the Supply and

installation of ISI makes MS Conduits of different size as per

Specification for power and lighting distribution switch

sockets etc as per the requirement Flexible conduit shall be

of GId Cable tray The scope includes the supply and

installation of GIMS cable trays as per specificationse

Earthing The scope includes the supply and providing

earthing for Panels DBs cable trays light fixtures and poles

flameproof accessories fire panel speakers exhaust fans etc

matching the specifications given in this tender documentf

Lightning protection The scope includes the supply and

providing earthing for lightning protection of the building as

per the IS 2309 specification and quantities as per the BOQ

The scope includes horizontal and vertical runs earth pits test

point earthing of building periphery for contour etcg Rack

earthing The scope includes the supply and providing

earthing for racks as per specificationsh Switchboards and

SwitchSockets The scope includes the Supply and installation

of different size of flameproofnon‐flameproof Switchboards

and switchsocket for Lighting Power Distribution as per

specificationi MSGI Conduits flexible GI conduit earthing

materials doublesingle compression brass cable glands

cable lugs (Al amp Cu as required) cable ties cablewire

identification tags required for the installation and

maintenance of trouble free operation of the downstream

Tender No SCLPS52019E0156401 33

system and accessories are covered under this specificationj

MS junction box conduit along with all related accessories as

per specification

TECHNICAL SPECIFICATION‐2

Item Specifications ‐II

Sl No Specifications Compliance

(Yes No)

Offered Specifications Remarks

1 Electrical Panel SpecificationGeneralaPanel shall be

fabricated as per IEC 61439 part 1 amp 2 bPanel shall be indoor

metal clad air insulated floor mounted extendable to side

single front construction front wired front

connectedcMinimum thickness of sheet metal used shall be

2 mm and panel shall confirm to IP54 protectiondThe

working height of the Panel shall be limited as per standard

engineering practicese The design should be fully

compartmentalized with metal partitions between

compartments All doors shall be gasketed Each vertical

section shall have removable back coverfAll switches push

buttons lamps indicating instruments shall be flush

mountedgA full height vertical cable chamber with cable

supports shall be provided in each section to facilitate unit

wiring Cable chamber shall be sized to accommodate all cable

and shall have removable covers A horizontal wire way

extending the entire length shall be provided at the top of

panel for inter panel wiringhPanel shall be with minimum

75mm high base MS channel frameiThe panel shall undergo

seven tank or better process as per relevant IS

standardsjLifting hook shall be provided at each section for

easy transportationkDifferent compartment of the panel

shall be provided with dust proof type air filter louvers

explosion vents or similar safety arrangements in the panels

Tender No SCLPS52019E0156401 34

to let out gases under pressure generated during event of any

fault inside the panellPanel shall have pocket for the Panel

drawing in the incomer section

2 Busbar and Bus TapsaThe main bus and connections shall be

of high connectivity AluminiumAluminium alloy sized for

specified current ratings with maximum temperature limited

to 85amp778 C ie 35amp778 C rise and ambient 50amp778

bSeparate vertical bus bars shall be provided for each vertical

panelcAdequate contact pressure shall be ensured at bus

connections by means of two bolt connections with plain and

spring washers and lock nutsdBus bar and connections shall

be fully insulated for working voltages with adequate

phaseground clearances Insulating sleeves heat shrink type

for bus bar and shrouds removable type joints shall be

provided Bus insulators shall be flame retardanteBus bar

shall be color coded for easy identificationfBusbar should be

connected in such a way that it can be dismantledassembled

while separating different section of the panelgShrouds of

transparent sheet on the exposed bus in cable alleys for

adequate safety measurehBus bar Conductor shall be

confirming to IS‐5082iMinimum clearance (PH‐PH PH‐N and

PH‐E) between Bus bars shall be maintained as per latest

ISjBus Bar supporting Material shall be of

SMCDMCkMaterial of Aluminium Bus bar shall be of E91

gradelBus bar shall be protected from the transparent

insulated material for stand safety point

3 3Control ModuleaFixed type control module shall house the

control components for a circuitbThe equipment layout shall

provide sufficient working space in between the components

and subject to SCL approval cEach control module shall be

equipped with ACDC potential free Relays (230V AC24V DC)

Contactors etc for seamless interface of the operation of

Drives from FCMS (PLC)dVendor to provide the potential free

Tender No SCLPS52019E0156401 35

contact to facilitate local operation from MCC and remote

operation from FCMSPLC Vendor shall provide with each

drive module automanual selector switch and each drive

module shall be wired up to the terminal block for localauto

selection ON OFF trip feedback to SCLrsquos control station and

ONOFF command room FCMSPLC as welleMCC panel and

LPBS shall have selector switches for MCCLocal and

LocalRemote selection respectively Control (OnOff) of the

Drivesheaters will be as per following selection If selector

switch (SS) at MCC is selected to MCC ONOFF operation can

be done from MCC only irrespective of position of SS at LPBSIf

selector switches both at MCC amp LPBS are selected to LOCAL

ONOFF operation can be done from LPBS onlyIf SS at MCC is

selected to LOCAL and SS at LPBS is selected to REMOTE

ONOFF operation can be done from FCMS only

4 VFDVFD shall be of Allen Bradley PF400 series having

redundant Control Net communication option as well to

communicate with the existing Facilities Control amp Monitoring

System (FCMs) Control Net Bridge Coaxial Straight T‐Tap

1786‐TPS must also be supplied along with VFDs Line

reactorchoke of suitable rating shall be connected before the

VFD

5 Thyristor based Heater ControlaDYDAC Make Thyristor

power controller Type 3003 or equivalent rating 85kW

Control input 4‐20mA Thyristor input supply 415VAC (3‐Ouml)

Thyristor output supply 415VAC (3‐Ouml) which shall be provided

by the vendor in a separate compartment of the MCC 4‐20mA

Control signal from the heater PID will modulate the thyristor

controller output to maintain the fresh air temperature at set

value Heater ON and OFF set points shall be adjustable in the

SCADA in FCMSbThyristor controller run command run

feedback 4‐20mA modulating signal shall be wired up to the

terminal block in the cable alley in the MCC Thyristor

Tender No SCLPS52019E0156401 36

Panelcompartment shall be complete with inter module

control and power wiring 220V AC supply shall be drawn from

one of the phase and neutral of the incoming 415VAC and

connect to the Thyristor supply terminals through MCB

Circuit breaker lsquoswitch ONrsquo and Thyristor control unit lsquoRUN

commandrsquo will get activated from FCMS if air temperature is

below ON set point Circuit breaker lsquoswitch OFFrsquo and Thyristor

control unit lsquoRUN command withdraws will get activated

from FCMS when temperature becomes above OFF set point

6 Fire Suppression system amp Fire Protection systemPanel shall

be equipped with required materials such as fire suppression

cylinders filled with fire suppression agents Fire detection

tubes Heat sensor tubes end of line adaptor with gauge

electrical Relays differential pressure valves etc to provide

the fire suppression and fire protection system in cable alley

and bus bar chambers of the electrical panel

7 MCCBaThe MCCBs should be extra current limiting type with

trip time of less than 10 m sec under short circuit conditions

The current limiting action should be achieved with repulsion

principle The MCCBs should preferably have an anti‐reclosing

featurebThe MCCBs should be 3 or 4 poles as per SLDcThe

MCCBs should have a Service short circuit breaking capacity

(Ics) of not less than 35 kA rms at 415 Volts 50Hz AC for

incomer The service breaking capacity should be equal to

ultimate breaking capacities (Icu) (ie Ics= Icu=100)dThe

release should be thermal magnetic having adjustable

overload and short circuiteSwitches shall be triple pole air

break AC23 motor duty for motor starter feedersfCubicle

doors of incoming and outgoing shall be mechanically

interlocked with switchgear to prevent unintentional openings

of the door while the unit is in energized condition However

defeat interlock provision is also to be providedgAll incoming

and outgoing feeders shall be provided with bolted disconnect

Tender No SCLPS52019E0156401 37

link for isolation of neutral if necessary Selector switches

shall be of rotary typehThe MCCB shall be provided with

rotary drive kit spreader terminals and ONOFFTrip (MCCB)

position of switch handle to be clearly markediDuct Heater

MCCB shall be motorized to control (ONoff) from FCMSjFor

incomers it should be EDO microprocessor based

communicable MCCB (35 kA or above) with numerical

releases for OL SC amp EFR (With mechanical and Electrical

interlocking for operation of only one ACB at any point of

time)

8 MPCBaThe MPCBs should be of 3 pole air break type AC3

Duty continuous rating as specifiedbMPCBs should have at

least 1NO+1NC contactcThese should have trip indication

test trip functiondThe release should be thermal magnetic

having adjustable overload trip settingeThe service breaking

capacity should be equal to ultimate breaking capacities (Icu)

(ie Ics= Icu=100)fThe MPCBs should be suitable for din rail

type mounting

9 Capacitor Bank Supply and installation of Capacitor Bank ‐

Box Type Dry construction Conforming to IS 13340‐41IEC

60831 440V 50Hz Rated Current (In) as per Load Heavy

Duty Dielectric MPP Low loss type with overall loss lt

05WkVAR Delta Connection with Discharge Device

10 ContactoraThe contactor shall be 3 pole air break type AC3

Duty continuous rating for motor starter feeders with non‐

bouncing silver silver alloy contactsbContactor shall be of

electromagnetic type rated for uninterrupted duty as per

relevant standards and also suitable for capacitor duty

cContactor shall be provided with adequate auxiliary contacts

rated for 10Amps 240VAC for interfacing with control

schemedContactor coil rating shall be minimum pick up of

85 of rated voltage and minimum drop out of 75 rated

Tender No SCLPS52019E0156401 38

voltage

11 Control and IndicationsaPush buttons will be heavy duty oil

tight and push to actuate type with integral plate marked

with its functionbEach push button shall be provided with

2NO+2NC contacts rated for 10Amps 240VACcLamps shall

be LED type rated for 240V AC Lens and lamps shall be

replaceable from the front dThe control supply shall be

through a 415V230V transformer and the vendor shall

provide 1 no 415V230V transformer for the same Vendor

shall also provide Power module for 24V DC Supply for the

operation of heaters control module

12 MetersaAll indicating instruments shall be digital

Switchboard type with accuracy class +‐ 2 full scalebMFM

of suitable rating shall be used in the incomer

feedercSelector switches shall be furnished at outgoing

feeders as per SLD for ammeterdAmmeter shall be of analog

type flush mounted industrial pattern of size 96x96 mm with

accuracy class 10 eMultifunction meter shall be of digital

type flush mounted industrial pattern of size 96x96 mm with

accuracy class 10 as per IEC 6205253 suitable for

measurement of Current Voltage Power Frequency Power

factor Energy and ready port to communicate with FCMS

through RS 485 The Meter should have Modbus

communication port as well

13 CT (Current transformer)CT will be cast resin type rated 15VA

or more burden with Maximum accuracy limit of class 1

14 Secondary wiringaPanel shall be fully wired at the factory to

ensure proper functioning of control and protectionbFuse

and links shall be provided to permit individual circuit

protection from bus wires without disturbing other circuits All

spare contacts of relays push buttons and other devices shall

Tender No SCLPS52019E0156401 39

be wired up to terminal blockscWiring shall be done with

flexible 25sqmm copper 1100V grade PVC insulated

switchboard wires Each wire shall be identified at both ends

with permanent markers bearing wire numbers as per wiring

diagramdWire termination shall be done with crimping type

connector with insulating sleeve

15 Powercontrol Terminal BlocksaTerminal block shall be 660V

grade box clamp type with marking strips similar to ELMEX 10

mm2 or equal for ControlbTerminal for CT secondary leads

shall have provision for shortingcNot more than two wires

shall be connected to any terminaldSpare terminals equal in

number to 20 active terminals shall be providedeTerminal

blocks shall be suitably located in cable alleysfFor Power

cable Bus Bar type cable connector (Melamine material) shall

be providedgFor Control cable heavy duty screw type cable

connector (Melamine material) shall be provided

16 Cable terminationaPanel shall be designed for cable entry

from topbEach cable shall be clearly marked at both ends

with an indestructible marker preferably a cable tag made of

Aluminium tacked with indicating cable number amp both end

feeder tags with switchboard tags Cable tags at ends of cable

shall be provided inside the gland plate as well as outside the

gland platecAll provisions and accessories shall be furnished

for termination of cables including removable gland plates

cable supports and terminal blocksdGland plate shall be

minimum 3 mm thick

17 Ground BusA GI ground bus rated to carry the maximum fault

current shall extend full length of Panel The ground bus shall

be provided with 2 bolts with GI bolt and nuts at each end to

receive 50x6mm GI flat

18 NameplateaThe nameplate of approved design shall be

Tender No SCLPS52019E0156401 40

provided for each compartment and also at the top of each

panel Nameplate shall be minimum 20x70mm and 3mm

thickbDrawing Pouch shall be provided at the incomer cable

allay

19 PaintingPanel shall be painted with light grey epoxy painted

(Siemens Gray RAL 7032) and caution notice plate shall be

fixed at the back of each vertical panel

20 Make of Switchgears aMCCBSiemensSchneiderbPush

button SiemensSchneider TekniccSelector

SwitchSiemensSchneider Teknic

dFuseSchneiderSiemenseTimerSiemensSchneiderfContro

l TransformerAEIMPIndcoilgTerminal

BlockElmexConnectwellFTChMeters Conzerv LampT

AEiCTs amp PTsKappaAutomatic

Electric(AE)NippenjContactorsSchneiderSiemenskIndicatio

ns SiemensSchneider

TekniclRelaysSchneiderSiemensPLAmMCBSchneiderSiem

ensnCooling Fan

RexnordSunonoVFDsAllen bradlypThyristor moduleDYDAC

qRCBOSiemensSchneiderrMCB

DBSiemensABBLegrandsLine reactorchokeAllen

BradleytCapacitor BankNeptune Schneider Siemens

21 Local Push Button Station (LPBS)The Scope includes supply

and installation of LPBS for Chiller Pumps AHUs Heaters as

per the BOQ and detailed specification given below aLPBS

shall be indoor metal clad air insulated wallAngle frame

mounted as required single front construction front wired

front connected hinged lockable door LPBS for Chiller Pumps

system shall be suitable for outdoor installationbMinimum

thickness of sheet metal used shall be 2 mm and panel shall

conform to IP54 protection for indoor installation and IP65 for

outdoor type LPBScAll switches push buttons with indicating

Tender No SCLPS52019E0156401 41

LED lamps indicating instruments shall be flush

mounteddThe LPBS shall be used for remote operation of

drives Equipment and HeaterseTo facilitate the localremote

operation LPBS shall have LocalRemote selector switch and

provided with Start push button lockable Stop push button

ammeter of suitable range Terminal Block and lockable

Emergency off Switch etc fLPBS shall be equipped with AC

(230V)DC (24V) Relays Contactors etc for seamless interface

of the operation of Drives from FCMS (PLC)gLPBS should be

suitable for wall mounting and provided with necessary

mounting arrangementhWiring shall be done with flexible

25sqmm copper 650V grade PVC insulated switchboard

wires Each wire shall be identified at both ends with

permanent markers bearing wire numbers as per wiring

diagramiWire termination shall be done with crimping type

connector with insulating sleevejGland plate shall be

minimum 3 mm thickkThe nameplate of approved design

shall be provided for each compartment and also at the top of

each panel Nameplate shall be minimum 20x70mm and 3mm

thicklLPBS shall be painted with light grey epoxy painted

(Siemens Gray RAL 7032)

22 Make of Electrical panel As per DOS Approved Panel

manufacturer list (attached)

TECHNICAL SPECIFICATION‐3

Item Specifications ‐III

Sl No Specifications Compliance

(Yes No)

Offered Specifications Remarks

Tender No SCLPS52019E0156401 42

1 Fire Detection System Scope for fire detection system

includes supply installation testing commissioning of Fire

panel Addressable Fire detection devices Manual Call Points

Addressable loop sounders Switch Monitoring unit (SMU) UV

IR sensor for detection of methanol flame Cable MS junction

boxes for loop in loop out of cable as per specifications and

integrating the same with existing repeater panel as per the

requirement The detailed specifications for the different

component of fire deduction system are as follows

2 A Multi‐sensor Detectors The smoke detectors shall be multi‐

sensor (heat and smoke) detector with isolator suitable for

detecting a wide range of smoke from slow smoldering and

fast flaming fire The detector shall have following features

bullSolid state addressing arrangement in combination with a

hand held programmer to configure the sensor

addressbullElectronics free mounting basebullTwin alarm LEDs for

360 Degree viewing and shall have blinking LED facilitybullThe

sensor shall have s removable chamber for ease of cleaning or

replacementbullAutomatic compensation for smoke sensor

contaminationbullShall have a built in test facility which allows

the fire alarm control panel to adjust the alarm threshold

levels to compensate for contamination and shall have a

maintenance alarm display when threshold can no longer be

adjustedbullOperating temperature ‐ 10 DegC to 50 DegC and

operating RH at 40 DegC‐95 RH

3 B Manual call stations Manual Call Stations should have in

built monitor module and pressbreak and resettable

capability constructed of high impact LEXAN sheet with clearly

visible operating instructions on the cover and the word FIRE

shall appear on front and suitable for surface mountingflush

mounting complete as required

Tender No SCLPS52019E0156401 43

4 C UV IR SensorThe UV‐IR flame detector shall operate on 24

VDC 0‐24mA current output suitable for detection of

Methanol flame with automatic built in test for reliable

operations and suitable for installation in Hazardous area zone

1and 2 with Class I Division 12 Gas group A B C The detector

shall not be susceptible to environmental conditions to

generate false alarms The entire system shall be rated for IP

66 or better and supplied with suitable mounting bracket The

system shall comply to the detailed specifications as listed

belowbullDetection Technology UV ‐ IR Electro‐optical

detectionbullDetection range 75 meterbullField of View greater

than equal to 90deg Both Horizontal and verticalbullResponse

Time less than equal to 5 secondsbullBuilt in Test Automatic

bullOperating Temperature Range 0 to + 75degCbullOperating

Humidity Range Continuous 95 non‐condensingbullAnalog

Output signal 4‐20mAbullAlarms amp Fault Normal 4 mA Fault

02 mA Alarm 20 mA + 10 verifiedbullOperating voltage 24

VDC ( 18‐32VDC)bullPower consumption Vendor to specify for

Standby and Alarm conditionbullSensor Calibration

Verification Sensor calibration as per OEM for certified

performancebullSensor Life 2 Years (minimum)bullSensor

Calibration vendor to carry out sensor calibration at site and

submit calibration certificate valid for one yearbullRFI EMI

SusceptibilitybullRequired EN 616326‐3 and EN 6100006‐3 or

equivalent IP protectionbullIP protection IP 66 or betterbullFault

Diagnostic Sensor Fault (end of life) other informationbullSelf‐

Check Test Automatic during start‐upbullHousing SS 316

Epoxy Painted Aluminium die castbullStart‐up Time Vendor to

specifybullApprovalcertification PESO and ATEX ‐ Ex d IIC C

Class 1 Div 12 Group A B C DNote Vendor shall arrange

the 230V AC to 24V DC Power supply module along with half

an hour Battery Back up in MS powder coated Enclosure

Input Power supply (230V AC) for Power Supply module shall

Tender No SCLPS52019E0156401 44

be provided by SCL

5 D SMU Unit for UV IR sensor Supply installation testing and

commissioning of Switch Monitoring Unit (SMU) to configure

the UV IR sensors with fire detection system as requiredE

SoundersAddressable Sounders shall be loop powered with

all fixing materials complete as required The sound level shall

be 100dB (A)

6 F Fire Alarm Control Panel (FACP) bullFACP shall be of 2

loopsbullFACP shall be suitable for 230V 50 Hz AC supply and

detectors shall be powered using FACP based detection

circuits Devices shall receive power and communication from

the same pair of conductorsbullFACP shall provide for resetting

detectors fault isolation and sensor loop operationbullFACP

shall be suitable for mixing different fire devices and beam

smoke detectors within the same loop to optimize field

wiringbullFACP shall have alarm indication of individual sensors

detector trouble alarm indication for dust accumulation The

panel shall check detector once in every 24 hours for

contamination for this purposebullThe FACP shall regularly

supervise all the sensors and devices on the loop and initiate

fire or trouble alarm whenever requiredbullFACP shall have 2

wire circuits to connect minimum of 126 addressable devices

per loopbullFACP shall be with repeater interface and suitable

24V battery with built in software and 2 x 40 character

alphanumeric LCD display and necessary front panel control

keys FACP shall display the date time and description for

Analog sensors to indicate alarms and trouble

situationsbullFACP switches shall allow authorized personnel to

accomplish the following ‐bullInitiate a general alarm

conditionbullSilence the local audiblebullSilence the alarm

signalsbullReset all zonespointsbullFACP shall have walk test

facilitybullShall have facility for programming from the key

board or utilizing PC set up software via laptopdesk top

Tender No SCLPS52019E0156401 45

computerbullShall have memory data for panel configuration

and operation reside in non‐volatile memory (EPROM)bullFACP

shall have facility for speech processor (to record pre‐

recorded message of 20 S) and also have Auto Dialer facility

(can dial up to 8 different lines)bullAll addressable units shall be

connected to the FACP through the loop cards and shall be

addressed though individualized numbers The FACP shall be

able to obtain analog value for all detectors in the circuit

through a pulsed digitized current data The FACP shall be

able to analyze all analog inputs from all addressable units

and though its own software and ambient level screening the

FACP shall be able to identify fire possible fire or fault

conditions The unit supervision shall be dynamic and

continuousbullThe FACP shall itself have all loop cards in it No

isolated mother board or transponder shall be

consideredbullShortopen circuit units shall also be reported at

the FACP in such cases the system through the use of fault

isolators shall be able to isolate that segment between the

two fault isolators The missing DetectorsDevices shall also

be reported to the FACP with identification of the

locationbullThe FACP shall have the facility to set smoke sensor

sensitivity remotely to either high sensitivity manually or on a

pre‐programmed sequence (Ie DayNight) period When an

alarm condition is sensed at the FACP from a smoke or heat

detector a delay timealarm verification period shall be

started If the sensor is still in alarm after the delay time

expired an alarm condition is reported The delay time shall

be adjustable from 0 to 990 secondsbullThe FACP shall have

either an in‐built or external printer coupled to the FACP

which shall log all events with time The printout shall clearly

indicate the event‐FirePre‐AlarmFault etc with the unit

address and timebullThe FACP shall also be able to discriminate

between false alarms and fire conditions as well as priority

selection of alarm in case alarm activities in two or more

Tender No SCLPS52019E0156401 46

remotely located units simultaneously In such cases the

Manual Call stations shall have the highest prioritybullThe FACP

shall also be able to actuate switches automatically in case of

Fire condition of AHUs and power supply or other system such

as piped pressurized gas supplybullThe system shall be fail safe

and adequate safe guards should be under taken that in the

event of a failure of a part of the system it shall not handicap

the complete system The loop cards shall be of Modular

constructionbullThe FACP shall have its own battery backup of a

minimum of 48 hours in normal run and then half an hour in

alarm condition The backup time calculation shall be done as

per TAC standards The Battery shall be 2 x 12V (24V) DC and

of sealed maintenance free type housed inside the FACPbullIt

shall be able to withstand temperature variations from 0

Degree Centigrade to 55 Degree Centigrade Further Relative

Humidity (non‐condensing type) up to 93 shall not hamper

its performance The voltage rating shall be from 17V DC to

31V DC though the voltage may be change depending upon

the working voltages of a proprietary FACPbullThe FACP shall be

totally enclosed dust and vermin proof type made of

minimum 16‐gauge dust inhibited sheet with even baked

finish The FACP shall be of completely solid state designbullThe

logic circuitry shall be based on high noise immunity solid‐

state hardware employing modular construction Logic cards

shall be of epoxy fiber glass constructionbullThe FACP shall have

EN 54ULFM approvalbullThe panel shall have an extra loop

card to serve as standby in case of burnout or malfunctioning

of any operating loop cardsbullThe FACP shall be capable of

being networked (future expansion) with other similar FACPs

located at different locations of SCL premises through a single

RS 485 busbullThe FACP shall have provision for interfacing with

the Public Address System

7 G Repeater panelScope comprises of supply and installation

Tender No SCLPS52019E0156401 47

of Repeater Panel which display fire fault message

simultaneously with the FACP bullIt shall be capable of

interfacing with the FACP on a single RS 485 Bus bullThe panel

shall be capable of operating on 24V DC supplybullThe

independent 24V DC supply source to be installed in MS

cubicle Box duly powder coated paint along with repeater

panelbullThe panel shall have 2 x 40‐character backlit display

which shall display date time and description of alarm

trouble events are that displayed in the panel shall be

powered from the FACPbullIt shall have control keys for sound

silence mute and to reset the FACP from the repeater

stationsbullThe repeater panel shall have the following LEDs

indicationsbullSupply bullFault bullMute bullSilent bullDisabled

bullFire

8 H Fire CableSupply and installation of 2Cx15mm2 Copper

extruded PVC inner sheath armored and overall FRLS PVC

outer sheathed 11 KV grade as per IS 7098 (Part I bearing ISI

certification) on existing cable traywallsoft soilhard soil as

required

9 I Fire Cable terminationSupplying and making end

termination with brass compression gland and copper lugs for

2Cx15mm2 Copper cable in MS Box of Size 4X4 installed

above the false ceilingwallsurface as required

10 J Junction Box for Fire devicesSupply installation testing and

commissioning of MS painted box Size 4X4 with ELMEX type

terminal block for loop in loop out of 2c x15 sq mm copper

armored cable and connection to the fire detector device on

wallsurfacerecess including wall cutting and providing

necessary hardware for mounting fixing including all

material for fixing as required

Tender No SCLPS52019E0156401 48

TECHNICAL SPECIFICATION‐4

Item Specifications ‐IV

Sl No Specifications Compliance

(Yes No)

Offered Specifications Remarks

1 A NetworksLAN The detailed specification for the network

rack switch cable cords IOs face plates etc and the

required accessories shall be as below CAT 6A or better cable

shall be laid in the PVC Conduit The detailed specifications

for the different component of networksLAN are as follows

2 bull Rack Supply installation testing and commissioning of UL

listed modular type 12U network rack with front glass door

and rear perforated door floor mounted Size 550x550 with

1 No of 5 port Octagonal PDU 515Amp with MCB and Fan

Tray with minimum 2 Fans The rack should have provision of

2 nos of cable manager duct type 1U and 2 vertical manager‐

concealed type Rack should be three sides openable with

front glass door and rear perforated door and provision of

cable entry from top and bottom both with proper earthing

kit as requiredRecommended Make Rittal Netrack

Schneider Valrack

3 bull Network Switch Supply amp installation of Network Switch in

Network Rack with the following specification as belowSwitch

shall haveamp61607Port Density Minimum 8 101001000

BaseT Ports amp 4‐1G SFP Ports ready for use with SFP module

Ports shall support PoE on all ports with PoE budget of

180Wamp61607Architecture Stand‐alone rack

mountableamp61607Bandwidth minimum 56Gbps of

switching bandwidth to support above listed ports in non‐

blocking configurationamp61607StackableScable support for

Tender No SCLPS52019E0156401 49

stacking multiple switchesamp61607Stacking backplane

bandwidth Access switch shall have additional port(s) for

providing minimum 40 Gbps stacking bandwidthamp61607L2

Features 8021x authentication spanning tree

etcamp61607Networkjflowsflow or equivalent provision for

Networkjflowsflow or equivalent supportamp61607Network

Management support Network Management through

command line interface (CLI) SNMP v1 v2c v3

httpsamp61607IPv6 Readiness IPv6 Readiness from day

1amp61607RegulatorySafety confirming to UL60950 amp

EN60950amp61607EALNIAP certified Model No shall be EAL

or NIAPNDPP certifiedRecommended Make Cisco Juniper

HP Brocade dell

4 bull CAT 6A Cable Supply and installationlaying of category 6A

or better 4 pair shielded cable UFTP or FUTP in PVC

Conduit sheath type low smoke zero halogen (LSZH) with

transmission properties amp electrical properties tested

minimum up to 500MHz amp verified by ETL amp comply with

ANSITIAEIA‐568‐C2 amp ISOIEC 11801 Recommended make

Commscope Schneider Molex Siemon

5 bull Patch Panel Supply installation testing and commissioning

of CAT6A PatchJack Panel of 24 Port fully loaded in Network

rack with port identification number with self‐adhesive clear

label holder Each portjack on the panel should be

individually removable on field from the panel and have

integrated rear cable management metallic shelf and have a

separate provision of grounding Recommended make

Commscope Schneider Molex Siemon

6 bull Patch Cords (1 meter) Supply installation testing and

commissioning of Patch Cords Cat 6A shielded 1 meter in

Network rack with 4 pair shielded copper wire factory pre

terminated with shielded RJ45 plugs Aluminumpolyester

Tender No SCLPS52019E0156401 50

shield screen material with low smoke Zero halogen sheath

comply to TIA‐568‐C2 Cat 6A in IOs of Network

RackRecommended make Commscope Schneider Molex

Siemon

7 bull Patch Cords (3 meter) Supply installation testing and

commissioning of Patch Cords Cat 6A shielded 3 meter in

Network rack with 4 pair shielded copper wire factory pre

terminated with shielded RJ45 plugs Aluminumpolyester

shield screen material with low smoke Zero halogen sheath

comply to TIA‐568‐C2 Cat 6A at field side Recommended

make Commscope Schneider Molex Siemon

8 bull Information outlet Supply and installation of Shielded Cat

6A information outlet UFTP or FUTP compliance to category

6A or better TIA568C2‐500MHz at field sideRecommended

make Commscope Schneider Molex Siemon

9 bull Face Plate (Dual) Supply and installation of single gang

square face plate (Dual) and SMB Box with a provision to

support variety of jacks‐ UTP STP etc at the field

sideRecommended make Commscope Schneider Molex

SiemonbullFace plate (single) Supply and installation of square

face plate ( single) with a provision to support variety of jacks‐

UTP STP etc at the field sideRecommended make

Commscope Schneider Molex Siemon

10 bull SMB Box Supply and installation of SMB Box for face plate

(DualSingle) as required Recommended make Commscope

Schneider Molex Siemon

11 bull Other Accessories amp61607Supply and Installation of

25mm electrical grade ISI mark PVC Conduit in

wallfloorslabsurface including wallfloor cutting and

making good the same as required Recommended make

Reputed ISI Markamp61607Supply and installation of OFC SM

Tender No SCLPS52019E0156401 51

OS2 Cable in existing 32mm HDPE pipe as

requiredamp61607Supply and Laying of 32mm HDPE pipe

direct in ground including excavation sand cushioning

protective covering and refilling the trench including standard

cable route marker etc as requiredamp61607Supply and

installation of SC simplex single‐mode LSZH pigtail 1m as

requiredamp61607Supply and installation of adaptor plate

with 3 SC duplex SM adaptors as requiredamp61607Splicing of

OFC as per Core as requiredamp61607Supply and installation

of accessories for making the Chamber Pit‐ 1Mtr Depth with

Lid for housing OFC as requiredamp61607Trenching of

HardSoft Soil as required

12 B Paging The scope includes supply installation testing and

commissioning of Supply and installation of IP 65 or better

explosion proofWP loud speaker anticorrosive powder

coated red (RAL‐3000) suitable for Zone I amp II Class II C

Hardware SS304 as per IS2148 and equivalent to model FLSR

25 of Baliga with necessary support gland as required and

installing the same on wallsurface with GI supports as

required and connecting the same with wire The Scope also

includes supply and installation of 2Cx15mm2 FRLS armored

and PVC sheath twisted pair wire their termination tagging

glanding earthing etc as required for speakers and other

accessories requires for smooth commissioning of the paging

system

Vendor Specificied Terms

Description Vendor Terms

Tender No SCLPS52019E0156401 52

1Delivery Term

Prices shall be quoted on F O R destination basis ie S C L S A S Nagar Mohali

Punjab exclusive of GST and taxes as may be applicable

2 GST

Purchaser is entitled to concessional GST of 5 as per Ministry of Finance

Department of Revenue Notification No 472017 Integrated Tax (Rate) both

dated 14th November 2017 respectively and would accordingly issue Exemption

Certificate in favour of the contractor quoting in Indian Rupees The bidder

should take note of the same while quoting the prices in Indian Rupees GST on

installation services shall be applicable 18

3 DELIVERY SCHEDULEPERIOD OF COMPLETION

The time allowed for supply installation testing and commissioning of the entire

works shall be 06 (Six) months to be reckoned form the 7th day of issue of

purchase order

4 IMPORTANT

This being a two part Tender Technical and Commercial parts separate the

bidder should not attach any document(s) containing pricing information with

technical part The Contractor will provide Un priced commercial offer in

envelope 1 (Technical Part) as an attachment

The tenders containing price information in Technical Part will be treated as

unsolicited offers and rejected Contractor to confirm that Price bid is not

attached in Envelope 1 ie Technical Part

Priced Commercial offer if any should be attached in Envelope 2 (Price Bid)

under Supporting Documents from Vendor (Commercial) as an attachment

5 The prices shall remain firm until completion of entire project including

extended period if any No cost escalation shall be applicable for the work

Tender No SCLPS52019E0156401 53

6 SECURITY DEPOSIT

a) On acceptance of the tender the Contractor shall submit security deposit for

ten percent (10 percent) of the value of the Contract within 15 days from the

date of purchase order If the Contractor fails toprovide the security within the

period specified such failure shall constitute a breach of the Contract and the

Purchaser shall be entitled to make other arrangements for the re purchase of

the stores contracted at the cost and risk of the Contractor

b) Security Deposit shall be submitted through Demand Draft Bankers Cheque

fixed deposit receipt or Bank Guarantee from any of the Scheduled Banks

executed on nonjudicial stamp paper of appropriate value and shall be valid for

a period of sixty (60) days beyond the date for completion of the Purchase

OrderContract

c) In case the contractor fails to furnish the security deposit within the specified

date or extended due date the Purchase OrderContract shall be cancelled and

in addition appropriate penal action may also be considered

d) After the Purchase OrderContract is successfully executed in all respects the

Bank Guarantee towards Security Deposit may be discharged and retained

amount shall be refunded to vendors

e) In the event of non execution of the Purchase orderContract or breach of any

terms and conditions of the Purchase Order the Security Deposit shall be

forfeited

7 Warranty

The Contractor shall provide for the tendered job comprehensive warranty for

parts as well as labour for a period of 12 months from the date of successful

installation commissioning and testing of the system at Purchasers site at no

extra charges against any manufacturing defectfaulty workmanship In case any

defect arises during warranty period the Contractor should replacerectify the

same at its own cost at siteworks

The LED light fittings and its driver unit etc shall have warranty for a period of 5

Tender No SCLPS52019E0156401 54

years from the date of installation and commissioning

8 Warranty Replacements

All replacement parts if any shall be supplied by the Contractor free of cost on F

O R Purchaser site at S A S Nagar Punjab basis

9 TERMS OF PAYMENT

The payment shall be remitted as under

90 of the value of the materials supplied shall be paid within 30 days of the

receipt of the materials at purchaser site and the balance 10 amount along

with 100 installation charges shall be payable on successful installation

commissioning and acceptance of the entire project at Purchasers site against a

Performance Bank Guarantee

10 PERFORMANCE BANK GUARANTEE (PBG)

The Contractor shall furnish a Bank Guarantee (as per format given by purchaser)

from any nationalized scheduled bank for an amount equivalent to 10 of the

value of the Contract and shall be valid for a period of 60 days beyond the expiry

date of warranty period On the performance and completion of the Contract in

all respects the Bank Guarantee will be returned to the Contractor without any

interest

11 VALIDITY

The tender must be valid for a minimum period of 120 days from the date of

opening of Technical bid and 90 days after opening of Price bid

The tender where the validity period is shorter than the period specified in the

tender enquiry shall be excluded from the procurement process

12 Quantity Variation

The quantities indicated against each items in the Bill of Quantities (BOQ) are

indicative and are for the purpose of bidding only Variation in quantities up to

Tender No SCLPS52019E0156401 55

+25 percent shall be carried out by the contractor on the agreedPurchase order

(PO) rates and terms amp conditions as in the purchase order (PO)

13 GUARANTEED TIME DELIVERY

The time for and the date of delivery stipulated in the Purchase Order shall be

deemed to be the essence of the Contract Delivery must be completed within

the date specified therein

14 Extra Items

In case of extra items (that are completely new and are in addition to the items

contained in the contract) the contractor may claim rates supported by proper

analysis and purchaser engineer in charge of the work shall after giving

consideration to the analysis of the rates submitted by the contractor determine

the rates on the basis of market rates and the contractor shall be paid in

accordance with the rates so determined The contractor(s) profit amp OH shall be

factored in the rate analysis 15

15 CONSIGNEE

Sr Purchase and Stores Officer (Stores)

Semi Conductor Laboratory

Sector 72 SAS Nagar (Mohali) Punjab

India 160 071

16 INSTALLATION AND COMMISSIONING

Installation commissioning and demonstration of performance of the tendered

stores as per Purchaser tendered specifications shall be carried out by the

Contractor at Purchaser site at S A S Nagar Punjab India

The Contractor shall provide in advance guidelines for preparation of the

installation site and list of items to be supplied by Purchaser during installation

Tender No SCLPS52019E0156401 56

On receipt of intimation from the Purchaser the Contractor shall depute its

engineer(s) to Purchaser site within two weeks to carry out installation and

commissioning and will demonstrate the functionality of the tendered

equipment to Purchaser specifications as per mutually agreed acceptance

procedure The Contractor shall be responsible for any lossdamages sustained

due to delay on the part of the Contractor to send its engineer for installation

and commissioning

Failure to commission the tendered equipment successfully shall entitle

Purchaser to full refund of the payment made and the interest thereon Decision

regarding successful installation and commissioning shall rest solely with the

Purchaser

17 REJECTION

In the event that any of the stores supplied by the Contractor is found defective

in material or workmanship or otherwise not in conformity with the

requirements of the Contract specifications the purchaser shall either reject the

stores or request the Contractor in writing to rectify the same The Contractor

on receipt of such notification shall either rectify or replace the defective stores

free of cost to the purchaser If the Contractor fails to do so the purchaser may

at his option either

a) replace or rectify such defective stores and recover the extra cost so involved

from the Contractor or

b) terminate the Contract for default as provided in this tender document

18 EXTENSION OF TIME

If the completion of supply of stores is delayed due to reason of force majeure

such as acts of god acts of public enemy acts of Government fires floods

epidemics quarantine restriction strikes freight embargoes etc the

Contractor shall give notice within 15 days to the purchaser in writing of his

claim for an extension of time The purchaser on receipt of such notice after

verification if necessary may agree to extend the Contract delivery date as may

Tender No SCLPS52019E0156401 57

be reasonable but without prejudice to other terms and conditions of the

Contract

19 DELAY IN COMPLETIONLIQUIDATED DAMAGES

If the Contractor fails to deliver the stores within the time specified in the

Contract or any extension thereof the purchaser shall recover from the

Contractor as liquidated damages a sum of one half of one percent (05 percent)

of the Contract price of the undelivered stores for each calendar week of delay

The total liquidated damages shall not exceed ten percent (10 percent) of the

Contract price of the unit or units so delayed Stores will be deemed to have

been delivered only when all their component parts are also delivered If certain

components are not delivered in time the stores will be considered as delayed

until such time as the missing parts are delivered Delivery of stores shall be

complete on Installation commissioning Testing and Acceptance

20 INSPECTION AND ACCEPTANCE TEST

The Purchasers representatives shall also be entitled at all reasonable times

during manufacture to inspect examine and test on the Contractors premises

the material and workmanship of all stores to be supplied under this Contract

and if part of the said stores is being manufactured on other premises the

Contractor shall obtain for the purchasers representative permission to inspect

examine and test as if the equipment were being manufactured on the

Contractors premises

Such inspection examination and testing shall not release the Contractor from

the obligations under this Contract

For tests on the premises of the Contractor or of any of his sub Contractors the

Contractor shall provide free of cost assistance labour material electricity fuel

and instruments as may be required or as may be reasonably needed by the

purchasers representative to carry out the tests efficiently

When the stores have passed the specified test the purchaser representative

shall furnish a certificate to the effect in writing to the Contractor The

Tender No SCLPS52019E0156401 58

Contractor shall provide copies of the tests certificates to the purchaser as may

be required

21 Labour Law Contractor shall abide by all labour laws rules and regulations

which are prevailing and as enforced from time to time and SCL shall not be

responsible for any accident or mishap during the course of the contract to any

of engineer labour employee by the Contractor The contractor shall also ensure

that the statutory obligations with regards to the employment of labour under

law are complied properly and timely

22 ARBITRATION

In the event of any disputes differences or claims arising out of or relating to

the interpretation and application of the Contract such disputes or differences

or claims shall be settled amicably by mutual consultations of the good Offices

of the respective Parties and recognizing their mutual interests attempt to reach

a solution satisfactory to both the parties If such a resolution is not possible

within 30 days from the date of receipt of written notice of the existence of such

disputes then the unresolved disputes or differences or claims shall be

referred to the Sole Arbitrator appointed by the Parties by mutual consent in

accordance with the rules and procedures of Arbitration and Conciliation Act

1996 as amended from time to time The arbitration shall be conducted in New

Delhi in the Arbitration and Conciliation Centre New Delhi (Domestic and

International) as per its rules and regulations The expenses for the Arbitration

shall be shared equally or as may be determined by the Arbitrator The

considered and written decision of the Arbitrator shall be final and binding

between the Parties The applicable language for Arbitration shall be English

only Work under the Contract shall be continued by the CONTRACTOR during

the pendency of arbitration proceedings without prejudice to a final adjustment

in accordance with the decision of the Arbitrator unless otherwise directed in

writing by the DEPARTMENT or unless the matter is such that the works cannot

be possibly continued until the decision (whether final or interim) of the

Arbitrator is obtained

23 APPLICABLE LAWS The contract shall be interpreted construed and

Tender No SCLPS52019E0156401 59

governed by laws of IndiaThe contract shall be subject to exclusive Jurisdiction

of the Court of SAS Nagar (Mohali) Punjab India irrespective of anything

mentioned in any correspondences or otherwise

24 Any Other Term

Tender No SCLPS52019E0156401 60

Supporting Documents from Vendor

Attachment ‐ I

Attachment ‐ II

Price Bid Form

Item Description Slab Range Qty UOM Currency Unit Price Total Price

Supply of MCC Panels cables

cable trays lightings etc for

electrical distribution system

including fire detection

system LAN Paging etc for

the Chemical Store building as

per detailed specifications

technical write‐updrawings

attached

‐ 1 Lot ‐ ‐ ‐

Installation Testing and

Commissioning of MCC

Panels cables cable trays

lightings etc for electrical

distribution system including

fire detection system LAN

Paging etc for the Chemical

Store building as per detailed

specifications technical write‐

updrawings attached

‐ 1 Lot ‐ ‐ ‐

Tender No SCLPS52019E0156401 61

Break‐up of other taxes and other costs should be specified in respective narration columns

Sum of these Break‐up values should be specified in respective value columns

Supporting Documents from Vendor (Commercial)

Document attachment with price bid

Attachment ‐ I

Attachment ‐ II

  • pdf_document_tndr_notc_electrical_distribution_system_051119
  • pdf_document_tndr_doc_electrical_distribution_system_051119
Page 28: -72, -160071 चंडीगढ़ के समीप पंजाब भारत...स म -क डक टर ल ब र टर /Semi-Conductor Laboratory अ त रक ष वभ

Tender No SCLPS52019E0156401 27

11 Storage space site office Contractor will be provided a

lockable room within SCL premises for storage space subject

to availability Contractor will make at his own cost

temporary site office close to work site as per the location

decided by the E‐I‐C

12 Materialsystem submittalsMaterialssystems etc procured

by the selected Contractor for incorporation in the work will

be only of MakesManufacturers specified in the tender

document Submittals of the same shall be submitted by the

contractor for SCL review and approval

13 Other RequirementsbullErection testing amp commissioning of

items as per BOQbullSpecial tools amp tackles Party shall arrange

the ladderscaffoldingstair for working at height for cable

laying Fire detection system installation of light fixture

bullWork shall be executed as per the ISRO contractor safety

Manual Contractor to ensure that the manpower is equipped

with PPE for working at the site bullAll relevant drawing data

catalogues with instruction and trouble shoot manuals type

test certificates for the above accessoriesbullMaterials and

accessories which are necessary or used for satisfactory and

trouble free operation and maintenance of the above

equipmentrsquosmaterial shall also be furnished bullContractor

shall deploy skilled amp unskilled Labor qualified technical

Supervisor(s) erection tools amp tackles testing tools amp

equipment supplies consumables and hardware and

transport for timely and efficient execution of the

workbullContractor shall guarantee LED fixtures

(flameproofnon‐flameproof) for a period of 5 years from the

date of acceptance The contractorrsquos guarantee shall be

supported with a guarantee from the manufacturer(s) in this

regard

Tender No SCLPS52019E0156401 28

TECHNICAL SPECIFICATION‐1

Item Specifications ‐I

Sl No Specifications Compliance

(Yes No)

Offered Specifications Remarks

1 Internal Wiringa The electrical wiring installations and other

accessories shall comply with latest IS code 732 (part‐II) 1983

and National Electric Code‐1985b The word concealed means

it involves cutting of floor wall and making good after laying

the conduitMetal raceway as per the enclosed drawings by

the contractor as requiredc The contractor shall provide all

necessary components fixing materials accessories and

interconnections as per standard practice It is to be noted

that ceiling rose forms a part of the specifications hence not

indicated separately and shall be provided by the contractor

as requiredd Scope includes termination of wire ferruling

dressing cable tie etc as requirede The work shall be

executed as per the ISRO electrical specification available on

ISRO site wwwisrogovin in Schedule I to be read along with

the tender specification

2 LED LuminariesThe scope includes supply installation

testing commissioning of flame proofnon‐flameproof LED

lighting fixture at the ceiling level (about 55 meter height) in

the chemical store building outer periphery of the store

building electrical room AHU room at the first floor as per

drawings and discretion of E‐I‐C Architectural plan of the

building is attached Supply of required accessories such as

mounting brackets nuts bolts screws washers glands and

any other material required for installation of LED fixture as

per specifications mentioned in BOQ shall be part of the

specification Junction box as required for loop‐in and loop‐

Tender No SCLPS52019E0156401 29

out of the cable for flame proof light fixture will be in the

scope of the contractor LED light fittings will be suitable for

operation on 230V single phase AC supply The fitting shall

be supplied with all fixing material such as brackets nuts

bolts etc as required for installation of fittings Special

Conditions aLuminaire make (Brand) from among the

recommended make mentioned in the tender document shall

be clearly mentioned in Technical Bid along with complete

technical detailsbThe LED light fitting and its driver unit etc

shall have warranty for a period of 5 years from the date of

installation and commissioningcThe flame proof fixture shall

be provided along with the Petroleum and Explosives Safety

Organization (PESO) certification

3 Detailed Specification for LED Fixture a Flame Proof LED

Fixtures Supply and installation of flameexplosion proof high

efficiency 1 Phase 230 V 60W LED light fitting as per IS 2206

with luminous efficiency 100Lmwatt or better CRI gt 08 amp

THDlt10 IP‐66 as per ISIEC 605292001 made of Die cast

aluminium alloy Heat resistant amp tough clear dome glass

having enclosure as per Ex‐d GAS Gr IIA IIB IIC AS PER ISIEC

60079‐12007 amp ISIEC 60079‐02004 Area of classification

ZONE‐1 2 21 amp 22 and temperature class T‐6 or better as per

ISIEC 60079 complete with loop‐in loop‐out provision

Mounting bracket for mounting on the ceiling Double

compression cable gland shall be provided and install by the

contractor along with the light fitting Recommended Make of

fixture Baliga Stahl Sudhir SwitchgearRecommended make

of LED NICHIA CREE PHILIPS LUMILED OSRAMb General

LED fixtures Supply amp fixing of wallceiling mounted batten

type 20W LED tube light (Four feet) luminaire with efficient

driver (efficiency shall be more than 90) amp with minimum

lumens output of 2000 lumens per lamp comprising of nano

diffuser technology complete with efficient amp constant

Tender No SCLPS52019E0156401 30

current output driver suitable for operation on 230V single

phase 50Hz AC supply efficient heat sink effective thermal

management and with colour temperature shall be gt 6000K

The LED with suitable control gear and power factor gt09 LM

79 certification for luminaireLM80 certificate for LED shall be

submitted and with other standard accessories prewired

including necessary interconnections complete in all respects

and as directed by EIC (Similar to Philips Astra or equivalent)

Recommended make of fixture Philips GE Trilux

LTRecommended make of LED NICHIA CREE PHILIPS

LUMILED OSRAM

4 c Street Light Fixture Supply and installation of 72W75W

LED Street Light fixture with High‐brightness White LEDs

sources with high transmittance flat toughed glass cover and

peanut LENS on each LEDs System luminous efficacy 100

LmsWatt 5600K colour temperature amp 70 CRI value for

ensuring good quality light output Life of at‐least 50000

hours at 70 lumen maintenance ampLED driver efficiency gt

85 Power factor greater than 095 THDlt10 amp min 3KV

surge protection with operating voltage range from 120‐270V

for ensuring lifelong high performance of luminaire the

fixture shall be made of LM‐6 Pressure die‐cast aluminium

with engraved company name amp have IK05 amp IP66 Class

protection with NABL Accredited LM‐79 amp LM‐80 Report

Mounting pole mounted upto a height of 8 meter and pole

bracket diameter of 48‐60 mm (adjustable) Recommended

make of fixture Trilux Philips GE LTRecommended make of

LED NICHIA CREE PHILIPS LUMILED OSRAM

5 Street Light Pole Providing and installation of hot dipped

galvanized swaged tubular 9‐meter‐long with planting depth

15 metersiexclbrvbar street light poles The effective length of each

section shall be‐ bottom 5 meters middle 2 meters and top 2

meters The outside dia and thickness of pole shall be

Tender No SCLPS52019E0156401 31

minimum 11430x440mm 889x4085mm 761x325mm

respectively as required The pole shall be provided with

necessary bracket (inclination 105115 degree length 15

meter dia 45 mm ) for mounting upto 72 W LED street light

fixture Each pole shall have a weather proof

loopingterminal box clamped at 550 mm above ground level

along with a suitable earth terminal The looping box shall be

provided with a suitable Power terminal arrangement to loop

4C x10sqmm size cable and MCB5A fuse cut‐out A base

plate 300 x300x10mm shall be welded to the bottom of the

pole Both underground cable and GI earth wire shall be

terminated at the terminal looping box in the looping zone

Further wiring to the light fixture shall be done with three

core flexible copper wire (2core for power supply and third

core for earthing)GI tubular pole shall be installed in cement

concrete 136 (1 cement 3 coarse sand 6 graded stone

aggregate 40 mm nominal size) foundation including

excavation and refilling etc Party to cast 2 run of 32 mm MS

conduit for cables upto a height of 550mm from ground level

for loop in loop out of cable The civil work for street light pole

foundation forms a part of installation of the work and will be

done by the party as required for commissioning of lighting

poleFor earthing of street light poles coilspiral earthing

using 8 SWG GI wire shall be used The GI wire shall be buried

to a minimum depth of 15 m with excavation refilling of

earth and connecting GI wire to pole using GI bolt and nut

complete as per requirementMake of Pole Reputed make

with ISI mark Note Party shall submit Drawing of the street

light pole for SCL approval before start of manufacturing

6 Cables wire conduit earthing Switchboards

SwitchesSockets etca Cables The scope includes the Supply

and installation of XLPE insulated overall FRLS PVC outer

sheathed AlCu armored cable on wallsurfacesoilexisting

Tender No SCLPS52019E0156401 32

cable tray as required for MCC Panel and MCB DBs as per the

detailed specification and quantity in this document All

necessary hardware for installation of cable like cable tie

clamps tags etc is in the scope of Contractor Contractor to

ensure that cable laid on the cable tray is properly clamped

with GI clamps and cable is properly secured on cable tray b

Wire The scope includes the Supply and installation of FRLS

Copper wire of different size quantity amp Specification for

power distribution and lighting and power etc as per the

requirement c Conduit The scope includes the Supply and

installation of ISI makes MS Conduits of different size as per

Specification for power and lighting distribution switch

sockets etc as per the requirement Flexible conduit shall be

of GId Cable tray The scope includes the supply and

installation of GIMS cable trays as per specificationse

Earthing The scope includes the supply and providing

earthing for Panels DBs cable trays light fixtures and poles

flameproof accessories fire panel speakers exhaust fans etc

matching the specifications given in this tender documentf

Lightning protection The scope includes the supply and

providing earthing for lightning protection of the building as

per the IS 2309 specification and quantities as per the BOQ

The scope includes horizontal and vertical runs earth pits test

point earthing of building periphery for contour etcg Rack

earthing The scope includes the supply and providing

earthing for racks as per specificationsh Switchboards and

SwitchSockets The scope includes the Supply and installation

of different size of flameproofnon‐flameproof Switchboards

and switchsocket for Lighting Power Distribution as per

specificationi MSGI Conduits flexible GI conduit earthing

materials doublesingle compression brass cable glands

cable lugs (Al amp Cu as required) cable ties cablewire

identification tags required for the installation and

maintenance of trouble free operation of the downstream

Tender No SCLPS52019E0156401 33

system and accessories are covered under this specificationj

MS junction box conduit along with all related accessories as

per specification

TECHNICAL SPECIFICATION‐2

Item Specifications ‐II

Sl No Specifications Compliance

(Yes No)

Offered Specifications Remarks

1 Electrical Panel SpecificationGeneralaPanel shall be

fabricated as per IEC 61439 part 1 amp 2 bPanel shall be indoor

metal clad air insulated floor mounted extendable to side

single front construction front wired front

connectedcMinimum thickness of sheet metal used shall be

2 mm and panel shall confirm to IP54 protectiondThe

working height of the Panel shall be limited as per standard

engineering practicese The design should be fully

compartmentalized with metal partitions between

compartments All doors shall be gasketed Each vertical

section shall have removable back coverfAll switches push

buttons lamps indicating instruments shall be flush

mountedgA full height vertical cable chamber with cable

supports shall be provided in each section to facilitate unit

wiring Cable chamber shall be sized to accommodate all cable

and shall have removable covers A horizontal wire way

extending the entire length shall be provided at the top of

panel for inter panel wiringhPanel shall be with minimum

75mm high base MS channel frameiThe panel shall undergo

seven tank or better process as per relevant IS

standardsjLifting hook shall be provided at each section for

easy transportationkDifferent compartment of the panel

shall be provided with dust proof type air filter louvers

explosion vents or similar safety arrangements in the panels

Tender No SCLPS52019E0156401 34

to let out gases under pressure generated during event of any

fault inside the panellPanel shall have pocket for the Panel

drawing in the incomer section

2 Busbar and Bus TapsaThe main bus and connections shall be

of high connectivity AluminiumAluminium alloy sized for

specified current ratings with maximum temperature limited

to 85amp778 C ie 35amp778 C rise and ambient 50amp778

bSeparate vertical bus bars shall be provided for each vertical

panelcAdequate contact pressure shall be ensured at bus

connections by means of two bolt connections with plain and

spring washers and lock nutsdBus bar and connections shall

be fully insulated for working voltages with adequate

phaseground clearances Insulating sleeves heat shrink type

for bus bar and shrouds removable type joints shall be

provided Bus insulators shall be flame retardanteBus bar

shall be color coded for easy identificationfBusbar should be

connected in such a way that it can be dismantledassembled

while separating different section of the panelgShrouds of

transparent sheet on the exposed bus in cable alleys for

adequate safety measurehBus bar Conductor shall be

confirming to IS‐5082iMinimum clearance (PH‐PH PH‐N and

PH‐E) between Bus bars shall be maintained as per latest

ISjBus Bar supporting Material shall be of

SMCDMCkMaterial of Aluminium Bus bar shall be of E91

gradelBus bar shall be protected from the transparent

insulated material for stand safety point

3 3Control ModuleaFixed type control module shall house the

control components for a circuitbThe equipment layout shall

provide sufficient working space in between the components

and subject to SCL approval cEach control module shall be

equipped with ACDC potential free Relays (230V AC24V DC)

Contactors etc for seamless interface of the operation of

Drives from FCMS (PLC)dVendor to provide the potential free

Tender No SCLPS52019E0156401 35

contact to facilitate local operation from MCC and remote

operation from FCMSPLC Vendor shall provide with each

drive module automanual selector switch and each drive

module shall be wired up to the terminal block for localauto

selection ON OFF trip feedback to SCLrsquos control station and

ONOFF command room FCMSPLC as welleMCC panel and

LPBS shall have selector switches for MCCLocal and

LocalRemote selection respectively Control (OnOff) of the

Drivesheaters will be as per following selection If selector

switch (SS) at MCC is selected to MCC ONOFF operation can

be done from MCC only irrespective of position of SS at LPBSIf

selector switches both at MCC amp LPBS are selected to LOCAL

ONOFF operation can be done from LPBS onlyIf SS at MCC is

selected to LOCAL and SS at LPBS is selected to REMOTE

ONOFF operation can be done from FCMS only

4 VFDVFD shall be of Allen Bradley PF400 series having

redundant Control Net communication option as well to

communicate with the existing Facilities Control amp Monitoring

System (FCMs) Control Net Bridge Coaxial Straight T‐Tap

1786‐TPS must also be supplied along with VFDs Line

reactorchoke of suitable rating shall be connected before the

VFD

5 Thyristor based Heater ControlaDYDAC Make Thyristor

power controller Type 3003 or equivalent rating 85kW

Control input 4‐20mA Thyristor input supply 415VAC (3‐Ouml)

Thyristor output supply 415VAC (3‐Ouml) which shall be provided

by the vendor in a separate compartment of the MCC 4‐20mA

Control signal from the heater PID will modulate the thyristor

controller output to maintain the fresh air temperature at set

value Heater ON and OFF set points shall be adjustable in the

SCADA in FCMSbThyristor controller run command run

feedback 4‐20mA modulating signal shall be wired up to the

terminal block in the cable alley in the MCC Thyristor

Tender No SCLPS52019E0156401 36

Panelcompartment shall be complete with inter module

control and power wiring 220V AC supply shall be drawn from

one of the phase and neutral of the incoming 415VAC and

connect to the Thyristor supply terminals through MCB

Circuit breaker lsquoswitch ONrsquo and Thyristor control unit lsquoRUN

commandrsquo will get activated from FCMS if air temperature is

below ON set point Circuit breaker lsquoswitch OFFrsquo and Thyristor

control unit lsquoRUN command withdraws will get activated

from FCMS when temperature becomes above OFF set point

6 Fire Suppression system amp Fire Protection systemPanel shall

be equipped with required materials such as fire suppression

cylinders filled with fire suppression agents Fire detection

tubes Heat sensor tubes end of line adaptor with gauge

electrical Relays differential pressure valves etc to provide

the fire suppression and fire protection system in cable alley

and bus bar chambers of the electrical panel

7 MCCBaThe MCCBs should be extra current limiting type with

trip time of less than 10 m sec under short circuit conditions

The current limiting action should be achieved with repulsion

principle The MCCBs should preferably have an anti‐reclosing

featurebThe MCCBs should be 3 or 4 poles as per SLDcThe

MCCBs should have a Service short circuit breaking capacity

(Ics) of not less than 35 kA rms at 415 Volts 50Hz AC for

incomer The service breaking capacity should be equal to

ultimate breaking capacities (Icu) (ie Ics= Icu=100)dThe

release should be thermal magnetic having adjustable

overload and short circuiteSwitches shall be triple pole air

break AC23 motor duty for motor starter feedersfCubicle

doors of incoming and outgoing shall be mechanically

interlocked with switchgear to prevent unintentional openings

of the door while the unit is in energized condition However

defeat interlock provision is also to be providedgAll incoming

and outgoing feeders shall be provided with bolted disconnect

Tender No SCLPS52019E0156401 37

link for isolation of neutral if necessary Selector switches

shall be of rotary typehThe MCCB shall be provided with

rotary drive kit spreader terminals and ONOFFTrip (MCCB)

position of switch handle to be clearly markediDuct Heater

MCCB shall be motorized to control (ONoff) from FCMSjFor

incomers it should be EDO microprocessor based

communicable MCCB (35 kA or above) with numerical

releases for OL SC amp EFR (With mechanical and Electrical

interlocking for operation of only one ACB at any point of

time)

8 MPCBaThe MPCBs should be of 3 pole air break type AC3

Duty continuous rating as specifiedbMPCBs should have at

least 1NO+1NC contactcThese should have trip indication

test trip functiondThe release should be thermal magnetic

having adjustable overload trip settingeThe service breaking

capacity should be equal to ultimate breaking capacities (Icu)

(ie Ics= Icu=100)fThe MPCBs should be suitable for din rail

type mounting

9 Capacitor Bank Supply and installation of Capacitor Bank ‐

Box Type Dry construction Conforming to IS 13340‐41IEC

60831 440V 50Hz Rated Current (In) as per Load Heavy

Duty Dielectric MPP Low loss type with overall loss lt

05WkVAR Delta Connection with Discharge Device

10 ContactoraThe contactor shall be 3 pole air break type AC3

Duty continuous rating for motor starter feeders with non‐

bouncing silver silver alloy contactsbContactor shall be of

electromagnetic type rated for uninterrupted duty as per

relevant standards and also suitable for capacitor duty

cContactor shall be provided with adequate auxiliary contacts

rated for 10Amps 240VAC for interfacing with control

schemedContactor coil rating shall be minimum pick up of

85 of rated voltage and minimum drop out of 75 rated

Tender No SCLPS52019E0156401 38

voltage

11 Control and IndicationsaPush buttons will be heavy duty oil

tight and push to actuate type with integral plate marked

with its functionbEach push button shall be provided with

2NO+2NC contacts rated for 10Amps 240VACcLamps shall

be LED type rated for 240V AC Lens and lamps shall be

replaceable from the front dThe control supply shall be

through a 415V230V transformer and the vendor shall

provide 1 no 415V230V transformer for the same Vendor

shall also provide Power module for 24V DC Supply for the

operation of heaters control module

12 MetersaAll indicating instruments shall be digital

Switchboard type with accuracy class +‐ 2 full scalebMFM

of suitable rating shall be used in the incomer

feedercSelector switches shall be furnished at outgoing

feeders as per SLD for ammeterdAmmeter shall be of analog

type flush mounted industrial pattern of size 96x96 mm with

accuracy class 10 eMultifunction meter shall be of digital

type flush mounted industrial pattern of size 96x96 mm with

accuracy class 10 as per IEC 6205253 suitable for

measurement of Current Voltage Power Frequency Power

factor Energy and ready port to communicate with FCMS

through RS 485 The Meter should have Modbus

communication port as well

13 CT (Current transformer)CT will be cast resin type rated 15VA

or more burden with Maximum accuracy limit of class 1

14 Secondary wiringaPanel shall be fully wired at the factory to

ensure proper functioning of control and protectionbFuse

and links shall be provided to permit individual circuit

protection from bus wires without disturbing other circuits All

spare contacts of relays push buttons and other devices shall

Tender No SCLPS52019E0156401 39

be wired up to terminal blockscWiring shall be done with

flexible 25sqmm copper 1100V grade PVC insulated

switchboard wires Each wire shall be identified at both ends

with permanent markers bearing wire numbers as per wiring

diagramdWire termination shall be done with crimping type

connector with insulating sleeve

15 Powercontrol Terminal BlocksaTerminal block shall be 660V

grade box clamp type with marking strips similar to ELMEX 10

mm2 or equal for ControlbTerminal for CT secondary leads

shall have provision for shortingcNot more than two wires

shall be connected to any terminaldSpare terminals equal in

number to 20 active terminals shall be providedeTerminal

blocks shall be suitably located in cable alleysfFor Power

cable Bus Bar type cable connector (Melamine material) shall

be providedgFor Control cable heavy duty screw type cable

connector (Melamine material) shall be provided

16 Cable terminationaPanel shall be designed for cable entry

from topbEach cable shall be clearly marked at both ends

with an indestructible marker preferably a cable tag made of

Aluminium tacked with indicating cable number amp both end

feeder tags with switchboard tags Cable tags at ends of cable

shall be provided inside the gland plate as well as outside the

gland platecAll provisions and accessories shall be furnished

for termination of cables including removable gland plates

cable supports and terminal blocksdGland plate shall be

minimum 3 mm thick

17 Ground BusA GI ground bus rated to carry the maximum fault

current shall extend full length of Panel The ground bus shall

be provided with 2 bolts with GI bolt and nuts at each end to

receive 50x6mm GI flat

18 NameplateaThe nameplate of approved design shall be

Tender No SCLPS52019E0156401 40

provided for each compartment and also at the top of each

panel Nameplate shall be minimum 20x70mm and 3mm

thickbDrawing Pouch shall be provided at the incomer cable

allay

19 PaintingPanel shall be painted with light grey epoxy painted

(Siemens Gray RAL 7032) and caution notice plate shall be

fixed at the back of each vertical panel

20 Make of Switchgears aMCCBSiemensSchneiderbPush

button SiemensSchneider TekniccSelector

SwitchSiemensSchneider Teknic

dFuseSchneiderSiemenseTimerSiemensSchneiderfContro

l TransformerAEIMPIndcoilgTerminal

BlockElmexConnectwellFTChMeters Conzerv LampT

AEiCTs amp PTsKappaAutomatic

Electric(AE)NippenjContactorsSchneiderSiemenskIndicatio

ns SiemensSchneider

TekniclRelaysSchneiderSiemensPLAmMCBSchneiderSiem

ensnCooling Fan

RexnordSunonoVFDsAllen bradlypThyristor moduleDYDAC

qRCBOSiemensSchneiderrMCB

DBSiemensABBLegrandsLine reactorchokeAllen

BradleytCapacitor BankNeptune Schneider Siemens

21 Local Push Button Station (LPBS)The Scope includes supply

and installation of LPBS for Chiller Pumps AHUs Heaters as

per the BOQ and detailed specification given below aLPBS

shall be indoor metal clad air insulated wallAngle frame

mounted as required single front construction front wired

front connected hinged lockable door LPBS for Chiller Pumps

system shall be suitable for outdoor installationbMinimum

thickness of sheet metal used shall be 2 mm and panel shall

conform to IP54 protection for indoor installation and IP65 for

outdoor type LPBScAll switches push buttons with indicating

Tender No SCLPS52019E0156401 41

LED lamps indicating instruments shall be flush

mounteddThe LPBS shall be used for remote operation of

drives Equipment and HeaterseTo facilitate the localremote

operation LPBS shall have LocalRemote selector switch and

provided with Start push button lockable Stop push button

ammeter of suitable range Terminal Block and lockable

Emergency off Switch etc fLPBS shall be equipped with AC

(230V)DC (24V) Relays Contactors etc for seamless interface

of the operation of Drives from FCMS (PLC)gLPBS should be

suitable for wall mounting and provided with necessary

mounting arrangementhWiring shall be done with flexible

25sqmm copper 650V grade PVC insulated switchboard

wires Each wire shall be identified at both ends with

permanent markers bearing wire numbers as per wiring

diagramiWire termination shall be done with crimping type

connector with insulating sleevejGland plate shall be

minimum 3 mm thickkThe nameplate of approved design

shall be provided for each compartment and also at the top of

each panel Nameplate shall be minimum 20x70mm and 3mm

thicklLPBS shall be painted with light grey epoxy painted

(Siemens Gray RAL 7032)

22 Make of Electrical panel As per DOS Approved Panel

manufacturer list (attached)

TECHNICAL SPECIFICATION‐3

Item Specifications ‐III

Sl No Specifications Compliance

(Yes No)

Offered Specifications Remarks

Tender No SCLPS52019E0156401 42

1 Fire Detection System Scope for fire detection system

includes supply installation testing commissioning of Fire

panel Addressable Fire detection devices Manual Call Points

Addressable loop sounders Switch Monitoring unit (SMU) UV

IR sensor for detection of methanol flame Cable MS junction

boxes for loop in loop out of cable as per specifications and

integrating the same with existing repeater panel as per the

requirement The detailed specifications for the different

component of fire deduction system are as follows

2 A Multi‐sensor Detectors The smoke detectors shall be multi‐

sensor (heat and smoke) detector with isolator suitable for

detecting a wide range of smoke from slow smoldering and

fast flaming fire The detector shall have following features

bullSolid state addressing arrangement in combination with a

hand held programmer to configure the sensor

addressbullElectronics free mounting basebullTwin alarm LEDs for

360 Degree viewing and shall have blinking LED facilitybullThe

sensor shall have s removable chamber for ease of cleaning or

replacementbullAutomatic compensation for smoke sensor

contaminationbullShall have a built in test facility which allows

the fire alarm control panel to adjust the alarm threshold

levels to compensate for contamination and shall have a

maintenance alarm display when threshold can no longer be

adjustedbullOperating temperature ‐ 10 DegC to 50 DegC and

operating RH at 40 DegC‐95 RH

3 B Manual call stations Manual Call Stations should have in

built monitor module and pressbreak and resettable

capability constructed of high impact LEXAN sheet with clearly

visible operating instructions on the cover and the word FIRE

shall appear on front and suitable for surface mountingflush

mounting complete as required

Tender No SCLPS52019E0156401 43

4 C UV IR SensorThe UV‐IR flame detector shall operate on 24

VDC 0‐24mA current output suitable for detection of

Methanol flame with automatic built in test for reliable

operations and suitable for installation in Hazardous area zone

1and 2 with Class I Division 12 Gas group A B C The detector

shall not be susceptible to environmental conditions to

generate false alarms The entire system shall be rated for IP

66 or better and supplied with suitable mounting bracket The

system shall comply to the detailed specifications as listed

belowbullDetection Technology UV ‐ IR Electro‐optical

detectionbullDetection range 75 meterbullField of View greater

than equal to 90deg Both Horizontal and verticalbullResponse

Time less than equal to 5 secondsbullBuilt in Test Automatic

bullOperating Temperature Range 0 to + 75degCbullOperating

Humidity Range Continuous 95 non‐condensingbullAnalog

Output signal 4‐20mAbullAlarms amp Fault Normal 4 mA Fault

02 mA Alarm 20 mA + 10 verifiedbullOperating voltage 24

VDC ( 18‐32VDC)bullPower consumption Vendor to specify for

Standby and Alarm conditionbullSensor Calibration

Verification Sensor calibration as per OEM for certified

performancebullSensor Life 2 Years (minimum)bullSensor

Calibration vendor to carry out sensor calibration at site and

submit calibration certificate valid for one yearbullRFI EMI

SusceptibilitybullRequired EN 616326‐3 and EN 6100006‐3 or

equivalent IP protectionbullIP protection IP 66 or betterbullFault

Diagnostic Sensor Fault (end of life) other informationbullSelf‐

Check Test Automatic during start‐upbullHousing SS 316

Epoxy Painted Aluminium die castbullStart‐up Time Vendor to

specifybullApprovalcertification PESO and ATEX ‐ Ex d IIC C

Class 1 Div 12 Group A B C DNote Vendor shall arrange

the 230V AC to 24V DC Power supply module along with half

an hour Battery Back up in MS powder coated Enclosure

Input Power supply (230V AC) for Power Supply module shall

Tender No SCLPS52019E0156401 44

be provided by SCL

5 D SMU Unit for UV IR sensor Supply installation testing and

commissioning of Switch Monitoring Unit (SMU) to configure

the UV IR sensors with fire detection system as requiredE

SoundersAddressable Sounders shall be loop powered with

all fixing materials complete as required The sound level shall

be 100dB (A)

6 F Fire Alarm Control Panel (FACP) bullFACP shall be of 2

loopsbullFACP shall be suitable for 230V 50 Hz AC supply and

detectors shall be powered using FACP based detection

circuits Devices shall receive power and communication from

the same pair of conductorsbullFACP shall provide for resetting

detectors fault isolation and sensor loop operationbullFACP

shall be suitable for mixing different fire devices and beam

smoke detectors within the same loop to optimize field

wiringbullFACP shall have alarm indication of individual sensors

detector trouble alarm indication for dust accumulation The

panel shall check detector once in every 24 hours for

contamination for this purposebullThe FACP shall regularly

supervise all the sensors and devices on the loop and initiate

fire or trouble alarm whenever requiredbullFACP shall have 2

wire circuits to connect minimum of 126 addressable devices

per loopbullFACP shall be with repeater interface and suitable

24V battery with built in software and 2 x 40 character

alphanumeric LCD display and necessary front panel control

keys FACP shall display the date time and description for

Analog sensors to indicate alarms and trouble

situationsbullFACP switches shall allow authorized personnel to

accomplish the following ‐bullInitiate a general alarm

conditionbullSilence the local audiblebullSilence the alarm

signalsbullReset all zonespointsbullFACP shall have walk test

facilitybullShall have facility for programming from the key

board or utilizing PC set up software via laptopdesk top

Tender No SCLPS52019E0156401 45

computerbullShall have memory data for panel configuration

and operation reside in non‐volatile memory (EPROM)bullFACP

shall have facility for speech processor (to record pre‐

recorded message of 20 S) and also have Auto Dialer facility

(can dial up to 8 different lines)bullAll addressable units shall be

connected to the FACP through the loop cards and shall be

addressed though individualized numbers The FACP shall be

able to obtain analog value for all detectors in the circuit

through a pulsed digitized current data The FACP shall be

able to analyze all analog inputs from all addressable units

and though its own software and ambient level screening the

FACP shall be able to identify fire possible fire or fault

conditions The unit supervision shall be dynamic and

continuousbullThe FACP shall itself have all loop cards in it No

isolated mother board or transponder shall be

consideredbullShortopen circuit units shall also be reported at

the FACP in such cases the system through the use of fault

isolators shall be able to isolate that segment between the

two fault isolators The missing DetectorsDevices shall also

be reported to the FACP with identification of the

locationbullThe FACP shall have the facility to set smoke sensor

sensitivity remotely to either high sensitivity manually or on a

pre‐programmed sequence (Ie DayNight) period When an

alarm condition is sensed at the FACP from a smoke or heat

detector a delay timealarm verification period shall be

started If the sensor is still in alarm after the delay time

expired an alarm condition is reported The delay time shall

be adjustable from 0 to 990 secondsbullThe FACP shall have

either an in‐built or external printer coupled to the FACP

which shall log all events with time The printout shall clearly

indicate the event‐FirePre‐AlarmFault etc with the unit

address and timebullThe FACP shall also be able to discriminate

between false alarms and fire conditions as well as priority

selection of alarm in case alarm activities in two or more

Tender No SCLPS52019E0156401 46

remotely located units simultaneously In such cases the

Manual Call stations shall have the highest prioritybullThe FACP

shall also be able to actuate switches automatically in case of

Fire condition of AHUs and power supply or other system such

as piped pressurized gas supplybullThe system shall be fail safe

and adequate safe guards should be under taken that in the

event of a failure of a part of the system it shall not handicap

the complete system The loop cards shall be of Modular

constructionbullThe FACP shall have its own battery backup of a

minimum of 48 hours in normal run and then half an hour in

alarm condition The backup time calculation shall be done as

per TAC standards The Battery shall be 2 x 12V (24V) DC and

of sealed maintenance free type housed inside the FACPbullIt

shall be able to withstand temperature variations from 0

Degree Centigrade to 55 Degree Centigrade Further Relative

Humidity (non‐condensing type) up to 93 shall not hamper

its performance The voltage rating shall be from 17V DC to

31V DC though the voltage may be change depending upon

the working voltages of a proprietary FACPbullThe FACP shall be

totally enclosed dust and vermin proof type made of

minimum 16‐gauge dust inhibited sheet with even baked

finish The FACP shall be of completely solid state designbullThe

logic circuitry shall be based on high noise immunity solid‐

state hardware employing modular construction Logic cards

shall be of epoxy fiber glass constructionbullThe FACP shall have

EN 54ULFM approvalbullThe panel shall have an extra loop

card to serve as standby in case of burnout or malfunctioning

of any operating loop cardsbullThe FACP shall be capable of

being networked (future expansion) with other similar FACPs

located at different locations of SCL premises through a single

RS 485 busbullThe FACP shall have provision for interfacing with

the Public Address System

7 G Repeater panelScope comprises of supply and installation

Tender No SCLPS52019E0156401 47

of Repeater Panel which display fire fault message

simultaneously with the FACP bullIt shall be capable of

interfacing with the FACP on a single RS 485 Bus bullThe panel

shall be capable of operating on 24V DC supplybullThe

independent 24V DC supply source to be installed in MS

cubicle Box duly powder coated paint along with repeater

panelbullThe panel shall have 2 x 40‐character backlit display

which shall display date time and description of alarm

trouble events are that displayed in the panel shall be

powered from the FACPbullIt shall have control keys for sound

silence mute and to reset the FACP from the repeater

stationsbullThe repeater panel shall have the following LEDs

indicationsbullSupply bullFault bullMute bullSilent bullDisabled

bullFire

8 H Fire CableSupply and installation of 2Cx15mm2 Copper

extruded PVC inner sheath armored and overall FRLS PVC

outer sheathed 11 KV grade as per IS 7098 (Part I bearing ISI

certification) on existing cable traywallsoft soilhard soil as

required

9 I Fire Cable terminationSupplying and making end

termination with brass compression gland and copper lugs for

2Cx15mm2 Copper cable in MS Box of Size 4X4 installed

above the false ceilingwallsurface as required

10 J Junction Box for Fire devicesSupply installation testing and

commissioning of MS painted box Size 4X4 with ELMEX type

terminal block for loop in loop out of 2c x15 sq mm copper

armored cable and connection to the fire detector device on

wallsurfacerecess including wall cutting and providing

necessary hardware for mounting fixing including all

material for fixing as required

Tender No SCLPS52019E0156401 48

TECHNICAL SPECIFICATION‐4

Item Specifications ‐IV

Sl No Specifications Compliance

(Yes No)

Offered Specifications Remarks

1 A NetworksLAN The detailed specification for the network

rack switch cable cords IOs face plates etc and the

required accessories shall be as below CAT 6A or better cable

shall be laid in the PVC Conduit The detailed specifications

for the different component of networksLAN are as follows

2 bull Rack Supply installation testing and commissioning of UL

listed modular type 12U network rack with front glass door

and rear perforated door floor mounted Size 550x550 with

1 No of 5 port Octagonal PDU 515Amp with MCB and Fan

Tray with minimum 2 Fans The rack should have provision of

2 nos of cable manager duct type 1U and 2 vertical manager‐

concealed type Rack should be three sides openable with

front glass door and rear perforated door and provision of

cable entry from top and bottom both with proper earthing

kit as requiredRecommended Make Rittal Netrack

Schneider Valrack

3 bull Network Switch Supply amp installation of Network Switch in

Network Rack with the following specification as belowSwitch

shall haveamp61607Port Density Minimum 8 101001000

BaseT Ports amp 4‐1G SFP Ports ready for use with SFP module

Ports shall support PoE on all ports with PoE budget of

180Wamp61607Architecture Stand‐alone rack

mountableamp61607Bandwidth minimum 56Gbps of

switching bandwidth to support above listed ports in non‐

blocking configurationamp61607StackableScable support for

Tender No SCLPS52019E0156401 49

stacking multiple switchesamp61607Stacking backplane

bandwidth Access switch shall have additional port(s) for

providing minimum 40 Gbps stacking bandwidthamp61607L2

Features 8021x authentication spanning tree

etcamp61607Networkjflowsflow or equivalent provision for

Networkjflowsflow or equivalent supportamp61607Network

Management support Network Management through

command line interface (CLI) SNMP v1 v2c v3

httpsamp61607IPv6 Readiness IPv6 Readiness from day

1amp61607RegulatorySafety confirming to UL60950 amp

EN60950amp61607EALNIAP certified Model No shall be EAL

or NIAPNDPP certifiedRecommended Make Cisco Juniper

HP Brocade dell

4 bull CAT 6A Cable Supply and installationlaying of category 6A

or better 4 pair shielded cable UFTP or FUTP in PVC

Conduit sheath type low smoke zero halogen (LSZH) with

transmission properties amp electrical properties tested

minimum up to 500MHz amp verified by ETL amp comply with

ANSITIAEIA‐568‐C2 amp ISOIEC 11801 Recommended make

Commscope Schneider Molex Siemon

5 bull Patch Panel Supply installation testing and commissioning

of CAT6A PatchJack Panel of 24 Port fully loaded in Network

rack with port identification number with self‐adhesive clear

label holder Each portjack on the panel should be

individually removable on field from the panel and have

integrated rear cable management metallic shelf and have a

separate provision of grounding Recommended make

Commscope Schneider Molex Siemon

6 bull Patch Cords (1 meter) Supply installation testing and

commissioning of Patch Cords Cat 6A shielded 1 meter in

Network rack with 4 pair shielded copper wire factory pre

terminated with shielded RJ45 plugs Aluminumpolyester

Tender No SCLPS52019E0156401 50

shield screen material with low smoke Zero halogen sheath

comply to TIA‐568‐C2 Cat 6A in IOs of Network

RackRecommended make Commscope Schneider Molex

Siemon

7 bull Patch Cords (3 meter) Supply installation testing and

commissioning of Patch Cords Cat 6A shielded 3 meter in

Network rack with 4 pair shielded copper wire factory pre

terminated with shielded RJ45 plugs Aluminumpolyester

shield screen material with low smoke Zero halogen sheath

comply to TIA‐568‐C2 Cat 6A at field side Recommended

make Commscope Schneider Molex Siemon

8 bull Information outlet Supply and installation of Shielded Cat

6A information outlet UFTP or FUTP compliance to category

6A or better TIA568C2‐500MHz at field sideRecommended

make Commscope Schneider Molex Siemon

9 bull Face Plate (Dual) Supply and installation of single gang

square face plate (Dual) and SMB Box with a provision to

support variety of jacks‐ UTP STP etc at the field

sideRecommended make Commscope Schneider Molex

SiemonbullFace plate (single) Supply and installation of square

face plate ( single) with a provision to support variety of jacks‐

UTP STP etc at the field sideRecommended make

Commscope Schneider Molex Siemon

10 bull SMB Box Supply and installation of SMB Box for face plate

(DualSingle) as required Recommended make Commscope

Schneider Molex Siemon

11 bull Other Accessories amp61607Supply and Installation of

25mm electrical grade ISI mark PVC Conduit in

wallfloorslabsurface including wallfloor cutting and

making good the same as required Recommended make

Reputed ISI Markamp61607Supply and installation of OFC SM

Tender No SCLPS52019E0156401 51

OS2 Cable in existing 32mm HDPE pipe as

requiredamp61607Supply and Laying of 32mm HDPE pipe

direct in ground including excavation sand cushioning

protective covering and refilling the trench including standard

cable route marker etc as requiredamp61607Supply and

installation of SC simplex single‐mode LSZH pigtail 1m as

requiredamp61607Supply and installation of adaptor plate

with 3 SC duplex SM adaptors as requiredamp61607Splicing of

OFC as per Core as requiredamp61607Supply and installation

of accessories for making the Chamber Pit‐ 1Mtr Depth with

Lid for housing OFC as requiredamp61607Trenching of

HardSoft Soil as required

12 B Paging The scope includes supply installation testing and

commissioning of Supply and installation of IP 65 or better

explosion proofWP loud speaker anticorrosive powder

coated red (RAL‐3000) suitable for Zone I amp II Class II C

Hardware SS304 as per IS2148 and equivalent to model FLSR

25 of Baliga with necessary support gland as required and

installing the same on wallsurface with GI supports as

required and connecting the same with wire The Scope also

includes supply and installation of 2Cx15mm2 FRLS armored

and PVC sheath twisted pair wire their termination tagging

glanding earthing etc as required for speakers and other

accessories requires for smooth commissioning of the paging

system

Vendor Specificied Terms

Description Vendor Terms

Tender No SCLPS52019E0156401 52

1Delivery Term

Prices shall be quoted on F O R destination basis ie S C L S A S Nagar Mohali

Punjab exclusive of GST and taxes as may be applicable

2 GST

Purchaser is entitled to concessional GST of 5 as per Ministry of Finance

Department of Revenue Notification No 472017 Integrated Tax (Rate) both

dated 14th November 2017 respectively and would accordingly issue Exemption

Certificate in favour of the contractor quoting in Indian Rupees The bidder

should take note of the same while quoting the prices in Indian Rupees GST on

installation services shall be applicable 18

3 DELIVERY SCHEDULEPERIOD OF COMPLETION

The time allowed for supply installation testing and commissioning of the entire

works shall be 06 (Six) months to be reckoned form the 7th day of issue of

purchase order

4 IMPORTANT

This being a two part Tender Technical and Commercial parts separate the

bidder should not attach any document(s) containing pricing information with

technical part The Contractor will provide Un priced commercial offer in

envelope 1 (Technical Part) as an attachment

The tenders containing price information in Technical Part will be treated as

unsolicited offers and rejected Contractor to confirm that Price bid is not

attached in Envelope 1 ie Technical Part

Priced Commercial offer if any should be attached in Envelope 2 (Price Bid)

under Supporting Documents from Vendor (Commercial) as an attachment

5 The prices shall remain firm until completion of entire project including

extended period if any No cost escalation shall be applicable for the work

Tender No SCLPS52019E0156401 53

6 SECURITY DEPOSIT

a) On acceptance of the tender the Contractor shall submit security deposit for

ten percent (10 percent) of the value of the Contract within 15 days from the

date of purchase order If the Contractor fails toprovide the security within the

period specified such failure shall constitute a breach of the Contract and the

Purchaser shall be entitled to make other arrangements for the re purchase of

the stores contracted at the cost and risk of the Contractor

b) Security Deposit shall be submitted through Demand Draft Bankers Cheque

fixed deposit receipt or Bank Guarantee from any of the Scheduled Banks

executed on nonjudicial stamp paper of appropriate value and shall be valid for

a period of sixty (60) days beyond the date for completion of the Purchase

OrderContract

c) In case the contractor fails to furnish the security deposit within the specified

date or extended due date the Purchase OrderContract shall be cancelled and

in addition appropriate penal action may also be considered

d) After the Purchase OrderContract is successfully executed in all respects the

Bank Guarantee towards Security Deposit may be discharged and retained

amount shall be refunded to vendors

e) In the event of non execution of the Purchase orderContract or breach of any

terms and conditions of the Purchase Order the Security Deposit shall be

forfeited

7 Warranty

The Contractor shall provide for the tendered job comprehensive warranty for

parts as well as labour for a period of 12 months from the date of successful

installation commissioning and testing of the system at Purchasers site at no

extra charges against any manufacturing defectfaulty workmanship In case any

defect arises during warranty period the Contractor should replacerectify the

same at its own cost at siteworks

The LED light fittings and its driver unit etc shall have warranty for a period of 5

Tender No SCLPS52019E0156401 54

years from the date of installation and commissioning

8 Warranty Replacements

All replacement parts if any shall be supplied by the Contractor free of cost on F

O R Purchaser site at S A S Nagar Punjab basis

9 TERMS OF PAYMENT

The payment shall be remitted as under

90 of the value of the materials supplied shall be paid within 30 days of the

receipt of the materials at purchaser site and the balance 10 amount along

with 100 installation charges shall be payable on successful installation

commissioning and acceptance of the entire project at Purchasers site against a

Performance Bank Guarantee

10 PERFORMANCE BANK GUARANTEE (PBG)

The Contractor shall furnish a Bank Guarantee (as per format given by purchaser)

from any nationalized scheduled bank for an amount equivalent to 10 of the

value of the Contract and shall be valid for a period of 60 days beyond the expiry

date of warranty period On the performance and completion of the Contract in

all respects the Bank Guarantee will be returned to the Contractor without any

interest

11 VALIDITY

The tender must be valid for a minimum period of 120 days from the date of

opening of Technical bid and 90 days after opening of Price bid

The tender where the validity period is shorter than the period specified in the

tender enquiry shall be excluded from the procurement process

12 Quantity Variation

The quantities indicated against each items in the Bill of Quantities (BOQ) are

indicative and are for the purpose of bidding only Variation in quantities up to

Tender No SCLPS52019E0156401 55

+25 percent shall be carried out by the contractor on the agreedPurchase order

(PO) rates and terms amp conditions as in the purchase order (PO)

13 GUARANTEED TIME DELIVERY

The time for and the date of delivery stipulated in the Purchase Order shall be

deemed to be the essence of the Contract Delivery must be completed within

the date specified therein

14 Extra Items

In case of extra items (that are completely new and are in addition to the items

contained in the contract) the contractor may claim rates supported by proper

analysis and purchaser engineer in charge of the work shall after giving

consideration to the analysis of the rates submitted by the contractor determine

the rates on the basis of market rates and the contractor shall be paid in

accordance with the rates so determined The contractor(s) profit amp OH shall be

factored in the rate analysis 15

15 CONSIGNEE

Sr Purchase and Stores Officer (Stores)

Semi Conductor Laboratory

Sector 72 SAS Nagar (Mohali) Punjab

India 160 071

16 INSTALLATION AND COMMISSIONING

Installation commissioning and demonstration of performance of the tendered

stores as per Purchaser tendered specifications shall be carried out by the

Contractor at Purchaser site at S A S Nagar Punjab India

The Contractor shall provide in advance guidelines for preparation of the

installation site and list of items to be supplied by Purchaser during installation

Tender No SCLPS52019E0156401 56

On receipt of intimation from the Purchaser the Contractor shall depute its

engineer(s) to Purchaser site within two weeks to carry out installation and

commissioning and will demonstrate the functionality of the tendered

equipment to Purchaser specifications as per mutually agreed acceptance

procedure The Contractor shall be responsible for any lossdamages sustained

due to delay on the part of the Contractor to send its engineer for installation

and commissioning

Failure to commission the tendered equipment successfully shall entitle

Purchaser to full refund of the payment made and the interest thereon Decision

regarding successful installation and commissioning shall rest solely with the

Purchaser

17 REJECTION

In the event that any of the stores supplied by the Contractor is found defective

in material or workmanship or otherwise not in conformity with the

requirements of the Contract specifications the purchaser shall either reject the

stores or request the Contractor in writing to rectify the same The Contractor

on receipt of such notification shall either rectify or replace the defective stores

free of cost to the purchaser If the Contractor fails to do so the purchaser may

at his option either

a) replace or rectify such defective stores and recover the extra cost so involved

from the Contractor or

b) terminate the Contract for default as provided in this tender document

18 EXTENSION OF TIME

If the completion of supply of stores is delayed due to reason of force majeure

such as acts of god acts of public enemy acts of Government fires floods

epidemics quarantine restriction strikes freight embargoes etc the

Contractor shall give notice within 15 days to the purchaser in writing of his

claim for an extension of time The purchaser on receipt of such notice after

verification if necessary may agree to extend the Contract delivery date as may

Tender No SCLPS52019E0156401 57

be reasonable but without prejudice to other terms and conditions of the

Contract

19 DELAY IN COMPLETIONLIQUIDATED DAMAGES

If the Contractor fails to deliver the stores within the time specified in the

Contract or any extension thereof the purchaser shall recover from the

Contractor as liquidated damages a sum of one half of one percent (05 percent)

of the Contract price of the undelivered stores for each calendar week of delay

The total liquidated damages shall not exceed ten percent (10 percent) of the

Contract price of the unit or units so delayed Stores will be deemed to have

been delivered only when all their component parts are also delivered If certain

components are not delivered in time the stores will be considered as delayed

until such time as the missing parts are delivered Delivery of stores shall be

complete on Installation commissioning Testing and Acceptance

20 INSPECTION AND ACCEPTANCE TEST

The Purchasers representatives shall also be entitled at all reasonable times

during manufacture to inspect examine and test on the Contractors premises

the material and workmanship of all stores to be supplied under this Contract

and if part of the said stores is being manufactured on other premises the

Contractor shall obtain for the purchasers representative permission to inspect

examine and test as if the equipment were being manufactured on the

Contractors premises

Such inspection examination and testing shall not release the Contractor from

the obligations under this Contract

For tests on the premises of the Contractor or of any of his sub Contractors the

Contractor shall provide free of cost assistance labour material electricity fuel

and instruments as may be required or as may be reasonably needed by the

purchasers representative to carry out the tests efficiently

When the stores have passed the specified test the purchaser representative

shall furnish a certificate to the effect in writing to the Contractor The

Tender No SCLPS52019E0156401 58

Contractor shall provide copies of the tests certificates to the purchaser as may

be required

21 Labour Law Contractor shall abide by all labour laws rules and regulations

which are prevailing and as enforced from time to time and SCL shall not be

responsible for any accident or mishap during the course of the contract to any

of engineer labour employee by the Contractor The contractor shall also ensure

that the statutory obligations with regards to the employment of labour under

law are complied properly and timely

22 ARBITRATION

In the event of any disputes differences or claims arising out of or relating to

the interpretation and application of the Contract such disputes or differences

or claims shall be settled amicably by mutual consultations of the good Offices

of the respective Parties and recognizing their mutual interests attempt to reach

a solution satisfactory to both the parties If such a resolution is not possible

within 30 days from the date of receipt of written notice of the existence of such

disputes then the unresolved disputes or differences or claims shall be

referred to the Sole Arbitrator appointed by the Parties by mutual consent in

accordance with the rules and procedures of Arbitration and Conciliation Act

1996 as amended from time to time The arbitration shall be conducted in New

Delhi in the Arbitration and Conciliation Centre New Delhi (Domestic and

International) as per its rules and regulations The expenses for the Arbitration

shall be shared equally or as may be determined by the Arbitrator The

considered and written decision of the Arbitrator shall be final and binding

between the Parties The applicable language for Arbitration shall be English

only Work under the Contract shall be continued by the CONTRACTOR during

the pendency of arbitration proceedings without prejudice to a final adjustment

in accordance with the decision of the Arbitrator unless otherwise directed in

writing by the DEPARTMENT or unless the matter is such that the works cannot

be possibly continued until the decision (whether final or interim) of the

Arbitrator is obtained

23 APPLICABLE LAWS The contract shall be interpreted construed and

Tender No SCLPS52019E0156401 59

governed by laws of IndiaThe contract shall be subject to exclusive Jurisdiction

of the Court of SAS Nagar (Mohali) Punjab India irrespective of anything

mentioned in any correspondences or otherwise

24 Any Other Term

Tender No SCLPS52019E0156401 60

Supporting Documents from Vendor

Attachment ‐ I

Attachment ‐ II

Price Bid Form

Item Description Slab Range Qty UOM Currency Unit Price Total Price

Supply of MCC Panels cables

cable trays lightings etc for

electrical distribution system

including fire detection

system LAN Paging etc for

the Chemical Store building as

per detailed specifications

technical write‐updrawings

attached

‐ 1 Lot ‐ ‐ ‐

Installation Testing and

Commissioning of MCC

Panels cables cable trays

lightings etc for electrical

distribution system including

fire detection system LAN

Paging etc for the Chemical

Store building as per detailed

specifications technical write‐

updrawings attached

‐ 1 Lot ‐ ‐ ‐

Tender No SCLPS52019E0156401 61

Break‐up of other taxes and other costs should be specified in respective narration columns

Sum of these Break‐up values should be specified in respective value columns

Supporting Documents from Vendor (Commercial)

Document attachment with price bid

Attachment ‐ I

Attachment ‐ II

  • pdf_document_tndr_notc_electrical_distribution_system_051119
  • pdf_document_tndr_doc_electrical_distribution_system_051119
Page 29: -72, -160071 चंडीगढ़ के समीप पंजाब भारत...स म -क डक टर ल ब र टर /Semi-Conductor Laboratory अ त रक ष वभ

Tender No SCLPS52019E0156401 28

TECHNICAL SPECIFICATION‐1

Item Specifications ‐I

Sl No Specifications Compliance

(Yes No)

Offered Specifications Remarks

1 Internal Wiringa The electrical wiring installations and other

accessories shall comply with latest IS code 732 (part‐II) 1983

and National Electric Code‐1985b The word concealed means

it involves cutting of floor wall and making good after laying

the conduitMetal raceway as per the enclosed drawings by

the contractor as requiredc The contractor shall provide all

necessary components fixing materials accessories and

interconnections as per standard practice It is to be noted

that ceiling rose forms a part of the specifications hence not

indicated separately and shall be provided by the contractor

as requiredd Scope includes termination of wire ferruling

dressing cable tie etc as requirede The work shall be

executed as per the ISRO electrical specification available on

ISRO site wwwisrogovin in Schedule I to be read along with

the tender specification

2 LED LuminariesThe scope includes supply installation

testing commissioning of flame proofnon‐flameproof LED

lighting fixture at the ceiling level (about 55 meter height) in

the chemical store building outer periphery of the store

building electrical room AHU room at the first floor as per

drawings and discretion of E‐I‐C Architectural plan of the

building is attached Supply of required accessories such as

mounting brackets nuts bolts screws washers glands and

any other material required for installation of LED fixture as

per specifications mentioned in BOQ shall be part of the

specification Junction box as required for loop‐in and loop‐

Tender No SCLPS52019E0156401 29

out of the cable for flame proof light fixture will be in the

scope of the contractor LED light fittings will be suitable for

operation on 230V single phase AC supply The fitting shall

be supplied with all fixing material such as brackets nuts

bolts etc as required for installation of fittings Special

Conditions aLuminaire make (Brand) from among the

recommended make mentioned in the tender document shall

be clearly mentioned in Technical Bid along with complete

technical detailsbThe LED light fitting and its driver unit etc

shall have warranty for a period of 5 years from the date of

installation and commissioningcThe flame proof fixture shall

be provided along with the Petroleum and Explosives Safety

Organization (PESO) certification

3 Detailed Specification for LED Fixture a Flame Proof LED

Fixtures Supply and installation of flameexplosion proof high

efficiency 1 Phase 230 V 60W LED light fitting as per IS 2206

with luminous efficiency 100Lmwatt or better CRI gt 08 amp

THDlt10 IP‐66 as per ISIEC 605292001 made of Die cast

aluminium alloy Heat resistant amp tough clear dome glass

having enclosure as per Ex‐d GAS Gr IIA IIB IIC AS PER ISIEC

60079‐12007 amp ISIEC 60079‐02004 Area of classification

ZONE‐1 2 21 amp 22 and temperature class T‐6 or better as per

ISIEC 60079 complete with loop‐in loop‐out provision

Mounting bracket for mounting on the ceiling Double

compression cable gland shall be provided and install by the

contractor along with the light fitting Recommended Make of

fixture Baliga Stahl Sudhir SwitchgearRecommended make

of LED NICHIA CREE PHILIPS LUMILED OSRAMb General

LED fixtures Supply amp fixing of wallceiling mounted batten

type 20W LED tube light (Four feet) luminaire with efficient

driver (efficiency shall be more than 90) amp with minimum

lumens output of 2000 lumens per lamp comprising of nano

diffuser technology complete with efficient amp constant

Tender No SCLPS52019E0156401 30

current output driver suitable for operation on 230V single

phase 50Hz AC supply efficient heat sink effective thermal

management and with colour temperature shall be gt 6000K

The LED with suitable control gear and power factor gt09 LM

79 certification for luminaireLM80 certificate for LED shall be

submitted and with other standard accessories prewired

including necessary interconnections complete in all respects

and as directed by EIC (Similar to Philips Astra or equivalent)

Recommended make of fixture Philips GE Trilux

LTRecommended make of LED NICHIA CREE PHILIPS

LUMILED OSRAM

4 c Street Light Fixture Supply and installation of 72W75W

LED Street Light fixture with High‐brightness White LEDs

sources with high transmittance flat toughed glass cover and

peanut LENS on each LEDs System luminous efficacy 100

LmsWatt 5600K colour temperature amp 70 CRI value for

ensuring good quality light output Life of at‐least 50000

hours at 70 lumen maintenance ampLED driver efficiency gt

85 Power factor greater than 095 THDlt10 amp min 3KV

surge protection with operating voltage range from 120‐270V

for ensuring lifelong high performance of luminaire the

fixture shall be made of LM‐6 Pressure die‐cast aluminium

with engraved company name amp have IK05 amp IP66 Class

protection with NABL Accredited LM‐79 amp LM‐80 Report

Mounting pole mounted upto a height of 8 meter and pole

bracket diameter of 48‐60 mm (adjustable) Recommended

make of fixture Trilux Philips GE LTRecommended make of

LED NICHIA CREE PHILIPS LUMILED OSRAM

5 Street Light Pole Providing and installation of hot dipped

galvanized swaged tubular 9‐meter‐long with planting depth

15 metersiexclbrvbar street light poles The effective length of each

section shall be‐ bottom 5 meters middle 2 meters and top 2

meters The outside dia and thickness of pole shall be

Tender No SCLPS52019E0156401 31

minimum 11430x440mm 889x4085mm 761x325mm

respectively as required The pole shall be provided with

necessary bracket (inclination 105115 degree length 15

meter dia 45 mm ) for mounting upto 72 W LED street light

fixture Each pole shall have a weather proof

loopingterminal box clamped at 550 mm above ground level

along with a suitable earth terminal The looping box shall be

provided with a suitable Power terminal arrangement to loop

4C x10sqmm size cable and MCB5A fuse cut‐out A base

plate 300 x300x10mm shall be welded to the bottom of the

pole Both underground cable and GI earth wire shall be

terminated at the terminal looping box in the looping zone

Further wiring to the light fixture shall be done with three

core flexible copper wire (2core for power supply and third

core for earthing)GI tubular pole shall be installed in cement

concrete 136 (1 cement 3 coarse sand 6 graded stone

aggregate 40 mm nominal size) foundation including

excavation and refilling etc Party to cast 2 run of 32 mm MS

conduit for cables upto a height of 550mm from ground level

for loop in loop out of cable The civil work for street light pole

foundation forms a part of installation of the work and will be

done by the party as required for commissioning of lighting

poleFor earthing of street light poles coilspiral earthing

using 8 SWG GI wire shall be used The GI wire shall be buried

to a minimum depth of 15 m with excavation refilling of

earth and connecting GI wire to pole using GI bolt and nut

complete as per requirementMake of Pole Reputed make

with ISI mark Note Party shall submit Drawing of the street

light pole for SCL approval before start of manufacturing

6 Cables wire conduit earthing Switchboards

SwitchesSockets etca Cables The scope includes the Supply

and installation of XLPE insulated overall FRLS PVC outer

sheathed AlCu armored cable on wallsurfacesoilexisting

Tender No SCLPS52019E0156401 32

cable tray as required for MCC Panel and MCB DBs as per the

detailed specification and quantity in this document All

necessary hardware for installation of cable like cable tie

clamps tags etc is in the scope of Contractor Contractor to

ensure that cable laid on the cable tray is properly clamped

with GI clamps and cable is properly secured on cable tray b

Wire The scope includes the Supply and installation of FRLS

Copper wire of different size quantity amp Specification for

power distribution and lighting and power etc as per the

requirement c Conduit The scope includes the Supply and

installation of ISI makes MS Conduits of different size as per

Specification for power and lighting distribution switch

sockets etc as per the requirement Flexible conduit shall be

of GId Cable tray The scope includes the supply and

installation of GIMS cable trays as per specificationse

Earthing The scope includes the supply and providing

earthing for Panels DBs cable trays light fixtures and poles

flameproof accessories fire panel speakers exhaust fans etc

matching the specifications given in this tender documentf

Lightning protection The scope includes the supply and

providing earthing for lightning protection of the building as

per the IS 2309 specification and quantities as per the BOQ

The scope includes horizontal and vertical runs earth pits test

point earthing of building periphery for contour etcg Rack

earthing The scope includes the supply and providing

earthing for racks as per specificationsh Switchboards and

SwitchSockets The scope includes the Supply and installation

of different size of flameproofnon‐flameproof Switchboards

and switchsocket for Lighting Power Distribution as per

specificationi MSGI Conduits flexible GI conduit earthing

materials doublesingle compression brass cable glands

cable lugs (Al amp Cu as required) cable ties cablewire

identification tags required for the installation and

maintenance of trouble free operation of the downstream

Tender No SCLPS52019E0156401 33

system and accessories are covered under this specificationj

MS junction box conduit along with all related accessories as

per specification

TECHNICAL SPECIFICATION‐2

Item Specifications ‐II

Sl No Specifications Compliance

(Yes No)

Offered Specifications Remarks

1 Electrical Panel SpecificationGeneralaPanel shall be

fabricated as per IEC 61439 part 1 amp 2 bPanel shall be indoor

metal clad air insulated floor mounted extendable to side

single front construction front wired front

connectedcMinimum thickness of sheet metal used shall be

2 mm and panel shall confirm to IP54 protectiondThe

working height of the Panel shall be limited as per standard

engineering practicese The design should be fully

compartmentalized with metal partitions between

compartments All doors shall be gasketed Each vertical

section shall have removable back coverfAll switches push

buttons lamps indicating instruments shall be flush

mountedgA full height vertical cable chamber with cable

supports shall be provided in each section to facilitate unit

wiring Cable chamber shall be sized to accommodate all cable

and shall have removable covers A horizontal wire way

extending the entire length shall be provided at the top of

panel for inter panel wiringhPanel shall be with minimum

75mm high base MS channel frameiThe panel shall undergo

seven tank or better process as per relevant IS

standardsjLifting hook shall be provided at each section for

easy transportationkDifferent compartment of the panel

shall be provided with dust proof type air filter louvers

explosion vents or similar safety arrangements in the panels

Tender No SCLPS52019E0156401 34

to let out gases under pressure generated during event of any

fault inside the panellPanel shall have pocket for the Panel

drawing in the incomer section

2 Busbar and Bus TapsaThe main bus and connections shall be

of high connectivity AluminiumAluminium alloy sized for

specified current ratings with maximum temperature limited

to 85amp778 C ie 35amp778 C rise and ambient 50amp778

bSeparate vertical bus bars shall be provided for each vertical

panelcAdequate contact pressure shall be ensured at bus

connections by means of two bolt connections with plain and

spring washers and lock nutsdBus bar and connections shall

be fully insulated for working voltages with adequate

phaseground clearances Insulating sleeves heat shrink type

for bus bar and shrouds removable type joints shall be

provided Bus insulators shall be flame retardanteBus bar

shall be color coded for easy identificationfBusbar should be

connected in such a way that it can be dismantledassembled

while separating different section of the panelgShrouds of

transparent sheet on the exposed bus in cable alleys for

adequate safety measurehBus bar Conductor shall be

confirming to IS‐5082iMinimum clearance (PH‐PH PH‐N and

PH‐E) between Bus bars shall be maintained as per latest

ISjBus Bar supporting Material shall be of

SMCDMCkMaterial of Aluminium Bus bar shall be of E91

gradelBus bar shall be protected from the transparent

insulated material for stand safety point

3 3Control ModuleaFixed type control module shall house the

control components for a circuitbThe equipment layout shall

provide sufficient working space in between the components

and subject to SCL approval cEach control module shall be

equipped with ACDC potential free Relays (230V AC24V DC)

Contactors etc for seamless interface of the operation of

Drives from FCMS (PLC)dVendor to provide the potential free

Tender No SCLPS52019E0156401 35

contact to facilitate local operation from MCC and remote

operation from FCMSPLC Vendor shall provide with each

drive module automanual selector switch and each drive

module shall be wired up to the terminal block for localauto

selection ON OFF trip feedback to SCLrsquos control station and

ONOFF command room FCMSPLC as welleMCC panel and

LPBS shall have selector switches for MCCLocal and

LocalRemote selection respectively Control (OnOff) of the

Drivesheaters will be as per following selection If selector

switch (SS) at MCC is selected to MCC ONOFF operation can

be done from MCC only irrespective of position of SS at LPBSIf

selector switches both at MCC amp LPBS are selected to LOCAL

ONOFF operation can be done from LPBS onlyIf SS at MCC is

selected to LOCAL and SS at LPBS is selected to REMOTE

ONOFF operation can be done from FCMS only

4 VFDVFD shall be of Allen Bradley PF400 series having

redundant Control Net communication option as well to

communicate with the existing Facilities Control amp Monitoring

System (FCMs) Control Net Bridge Coaxial Straight T‐Tap

1786‐TPS must also be supplied along with VFDs Line

reactorchoke of suitable rating shall be connected before the

VFD

5 Thyristor based Heater ControlaDYDAC Make Thyristor

power controller Type 3003 or equivalent rating 85kW

Control input 4‐20mA Thyristor input supply 415VAC (3‐Ouml)

Thyristor output supply 415VAC (3‐Ouml) which shall be provided

by the vendor in a separate compartment of the MCC 4‐20mA

Control signal from the heater PID will modulate the thyristor

controller output to maintain the fresh air temperature at set

value Heater ON and OFF set points shall be adjustable in the

SCADA in FCMSbThyristor controller run command run

feedback 4‐20mA modulating signal shall be wired up to the

terminal block in the cable alley in the MCC Thyristor

Tender No SCLPS52019E0156401 36

Panelcompartment shall be complete with inter module

control and power wiring 220V AC supply shall be drawn from

one of the phase and neutral of the incoming 415VAC and

connect to the Thyristor supply terminals through MCB

Circuit breaker lsquoswitch ONrsquo and Thyristor control unit lsquoRUN

commandrsquo will get activated from FCMS if air temperature is

below ON set point Circuit breaker lsquoswitch OFFrsquo and Thyristor

control unit lsquoRUN command withdraws will get activated

from FCMS when temperature becomes above OFF set point

6 Fire Suppression system amp Fire Protection systemPanel shall

be equipped with required materials such as fire suppression

cylinders filled with fire suppression agents Fire detection

tubes Heat sensor tubes end of line adaptor with gauge

electrical Relays differential pressure valves etc to provide

the fire suppression and fire protection system in cable alley

and bus bar chambers of the electrical panel

7 MCCBaThe MCCBs should be extra current limiting type with

trip time of less than 10 m sec under short circuit conditions

The current limiting action should be achieved with repulsion

principle The MCCBs should preferably have an anti‐reclosing

featurebThe MCCBs should be 3 or 4 poles as per SLDcThe

MCCBs should have a Service short circuit breaking capacity

(Ics) of not less than 35 kA rms at 415 Volts 50Hz AC for

incomer The service breaking capacity should be equal to

ultimate breaking capacities (Icu) (ie Ics= Icu=100)dThe

release should be thermal magnetic having adjustable

overload and short circuiteSwitches shall be triple pole air

break AC23 motor duty for motor starter feedersfCubicle

doors of incoming and outgoing shall be mechanically

interlocked with switchgear to prevent unintentional openings

of the door while the unit is in energized condition However

defeat interlock provision is also to be providedgAll incoming

and outgoing feeders shall be provided with bolted disconnect

Tender No SCLPS52019E0156401 37

link for isolation of neutral if necessary Selector switches

shall be of rotary typehThe MCCB shall be provided with

rotary drive kit spreader terminals and ONOFFTrip (MCCB)

position of switch handle to be clearly markediDuct Heater

MCCB shall be motorized to control (ONoff) from FCMSjFor

incomers it should be EDO microprocessor based

communicable MCCB (35 kA or above) with numerical

releases for OL SC amp EFR (With mechanical and Electrical

interlocking for operation of only one ACB at any point of

time)

8 MPCBaThe MPCBs should be of 3 pole air break type AC3

Duty continuous rating as specifiedbMPCBs should have at

least 1NO+1NC contactcThese should have trip indication

test trip functiondThe release should be thermal magnetic

having adjustable overload trip settingeThe service breaking

capacity should be equal to ultimate breaking capacities (Icu)

(ie Ics= Icu=100)fThe MPCBs should be suitable for din rail

type mounting

9 Capacitor Bank Supply and installation of Capacitor Bank ‐

Box Type Dry construction Conforming to IS 13340‐41IEC

60831 440V 50Hz Rated Current (In) as per Load Heavy

Duty Dielectric MPP Low loss type with overall loss lt

05WkVAR Delta Connection with Discharge Device

10 ContactoraThe contactor shall be 3 pole air break type AC3

Duty continuous rating for motor starter feeders with non‐

bouncing silver silver alloy contactsbContactor shall be of

electromagnetic type rated for uninterrupted duty as per

relevant standards and also suitable for capacitor duty

cContactor shall be provided with adequate auxiliary contacts

rated for 10Amps 240VAC for interfacing with control

schemedContactor coil rating shall be minimum pick up of

85 of rated voltage and minimum drop out of 75 rated

Tender No SCLPS52019E0156401 38

voltage

11 Control and IndicationsaPush buttons will be heavy duty oil

tight and push to actuate type with integral plate marked

with its functionbEach push button shall be provided with

2NO+2NC contacts rated for 10Amps 240VACcLamps shall

be LED type rated for 240V AC Lens and lamps shall be

replaceable from the front dThe control supply shall be

through a 415V230V transformer and the vendor shall

provide 1 no 415V230V transformer for the same Vendor

shall also provide Power module for 24V DC Supply for the

operation of heaters control module

12 MetersaAll indicating instruments shall be digital

Switchboard type with accuracy class +‐ 2 full scalebMFM

of suitable rating shall be used in the incomer

feedercSelector switches shall be furnished at outgoing

feeders as per SLD for ammeterdAmmeter shall be of analog

type flush mounted industrial pattern of size 96x96 mm with

accuracy class 10 eMultifunction meter shall be of digital

type flush mounted industrial pattern of size 96x96 mm with

accuracy class 10 as per IEC 6205253 suitable for

measurement of Current Voltage Power Frequency Power

factor Energy and ready port to communicate with FCMS

through RS 485 The Meter should have Modbus

communication port as well

13 CT (Current transformer)CT will be cast resin type rated 15VA

or more burden with Maximum accuracy limit of class 1

14 Secondary wiringaPanel shall be fully wired at the factory to

ensure proper functioning of control and protectionbFuse

and links shall be provided to permit individual circuit

protection from bus wires without disturbing other circuits All

spare contacts of relays push buttons and other devices shall

Tender No SCLPS52019E0156401 39

be wired up to terminal blockscWiring shall be done with

flexible 25sqmm copper 1100V grade PVC insulated

switchboard wires Each wire shall be identified at both ends

with permanent markers bearing wire numbers as per wiring

diagramdWire termination shall be done with crimping type

connector with insulating sleeve

15 Powercontrol Terminal BlocksaTerminal block shall be 660V

grade box clamp type with marking strips similar to ELMEX 10

mm2 or equal for ControlbTerminal for CT secondary leads

shall have provision for shortingcNot more than two wires

shall be connected to any terminaldSpare terminals equal in

number to 20 active terminals shall be providedeTerminal

blocks shall be suitably located in cable alleysfFor Power

cable Bus Bar type cable connector (Melamine material) shall

be providedgFor Control cable heavy duty screw type cable

connector (Melamine material) shall be provided

16 Cable terminationaPanel shall be designed for cable entry

from topbEach cable shall be clearly marked at both ends

with an indestructible marker preferably a cable tag made of

Aluminium tacked with indicating cable number amp both end

feeder tags with switchboard tags Cable tags at ends of cable

shall be provided inside the gland plate as well as outside the

gland platecAll provisions and accessories shall be furnished

for termination of cables including removable gland plates

cable supports and terminal blocksdGland plate shall be

minimum 3 mm thick

17 Ground BusA GI ground bus rated to carry the maximum fault

current shall extend full length of Panel The ground bus shall

be provided with 2 bolts with GI bolt and nuts at each end to

receive 50x6mm GI flat

18 NameplateaThe nameplate of approved design shall be

Tender No SCLPS52019E0156401 40

provided for each compartment and also at the top of each

panel Nameplate shall be minimum 20x70mm and 3mm

thickbDrawing Pouch shall be provided at the incomer cable

allay

19 PaintingPanel shall be painted with light grey epoxy painted

(Siemens Gray RAL 7032) and caution notice plate shall be

fixed at the back of each vertical panel

20 Make of Switchgears aMCCBSiemensSchneiderbPush

button SiemensSchneider TekniccSelector

SwitchSiemensSchneider Teknic

dFuseSchneiderSiemenseTimerSiemensSchneiderfContro

l TransformerAEIMPIndcoilgTerminal

BlockElmexConnectwellFTChMeters Conzerv LampT

AEiCTs amp PTsKappaAutomatic

Electric(AE)NippenjContactorsSchneiderSiemenskIndicatio

ns SiemensSchneider

TekniclRelaysSchneiderSiemensPLAmMCBSchneiderSiem

ensnCooling Fan

RexnordSunonoVFDsAllen bradlypThyristor moduleDYDAC

qRCBOSiemensSchneiderrMCB

DBSiemensABBLegrandsLine reactorchokeAllen

BradleytCapacitor BankNeptune Schneider Siemens

21 Local Push Button Station (LPBS)The Scope includes supply

and installation of LPBS for Chiller Pumps AHUs Heaters as

per the BOQ and detailed specification given below aLPBS

shall be indoor metal clad air insulated wallAngle frame

mounted as required single front construction front wired

front connected hinged lockable door LPBS for Chiller Pumps

system shall be suitable for outdoor installationbMinimum

thickness of sheet metal used shall be 2 mm and panel shall

conform to IP54 protection for indoor installation and IP65 for

outdoor type LPBScAll switches push buttons with indicating

Tender No SCLPS52019E0156401 41

LED lamps indicating instruments shall be flush

mounteddThe LPBS shall be used for remote operation of

drives Equipment and HeaterseTo facilitate the localremote

operation LPBS shall have LocalRemote selector switch and

provided with Start push button lockable Stop push button

ammeter of suitable range Terminal Block and lockable

Emergency off Switch etc fLPBS shall be equipped with AC

(230V)DC (24V) Relays Contactors etc for seamless interface

of the operation of Drives from FCMS (PLC)gLPBS should be

suitable for wall mounting and provided with necessary

mounting arrangementhWiring shall be done with flexible

25sqmm copper 650V grade PVC insulated switchboard

wires Each wire shall be identified at both ends with

permanent markers bearing wire numbers as per wiring

diagramiWire termination shall be done with crimping type

connector with insulating sleevejGland plate shall be

minimum 3 mm thickkThe nameplate of approved design

shall be provided for each compartment and also at the top of

each panel Nameplate shall be minimum 20x70mm and 3mm

thicklLPBS shall be painted with light grey epoxy painted

(Siemens Gray RAL 7032)

22 Make of Electrical panel As per DOS Approved Panel

manufacturer list (attached)

TECHNICAL SPECIFICATION‐3

Item Specifications ‐III

Sl No Specifications Compliance

(Yes No)

Offered Specifications Remarks

Tender No SCLPS52019E0156401 42

1 Fire Detection System Scope for fire detection system

includes supply installation testing commissioning of Fire

panel Addressable Fire detection devices Manual Call Points

Addressable loop sounders Switch Monitoring unit (SMU) UV

IR sensor for detection of methanol flame Cable MS junction

boxes for loop in loop out of cable as per specifications and

integrating the same with existing repeater panel as per the

requirement The detailed specifications for the different

component of fire deduction system are as follows

2 A Multi‐sensor Detectors The smoke detectors shall be multi‐

sensor (heat and smoke) detector with isolator suitable for

detecting a wide range of smoke from slow smoldering and

fast flaming fire The detector shall have following features

bullSolid state addressing arrangement in combination with a

hand held programmer to configure the sensor

addressbullElectronics free mounting basebullTwin alarm LEDs for

360 Degree viewing and shall have blinking LED facilitybullThe

sensor shall have s removable chamber for ease of cleaning or

replacementbullAutomatic compensation for smoke sensor

contaminationbullShall have a built in test facility which allows

the fire alarm control panel to adjust the alarm threshold

levels to compensate for contamination and shall have a

maintenance alarm display when threshold can no longer be

adjustedbullOperating temperature ‐ 10 DegC to 50 DegC and

operating RH at 40 DegC‐95 RH

3 B Manual call stations Manual Call Stations should have in

built monitor module and pressbreak and resettable

capability constructed of high impact LEXAN sheet with clearly

visible operating instructions on the cover and the word FIRE

shall appear on front and suitable for surface mountingflush

mounting complete as required

Tender No SCLPS52019E0156401 43

4 C UV IR SensorThe UV‐IR flame detector shall operate on 24

VDC 0‐24mA current output suitable for detection of

Methanol flame with automatic built in test for reliable

operations and suitable for installation in Hazardous area zone

1and 2 with Class I Division 12 Gas group A B C The detector

shall not be susceptible to environmental conditions to

generate false alarms The entire system shall be rated for IP

66 or better and supplied with suitable mounting bracket The

system shall comply to the detailed specifications as listed

belowbullDetection Technology UV ‐ IR Electro‐optical

detectionbullDetection range 75 meterbullField of View greater

than equal to 90deg Both Horizontal and verticalbullResponse

Time less than equal to 5 secondsbullBuilt in Test Automatic

bullOperating Temperature Range 0 to + 75degCbullOperating

Humidity Range Continuous 95 non‐condensingbullAnalog

Output signal 4‐20mAbullAlarms amp Fault Normal 4 mA Fault

02 mA Alarm 20 mA + 10 verifiedbullOperating voltage 24

VDC ( 18‐32VDC)bullPower consumption Vendor to specify for

Standby and Alarm conditionbullSensor Calibration

Verification Sensor calibration as per OEM for certified

performancebullSensor Life 2 Years (minimum)bullSensor

Calibration vendor to carry out sensor calibration at site and

submit calibration certificate valid for one yearbullRFI EMI

SusceptibilitybullRequired EN 616326‐3 and EN 6100006‐3 or

equivalent IP protectionbullIP protection IP 66 or betterbullFault

Diagnostic Sensor Fault (end of life) other informationbullSelf‐

Check Test Automatic during start‐upbullHousing SS 316

Epoxy Painted Aluminium die castbullStart‐up Time Vendor to

specifybullApprovalcertification PESO and ATEX ‐ Ex d IIC C

Class 1 Div 12 Group A B C DNote Vendor shall arrange

the 230V AC to 24V DC Power supply module along with half

an hour Battery Back up in MS powder coated Enclosure

Input Power supply (230V AC) for Power Supply module shall

Tender No SCLPS52019E0156401 44

be provided by SCL

5 D SMU Unit for UV IR sensor Supply installation testing and

commissioning of Switch Monitoring Unit (SMU) to configure

the UV IR sensors with fire detection system as requiredE

SoundersAddressable Sounders shall be loop powered with

all fixing materials complete as required The sound level shall

be 100dB (A)

6 F Fire Alarm Control Panel (FACP) bullFACP shall be of 2

loopsbullFACP shall be suitable for 230V 50 Hz AC supply and

detectors shall be powered using FACP based detection

circuits Devices shall receive power and communication from

the same pair of conductorsbullFACP shall provide for resetting

detectors fault isolation and sensor loop operationbullFACP

shall be suitable for mixing different fire devices and beam

smoke detectors within the same loop to optimize field

wiringbullFACP shall have alarm indication of individual sensors

detector trouble alarm indication for dust accumulation The

panel shall check detector once in every 24 hours for

contamination for this purposebullThe FACP shall regularly

supervise all the sensors and devices on the loop and initiate

fire or trouble alarm whenever requiredbullFACP shall have 2

wire circuits to connect minimum of 126 addressable devices

per loopbullFACP shall be with repeater interface and suitable

24V battery with built in software and 2 x 40 character

alphanumeric LCD display and necessary front panel control

keys FACP shall display the date time and description for

Analog sensors to indicate alarms and trouble

situationsbullFACP switches shall allow authorized personnel to

accomplish the following ‐bullInitiate a general alarm

conditionbullSilence the local audiblebullSilence the alarm

signalsbullReset all zonespointsbullFACP shall have walk test

facilitybullShall have facility for programming from the key

board or utilizing PC set up software via laptopdesk top

Tender No SCLPS52019E0156401 45

computerbullShall have memory data for panel configuration

and operation reside in non‐volatile memory (EPROM)bullFACP

shall have facility for speech processor (to record pre‐

recorded message of 20 S) and also have Auto Dialer facility

(can dial up to 8 different lines)bullAll addressable units shall be

connected to the FACP through the loop cards and shall be

addressed though individualized numbers The FACP shall be

able to obtain analog value for all detectors in the circuit

through a pulsed digitized current data The FACP shall be

able to analyze all analog inputs from all addressable units

and though its own software and ambient level screening the

FACP shall be able to identify fire possible fire or fault

conditions The unit supervision shall be dynamic and

continuousbullThe FACP shall itself have all loop cards in it No

isolated mother board or transponder shall be

consideredbullShortopen circuit units shall also be reported at

the FACP in such cases the system through the use of fault

isolators shall be able to isolate that segment between the

two fault isolators The missing DetectorsDevices shall also

be reported to the FACP with identification of the

locationbullThe FACP shall have the facility to set smoke sensor

sensitivity remotely to either high sensitivity manually or on a

pre‐programmed sequence (Ie DayNight) period When an

alarm condition is sensed at the FACP from a smoke or heat

detector a delay timealarm verification period shall be

started If the sensor is still in alarm after the delay time

expired an alarm condition is reported The delay time shall

be adjustable from 0 to 990 secondsbullThe FACP shall have

either an in‐built or external printer coupled to the FACP

which shall log all events with time The printout shall clearly

indicate the event‐FirePre‐AlarmFault etc with the unit

address and timebullThe FACP shall also be able to discriminate

between false alarms and fire conditions as well as priority

selection of alarm in case alarm activities in two or more

Tender No SCLPS52019E0156401 46

remotely located units simultaneously In such cases the

Manual Call stations shall have the highest prioritybullThe FACP

shall also be able to actuate switches automatically in case of

Fire condition of AHUs and power supply or other system such

as piped pressurized gas supplybullThe system shall be fail safe

and adequate safe guards should be under taken that in the

event of a failure of a part of the system it shall not handicap

the complete system The loop cards shall be of Modular

constructionbullThe FACP shall have its own battery backup of a

minimum of 48 hours in normal run and then half an hour in

alarm condition The backup time calculation shall be done as

per TAC standards The Battery shall be 2 x 12V (24V) DC and

of sealed maintenance free type housed inside the FACPbullIt

shall be able to withstand temperature variations from 0

Degree Centigrade to 55 Degree Centigrade Further Relative

Humidity (non‐condensing type) up to 93 shall not hamper

its performance The voltage rating shall be from 17V DC to

31V DC though the voltage may be change depending upon

the working voltages of a proprietary FACPbullThe FACP shall be

totally enclosed dust and vermin proof type made of

minimum 16‐gauge dust inhibited sheet with even baked

finish The FACP shall be of completely solid state designbullThe

logic circuitry shall be based on high noise immunity solid‐

state hardware employing modular construction Logic cards

shall be of epoxy fiber glass constructionbullThe FACP shall have

EN 54ULFM approvalbullThe panel shall have an extra loop

card to serve as standby in case of burnout or malfunctioning

of any operating loop cardsbullThe FACP shall be capable of

being networked (future expansion) with other similar FACPs

located at different locations of SCL premises through a single

RS 485 busbullThe FACP shall have provision for interfacing with

the Public Address System

7 G Repeater panelScope comprises of supply and installation

Tender No SCLPS52019E0156401 47

of Repeater Panel which display fire fault message

simultaneously with the FACP bullIt shall be capable of

interfacing with the FACP on a single RS 485 Bus bullThe panel

shall be capable of operating on 24V DC supplybullThe

independent 24V DC supply source to be installed in MS

cubicle Box duly powder coated paint along with repeater

panelbullThe panel shall have 2 x 40‐character backlit display

which shall display date time and description of alarm

trouble events are that displayed in the panel shall be

powered from the FACPbullIt shall have control keys for sound

silence mute and to reset the FACP from the repeater

stationsbullThe repeater panel shall have the following LEDs

indicationsbullSupply bullFault bullMute bullSilent bullDisabled

bullFire

8 H Fire CableSupply and installation of 2Cx15mm2 Copper

extruded PVC inner sheath armored and overall FRLS PVC

outer sheathed 11 KV grade as per IS 7098 (Part I bearing ISI

certification) on existing cable traywallsoft soilhard soil as

required

9 I Fire Cable terminationSupplying and making end

termination with brass compression gland and copper lugs for

2Cx15mm2 Copper cable in MS Box of Size 4X4 installed

above the false ceilingwallsurface as required

10 J Junction Box for Fire devicesSupply installation testing and

commissioning of MS painted box Size 4X4 with ELMEX type

terminal block for loop in loop out of 2c x15 sq mm copper

armored cable and connection to the fire detector device on

wallsurfacerecess including wall cutting and providing

necessary hardware for mounting fixing including all

material for fixing as required

Tender No SCLPS52019E0156401 48

TECHNICAL SPECIFICATION‐4

Item Specifications ‐IV

Sl No Specifications Compliance

(Yes No)

Offered Specifications Remarks

1 A NetworksLAN The detailed specification for the network

rack switch cable cords IOs face plates etc and the

required accessories shall be as below CAT 6A or better cable

shall be laid in the PVC Conduit The detailed specifications

for the different component of networksLAN are as follows

2 bull Rack Supply installation testing and commissioning of UL

listed modular type 12U network rack with front glass door

and rear perforated door floor mounted Size 550x550 with

1 No of 5 port Octagonal PDU 515Amp with MCB and Fan

Tray with minimum 2 Fans The rack should have provision of

2 nos of cable manager duct type 1U and 2 vertical manager‐

concealed type Rack should be three sides openable with

front glass door and rear perforated door and provision of

cable entry from top and bottom both with proper earthing

kit as requiredRecommended Make Rittal Netrack

Schneider Valrack

3 bull Network Switch Supply amp installation of Network Switch in

Network Rack with the following specification as belowSwitch

shall haveamp61607Port Density Minimum 8 101001000

BaseT Ports amp 4‐1G SFP Ports ready for use with SFP module

Ports shall support PoE on all ports with PoE budget of

180Wamp61607Architecture Stand‐alone rack

mountableamp61607Bandwidth minimum 56Gbps of

switching bandwidth to support above listed ports in non‐

blocking configurationamp61607StackableScable support for

Tender No SCLPS52019E0156401 49

stacking multiple switchesamp61607Stacking backplane

bandwidth Access switch shall have additional port(s) for

providing minimum 40 Gbps stacking bandwidthamp61607L2

Features 8021x authentication spanning tree

etcamp61607Networkjflowsflow or equivalent provision for

Networkjflowsflow or equivalent supportamp61607Network

Management support Network Management through

command line interface (CLI) SNMP v1 v2c v3

httpsamp61607IPv6 Readiness IPv6 Readiness from day

1amp61607RegulatorySafety confirming to UL60950 amp

EN60950amp61607EALNIAP certified Model No shall be EAL

or NIAPNDPP certifiedRecommended Make Cisco Juniper

HP Brocade dell

4 bull CAT 6A Cable Supply and installationlaying of category 6A

or better 4 pair shielded cable UFTP or FUTP in PVC

Conduit sheath type low smoke zero halogen (LSZH) with

transmission properties amp electrical properties tested

minimum up to 500MHz amp verified by ETL amp comply with

ANSITIAEIA‐568‐C2 amp ISOIEC 11801 Recommended make

Commscope Schneider Molex Siemon

5 bull Patch Panel Supply installation testing and commissioning

of CAT6A PatchJack Panel of 24 Port fully loaded in Network

rack with port identification number with self‐adhesive clear

label holder Each portjack on the panel should be

individually removable on field from the panel and have

integrated rear cable management metallic shelf and have a

separate provision of grounding Recommended make

Commscope Schneider Molex Siemon

6 bull Patch Cords (1 meter) Supply installation testing and

commissioning of Patch Cords Cat 6A shielded 1 meter in

Network rack with 4 pair shielded copper wire factory pre

terminated with shielded RJ45 plugs Aluminumpolyester

Tender No SCLPS52019E0156401 50

shield screen material with low smoke Zero halogen sheath

comply to TIA‐568‐C2 Cat 6A in IOs of Network

RackRecommended make Commscope Schneider Molex

Siemon

7 bull Patch Cords (3 meter) Supply installation testing and

commissioning of Patch Cords Cat 6A shielded 3 meter in

Network rack with 4 pair shielded copper wire factory pre

terminated with shielded RJ45 plugs Aluminumpolyester

shield screen material with low smoke Zero halogen sheath

comply to TIA‐568‐C2 Cat 6A at field side Recommended

make Commscope Schneider Molex Siemon

8 bull Information outlet Supply and installation of Shielded Cat

6A information outlet UFTP or FUTP compliance to category

6A or better TIA568C2‐500MHz at field sideRecommended

make Commscope Schneider Molex Siemon

9 bull Face Plate (Dual) Supply and installation of single gang

square face plate (Dual) and SMB Box with a provision to

support variety of jacks‐ UTP STP etc at the field

sideRecommended make Commscope Schneider Molex

SiemonbullFace plate (single) Supply and installation of square

face plate ( single) with a provision to support variety of jacks‐

UTP STP etc at the field sideRecommended make

Commscope Schneider Molex Siemon

10 bull SMB Box Supply and installation of SMB Box for face plate

(DualSingle) as required Recommended make Commscope

Schneider Molex Siemon

11 bull Other Accessories amp61607Supply and Installation of

25mm electrical grade ISI mark PVC Conduit in

wallfloorslabsurface including wallfloor cutting and

making good the same as required Recommended make

Reputed ISI Markamp61607Supply and installation of OFC SM

Tender No SCLPS52019E0156401 51

OS2 Cable in existing 32mm HDPE pipe as

requiredamp61607Supply and Laying of 32mm HDPE pipe

direct in ground including excavation sand cushioning

protective covering and refilling the trench including standard

cable route marker etc as requiredamp61607Supply and

installation of SC simplex single‐mode LSZH pigtail 1m as

requiredamp61607Supply and installation of adaptor plate

with 3 SC duplex SM adaptors as requiredamp61607Splicing of

OFC as per Core as requiredamp61607Supply and installation

of accessories for making the Chamber Pit‐ 1Mtr Depth with

Lid for housing OFC as requiredamp61607Trenching of

HardSoft Soil as required

12 B Paging The scope includes supply installation testing and

commissioning of Supply and installation of IP 65 or better

explosion proofWP loud speaker anticorrosive powder

coated red (RAL‐3000) suitable for Zone I amp II Class II C

Hardware SS304 as per IS2148 and equivalent to model FLSR

25 of Baliga with necessary support gland as required and

installing the same on wallsurface with GI supports as

required and connecting the same with wire The Scope also

includes supply and installation of 2Cx15mm2 FRLS armored

and PVC sheath twisted pair wire their termination tagging

glanding earthing etc as required for speakers and other

accessories requires for smooth commissioning of the paging

system

Vendor Specificied Terms

Description Vendor Terms

Tender No SCLPS52019E0156401 52

1Delivery Term

Prices shall be quoted on F O R destination basis ie S C L S A S Nagar Mohali

Punjab exclusive of GST and taxes as may be applicable

2 GST

Purchaser is entitled to concessional GST of 5 as per Ministry of Finance

Department of Revenue Notification No 472017 Integrated Tax (Rate) both

dated 14th November 2017 respectively and would accordingly issue Exemption

Certificate in favour of the contractor quoting in Indian Rupees The bidder

should take note of the same while quoting the prices in Indian Rupees GST on

installation services shall be applicable 18

3 DELIVERY SCHEDULEPERIOD OF COMPLETION

The time allowed for supply installation testing and commissioning of the entire

works shall be 06 (Six) months to be reckoned form the 7th day of issue of

purchase order

4 IMPORTANT

This being a two part Tender Technical and Commercial parts separate the

bidder should not attach any document(s) containing pricing information with

technical part The Contractor will provide Un priced commercial offer in

envelope 1 (Technical Part) as an attachment

The tenders containing price information in Technical Part will be treated as

unsolicited offers and rejected Contractor to confirm that Price bid is not

attached in Envelope 1 ie Technical Part

Priced Commercial offer if any should be attached in Envelope 2 (Price Bid)

under Supporting Documents from Vendor (Commercial) as an attachment

5 The prices shall remain firm until completion of entire project including

extended period if any No cost escalation shall be applicable for the work

Tender No SCLPS52019E0156401 53

6 SECURITY DEPOSIT

a) On acceptance of the tender the Contractor shall submit security deposit for

ten percent (10 percent) of the value of the Contract within 15 days from the

date of purchase order If the Contractor fails toprovide the security within the

period specified such failure shall constitute a breach of the Contract and the

Purchaser shall be entitled to make other arrangements for the re purchase of

the stores contracted at the cost and risk of the Contractor

b) Security Deposit shall be submitted through Demand Draft Bankers Cheque

fixed deposit receipt or Bank Guarantee from any of the Scheduled Banks

executed on nonjudicial stamp paper of appropriate value and shall be valid for

a period of sixty (60) days beyond the date for completion of the Purchase

OrderContract

c) In case the contractor fails to furnish the security deposit within the specified

date or extended due date the Purchase OrderContract shall be cancelled and

in addition appropriate penal action may also be considered

d) After the Purchase OrderContract is successfully executed in all respects the

Bank Guarantee towards Security Deposit may be discharged and retained

amount shall be refunded to vendors

e) In the event of non execution of the Purchase orderContract or breach of any

terms and conditions of the Purchase Order the Security Deposit shall be

forfeited

7 Warranty

The Contractor shall provide for the tendered job comprehensive warranty for

parts as well as labour for a period of 12 months from the date of successful

installation commissioning and testing of the system at Purchasers site at no

extra charges against any manufacturing defectfaulty workmanship In case any

defect arises during warranty period the Contractor should replacerectify the

same at its own cost at siteworks

The LED light fittings and its driver unit etc shall have warranty for a period of 5

Tender No SCLPS52019E0156401 54

years from the date of installation and commissioning

8 Warranty Replacements

All replacement parts if any shall be supplied by the Contractor free of cost on F

O R Purchaser site at S A S Nagar Punjab basis

9 TERMS OF PAYMENT

The payment shall be remitted as under

90 of the value of the materials supplied shall be paid within 30 days of the

receipt of the materials at purchaser site and the balance 10 amount along

with 100 installation charges shall be payable on successful installation

commissioning and acceptance of the entire project at Purchasers site against a

Performance Bank Guarantee

10 PERFORMANCE BANK GUARANTEE (PBG)

The Contractor shall furnish a Bank Guarantee (as per format given by purchaser)

from any nationalized scheduled bank for an amount equivalent to 10 of the

value of the Contract and shall be valid for a period of 60 days beyond the expiry

date of warranty period On the performance and completion of the Contract in

all respects the Bank Guarantee will be returned to the Contractor without any

interest

11 VALIDITY

The tender must be valid for a minimum period of 120 days from the date of

opening of Technical bid and 90 days after opening of Price bid

The tender where the validity period is shorter than the period specified in the

tender enquiry shall be excluded from the procurement process

12 Quantity Variation

The quantities indicated against each items in the Bill of Quantities (BOQ) are

indicative and are for the purpose of bidding only Variation in quantities up to

Tender No SCLPS52019E0156401 55

+25 percent shall be carried out by the contractor on the agreedPurchase order

(PO) rates and terms amp conditions as in the purchase order (PO)

13 GUARANTEED TIME DELIVERY

The time for and the date of delivery stipulated in the Purchase Order shall be

deemed to be the essence of the Contract Delivery must be completed within

the date specified therein

14 Extra Items

In case of extra items (that are completely new and are in addition to the items

contained in the contract) the contractor may claim rates supported by proper

analysis and purchaser engineer in charge of the work shall after giving

consideration to the analysis of the rates submitted by the contractor determine

the rates on the basis of market rates and the contractor shall be paid in

accordance with the rates so determined The contractor(s) profit amp OH shall be

factored in the rate analysis 15

15 CONSIGNEE

Sr Purchase and Stores Officer (Stores)

Semi Conductor Laboratory

Sector 72 SAS Nagar (Mohali) Punjab

India 160 071

16 INSTALLATION AND COMMISSIONING

Installation commissioning and demonstration of performance of the tendered

stores as per Purchaser tendered specifications shall be carried out by the

Contractor at Purchaser site at S A S Nagar Punjab India

The Contractor shall provide in advance guidelines for preparation of the

installation site and list of items to be supplied by Purchaser during installation

Tender No SCLPS52019E0156401 56

On receipt of intimation from the Purchaser the Contractor shall depute its

engineer(s) to Purchaser site within two weeks to carry out installation and

commissioning and will demonstrate the functionality of the tendered

equipment to Purchaser specifications as per mutually agreed acceptance

procedure The Contractor shall be responsible for any lossdamages sustained

due to delay on the part of the Contractor to send its engineer for installation

and commissioning

Failure to commission the tendered equipment successfully shall entitle

Purchaser to full refund of the payment made and the interest thereon Decision

regarding successful installation and commissioning shall rest solely with the

Purchaser

17 REJECTION

In the event that any of the stores supplied by the Contractor is found defective

in material or workmanship or otherwise not in conformity with the

requirements of the Contract specifications the purchaser shall either reject the

stores or request the Contractor in writing to rectify the same The Contractor

on receipt of such notification shall either rectify or replace the defective stores

free of cost to the purchaser If the Contractor fails to do so the purchaser may

at his option either

a) replace or rectify such defective stores and recover the extra cost so involved

from the Contractor or

b) terminate the Contract for default as provided in this tender document

18 EXTENSION OF TIME

If the completion of supply of stores is delayed due to reason of force majeure

such as acts of god acts of public enemy acts of Government fires floods

epidemics quarantine restriction strikes freight embargoes etc the

Contractor shall give notice within 15 days to the purchaser in writing of his

claim for an extension of time The purchaser on receipt of such notice after

verification if necessary may agree to extend the Contract delivery date as may

Tender No SCLPS52019E0156401 57

be reasonable but without prejudice to other terms and conditions of the

Contract

19 DELAY IN COMPLETIONLIQUIDATED DAMAGES

If the Contractor fails to deliver the stores within the time specified in the

Contract or any extension thereof the purchaser shall recover from the

Contractor as liquidated damages a sum of one half of one percent (05 percent)

of the Contract price of the undelivered stores for each calendar week of delay

The total liquidated damages shall not exceed ten percent (10 percent) of the

Contract price of the unit or units so delayed Stores will be deemed to have

been delivered only when all their component parts are also delivered If certain

components are not delivered in time the stores will be considered as delayed

until such time as the missing parts are delivered Delivery of stores shall be

complete on Installation commissioning Testing and Acceptance

20 INSPECTION AND ACCEPTANCE TEST

The Purchasers representatives shall also be entitled at all reasonable times

during manufacture to inspect examine and test on the Contractors premises

the material and workmanship of all stores to be supplied under this Contract

and if part of the said stores is being manufactured on other premises the

Contractor shall obtain for the purchasers representative permission to inspect

examine and test as if the equipment were being manufactured on the

Contractors premises

Such inspection examination and testing shall not release the Contractor from

the obligations under this Contract

For tests on the premises of the Contractor or of any of his sub Contractors the

Contractor shall provide free of cost assistance labour material electricity fuel

and instruments as may be required or as may be reasonably needed by the

purchasers representative to carry out the tests efficiently

When the stores have passed the specified test the purchaser representative

shall furnish a certificate to the effect in writing to the Contractor The

Tender No SCLPS52019E0156401 58

Contractor shall provide copies of the tests certificates to the purchaser as may

be required

21 Labour Law Contractor shall abide by all labour laws rules and regulations

which are prevailing and as enforced from time to time and SCL shall not be

responsible for any accident or mishap during the course of the contract to any

of engineer labour employee by the Contractor The contractor shall also ensure

that the statutory obligations with regards to the employment of labour under

law are complied properly and timely

22 ARBITRATION

In the event of any disputes differences or claims arising out of or relating to

the interpretation and application of the Contract such disputes or differences

or claims shall be settled amicably by mutual consultations of the good Offices

of the respective Parties and recognizing their mutual interests attempt to reach

a solution satisfactory to both the parties If such a resolution is not possible

within 30 days from the date of receipt of written notice of the existence of such

disputes then the unresolved disputes or differences or claims shall be

referred to the Sole Arbitrator appointed by the Parties by mutual consent in

accordance with the rules and procedures of Arbitration and Conciliation Act

1996 as amended from time to time The arbitration shall be conducted in New

Delhi in the Arbitration and Conciliation Centre New Delhi (Domestic and

International) as per its rules and regulations The expenses for the Arbitration

shall be shared equally or as may be determined by the Arbitrator The

considered and written decision of the Arbitrator shall be final and binding

between the Parties The applicable language for Arbitration shall be English

only Work under the Contract shall be continued by the CONTRACTOR during

the pendency of arbitration proceedings without prejudice to a final adjustment

in accordance with the decision of the Arbitrator unless otherwise directed in

writing by the DEPARTMENT or unless the matter is such that the works cannot

be possibly continued until the decision (whether final or interim) of the

Arbitrator is obtained

23 APPLICABLE LAWS The contract shall be interpreted construed and

Tender No SCLPS52019E0156401 59

governed by laws of IndiaThe contract shall be subject to exclusive Jurisdiction

of the Court of SAS Nagar (Mohali) Punjab India irrespective of anything

mentioned in any correspondences or otherwise

24 Any Other Term

Tender No SCLPS52019E0156401 60

Supporting Documents from Vendor

Attachment ‐ I

Attachment ‐ II

Price Bid Form

Item Description Slab Range Qty UOM Currency Unit Price Total Price

Supply of MCC Panels cables

cable trays lightings etc for

electrical distribution system

including fire detection

system LAN Paging etc for

the Chemical Store building as

per detailed specifications

technical write‐updrawings

attached

‐ 1 Lot ‐ ‐ ‐

Installation Testing and

Commissioning of MCC

Panels cables cable trays

lightings etc for electrical

distribution system including

fire detection system LAN

Paging etc for the Chemical

Store building as per detailed

specifications technical write‐

updrawings attached

‐ 1 Lot ‐ ‐ ‐

Tender No SCLPS52019E0156401 61

Break‐up of other taxes and other costs should be specified in respective narration columns

Sum of these Break‐up values should be specified in respective value columns

Supporting Documents from Vendor (Commercial)

Document attachment with price bid

Attachment ‐ I

Attachment ‐ II

  • pdf_document_tndr_notc_electrical_distribution_system_051119
  • pdf_document_tndr_doc_electrical_distribution_system_051119
Page 30: -72, -160071 चंडीगढ़ के समीप पंजाब भारत...स म -क डक टर ल ब र टर /Semi-Conductor Laboratory अ त रक ष वभ

Tender No SCLPS52019E0156401 29

out of the cable for flame proof light fixture will be in the

scope of the contractor LED light fittings will be suitable for

operation on 230V single phase AC supply The fitting shall

be supplied with all fixing material such as brackets nuts

bolts etc as required for installation of fittings Special

Conditions aLuminaire make (Brand) from among the

recommended make mentioned in the tender document shall

be clearly mentioned in Technical Bid along with complete

technical detailsbThe LED light fitting and its driver unit etc

shall have warranty for a period of 5 years from the date of

installation and commissioningcThe flame proof fixture shall

be provided along with the Petroleum and Explosives Safety

Organization (PESO) certification

3 Detailed Specification for LED Fixture a Flame Proof LED

Fixtures Supply and installation of flameexplosion proof high

efficiency 1 Phase 230 V 60W LED light fitting as per IS 2206

with luminous efficiency 100Lmwatt or better CRI gt 08 amp

THDlt10 IP‐66 as per ISIEC 605292001 made of Die cast

aluminium alloy Heat resistant amp tough clear dome glass

having enclosure as per Ex‐d GAS Gr IIA IIB IIC AS PER ISIEC

60079‐12007 amp ISIEC 60079‐02004 Area of classification

ZONE‐1 2 21 amp 22 and temperature class T‐6 or better as per

ISIEC 60079 complete with loop‐in loop‐out provision

Mounting bracket for mounting on the ceiling Double

compression cable gland shall be provided and install by the

contractor along with the light fitting Recommended Make of

fixture Baliga Stahl Sudhir SwitchgearRecommended make

of LED NICHIA CREE PHILIPS LUMILED OSRAMb General

LED fixtures Supply amp fixing of wallceiling mounted batten

type 20W LED tube light (Four feet) luminaire with efficient

driver (efficiency shall be more than 90) amp with minimum

lumens output of 2000 lumens per lamp comprising of nano

diffuser technology complete with efficient amp constant

Tender No SCLPS52019E0156401 30

current output driver suitable for operation on 230V single

phase 50Hz AC supply efficient heat sink effective thermal

management and with colour temperature shall be gt 6000K

The LED with suitable control gear and power factor gt09 LM

79 certification for luminaireLM80 certificate for LED shall be

submitted and with other standard accessories prewired

including necessary interconnections complete in all respects

and as directed by EIC (Similar to Philips Astra or equivalent)

Recommended make of fixture Philips GE Trilux

LTRecommended make of LED NICHIA CREE PHILIPS

LUMILED OSRAM

4 c Street Light Fixture Supply and installation of 72W75W

LED Street Light fixture with High‐brightness White LEDs

sources with high transmittance flat toughed glass cover and

peanut LENS on each LEDs System luminous efficacy 100

LmsWatt 5600K colour temperature amp 70 CRI value for

ensuring good quality light output Life of at‐least 50000

hours at 70 lumen maintenance ampLED driver efficiency gt

85 Power factor greater than 095 THDlt10 amp min 3KV

surge protection with operating voltage range from 120‐270V

for ensuring lifelong high performance of luminaire the

fixture shall be made of LM‐6 Pressure die‐cast aluminium

with engraved company name amp have IK05 amp IP66 Class

protection with NABL Accredited LM‐79 amp LM‐80 Report

Mounting pole mounted upto a height of 8 meter and pole

bracket diameter of 48‐60 mm (adjustable) Recommended

make of fixture Trilux Philips GE LTRecommended make of

LED NICHIA CREE PHILIPS LUMILED OSRAM

5 Street Light Pole Providing and installation of hot dipped

galvanized swaged tubular 9‐meter‐long with planting depth

15 metersiexclbrvbar street light poles The effective length of each

section shall be‐ bottom 5 meters middle 2 meters and top 2

meters The outside dia and thickness of pole shall be

Tender No SCLPS52019E0156401 31

minimum 11430x440mm 889x4085mm 761x325mm

respectively as required The pole shall be provided with

necessary bracket (inclination 105115 degree length 15

meter dia 45 mm ) for mounting upto 72 W LED street light

fixture Each pole shall have a weather proof

loopingterminal box clamped at 550 mm above ground level

along with a suitable earth terminal The looping box shall be

provided with a suitable Power terminal arrangement to loop

4C x10sqmm size cable and MCB5A fuse cut‐out A base

plate 300 x300x10mm shall be welded to the bottom of the

pole Both underground cable and GI earth wire shall be

terminated at the terminal looping box in the looping zone

Further wiring to the light fixture shall be done with three

core flexible copper wire (2core for power supply and third

core for earthing)GI tubular pole shall be installed in cement

concrete 136 (1 cement 3 coarse sand 6 graded stone

aggregate 40 mm nominal size) foundation including

excavation and refilling etc Party to cast 2 run of 32 mm MS

conduit for cables upto a height of 550mm from ground level

for loop in loop out of cable The civil work for street light pole

foundation forms a part of installation of the work and will be

done by the party as required for commissioning of lighting

poleFor earthing of street light poles coilspiral earthing

using 8 SWG GI wire shall be used The GI wire shall be buried

to a minimum depth of 15 m with excavation refilling of

earth and connecting GI wire to pole using GI bolt and nut

complete as per requirementMake of Pole Reputed make

with ISI mark Note Party shall submit Drawing of the street

light pole for SCL approval before start of manufacturing

6 Cables wire conduit earthing Switchboards

SwitchesSockets etca Cables The scope includes the Supply

and installation of XLPE insulated overall FRLS PVC outer

sheathed AlCu armored cable on wallsurfacesoilexisting

Tender No SCLPS52019E0156401 32

cable tray as required for MCC Panel and MCB DBs as per the

detailed specification and quantity in this document All

necessary hardware for installation of cable like cable tie

clamps tags etc is in the scope of Contractor Contractor to

ensure that cable laid on the cable tray is properly clamped

with GI clamps and cable is properly secured on cable tray b

Wire The scope includes the Supply and installation of FRLS

Copper wire of different size quantity amp Specification for

power distribution and lighting and power etc as per the

requirement c Conduit The scope includes the Supply and

installation of ISI makes MS Conduits of different size as per

Specification for power and lighting distribution switch

sockets etc as per the requirement Flexible conduit shall be

of GId Cable tray The scope includes the supply and

installation of GIMS cable trays as per specificationse

Earthing The scope includes the supply and providing

earthing for Panels DBs cable trays light fixtures and poles

flameproof accessories fire panel speakers exhaust fans etc

matching the specifications given in this tender documentf

Lightning protection The scope includes the supply and

providing earthing for lightning protection of the building as

per the IS 2309 specification and quantities as per the BOQ

The scope includes horizontal and vertical runs earth pits test

point earthing of building periphery for contour etcg Rack

earthing The scope includes the supply and providing

earthing for racks as per specificationsh Switchboards and

SwitchSockets The scope includes the Supply and installation

of different size of flameproofnon‐flameproof Switchboards

and switchsocket for Lighting Power Distribution as per

specificationi MSGI Conduits flexible GI conduit earthing

materials doublesingle compression brass cable glands

cable lugs (Al amp Cu as required) cable ties cablewire

identification tags required for the installation and

maintenance of trouble free operation of the downstream

Tender No SCLPS52019E0156401 33

system and accessories are covered under this specificationj

MS junction box conduit along with all related accessories as

per specification

TECHNICAL SPECIFICATION‐2

Item Specifications ‐II

Sl No Specifications Compliance

(Yes No)

Offered Specifications Remarks

1 Electrical Panel SpecificationGeneralaPanel shall be

fabricated as per IEC 61439 part 1 amp 2 bPanel shall be indoor

metal clad air insulated floor mounted extendable to side

single front construction front wired front

connectedcMinimum thickness of sheet metal used shall be

2 mm and panel shall confirm to IP54 protectiondThe

working height of the Panel shall be limited as per standard

engineering practicese The design should be fully

compartmentalized with metal partitions between

compartments All doors shall be gasketed Each vertical

section shall have removable back coverfAll switches push

buttons lamps indicating instruments shall be flush

mountedgA full height vertical cable chamber with cable

supports shall be provided in each section to facilitate unit

wiring Cable chamber shall be sized to accommodate all cable

and shall have removable covers A horizontal wire way

extending the entire length shall be provided at the top of

panel for inter panel wiringhPanel shall be with minimum

75mm high base MS channel frameiThe panel shall undergo

seven tank or better process as per relevant IS

standardsjLifting hook shall be provided at each section for

easy transportationkDifferent compartment of the panel

shall be provided with dust proof type air filter louvers

explosion vents or similar safety arrangements in the panels

Tender No SCLPS52019E0156401 34

to let out gases under pressure generated during event of any

fault inside the panellPanel shall have pocket for the Panel

drawing in the incomer section

2 Busbar and Bus TapsaThe main bus and connections shall be

of high connectivity AluminiumAluminium alloy sized for

specified current ratings with maximum temperature limited

to 85amp778 C ie 35amp778 C rise and ambient 50amp778

bSeparate vertical bus bars shall be provided for each vertical

panelcAdequate contact pressure shall be ensured at bus

connections by means of two bolt connections with plain and

spring washers and lock nutsdBus bar and connections shall

be fully insulated for working voltages with adequate

phaseground clearances Insulating sleeves heat shrink type

for bus bar and shrouds removable type joints shall be

provided Bus insulators shall be flame retardanteBus bar

shall be color coded for easy identificationfBusbar should be

connected in such a way that it can be dismantledassembled

while separating different section of the panelgShrouds of

transparent sheet on the exposed bus in cable alleys for

adequate safety measurehBus bar Conductor shall be

confirming to IS‐5082iMinimum clearance (PH‐PH PH‐N and

PH‐E) between Bus bars shall be maintained as per latest

ISjBus Bar supporting Material shall be of

SMCDMCkMaterial of Aluminium Bus bar shall be of E91

gradelBus bar shall be protected from the transparent

insulated material for stand safety point

3 3Control ModuleaFixed type control module shall house the

control components for a circuitbThe equipment layout shall

provide sufficient working space in between the components

and subject to SCL approval cEach control module shall be

equipped with ACDC potential free Relays (230V AC24V DC)

Contactors etc for seamless interface of the operation of

Drives from FCMS (PLC)dVendor to provide the potential free

Tender No SCLPS52019E0156401 35

contact to facilitate local operation from MCC and remote

operation from FCMSPLC Vendor shall provide with each

drive module automanual selector switch and each drive

module shall be wired up to the terminal block for localauto

selection ON OFF trip feedback to SCLrsquos control station and

ONOFF command room FCMSPLC as welleMCC panel and

LPBS shall have selector switches for MCCLocal and

LocalRemote selection respectively Control (OnOff) of the

Drivesheaters will be as per following selection If selector

switch (SS) at MCC is selected to MCC ONOFF operation can

be done from MCC only irrespective of position of SS at LPBSIf

selector switches both at MCC amp LPBS are selected to LOCAL

ONOFF operation can be done from LPBS onlyIf SS at MCC is

selected to LOCAL and SS at LPBS is selected to REMOTE

ONOFF operation can be done from FCMS only

4 VFDVFD shall be of Allen Bradley PF400 series having

redundant Control Net communication option as well to

communicate with the existing Facilities Control amp Monitoring

System (FCMs) Control Net Bridge Coaxial Straight T‐Tap

1786‐TPS must also be supplied along with VFDs Line

reactorchoke of suitable rating shall be connected before the

VFD

5 Thyristor based Heater ControlaDYDAC Make Thyristor

power controller Type 3003 or equivalent rating 85kW

Control input 4‐20mA Thyristor input supply 415VAC (3‐Ouml)

Thyristor output supply 415VAC (3‐Ouml) which shall be provided

by the vendor in a separate compartment of the MCC 4‐20mA

Control signal from the heater PID will modulate the thyristor

controller output to maintain the fresh air temperature at set

value Heater ON and OFF set points shall be adjustable in the

SCADA in FCMSbThyristor controller run command run

feedback 4‐20mA modulating signal shall be wired up to the

terminal block in the cable alley in the MCC Thyristor

Tender No SCLPS52019E0156401 36

Panelcompartment shall be complete with inter module

control and power wiring 220V AC supply shall be drawn from

one of the phase and neutral of the incoming 415VAC and

connect to the Thyristor supply terminals through MCB

Circuit breaker lsquoswitch ONrsquo and Thyristor control unit lsquoRUN

commandrsquo will get activated from FCMS if air temperature is

below ON set point Circuit breaker lsquoswitch OFFrsquo and Thyristor

control unit lsquoRUN command withdraws will get activated

from FCMS when temperature becomes above OFF set point

6 Fire Suppression system amp Fire Protection systemPanel shall

be equipped with required materials such as fire suppression

cylinders filled with fire suppression agents Fire detection

tubes Heat sensor tubes end of line adaptor with gauge

electrical Relays differential pressure valves etc to provide

the fire suppression and fire protection system in cable alley

and bus bar chambers of the electrical panel

7 MCCBaThe MCCBs should be extra current limiting type with

trip time of less than 10 m sec under short circuit conditions

The current limiting action should be achieved with repulsion

principle The MCCBs should preferably have an anti‐reclosing

featurebThe MCCBs should be 3 or 4 poles as per SLDcThe

MCCBs should have a Service short circuit breaking capacity

(Ics) of not less than 35 kA rms at 415 Volts 50Hz AC for

incomer The service breaking capacity should be equal to

ultimate breaking capacities (Icu) (ie Ics= Icu=100)dThe

release should be thermal magnetic having adjustable

overload and short circuiteSwitches shall be triple pole air

break AC23 motor duty for motor starter feedersfCubicle

doors of incoming and outgoing shall be mechanically

interlocked with switchgear to prevent unintentional openings

of the door while the unit is in energized condition However

defeat interlock provision is also to be providedgAll incoming

and outgoing feeders shall be provided with bolted disconnect

Tender No SCLPS52019E0156401 37

link for isolation of neutral if necessary Selector switches

shall be of rotary typehThe MCCB shall be provided with

rotary drive kit spreader terminals and ONOFFTrip (MCCB)

position of switch handle to be clearly markediDuct Heater

MCCB shall be motorized to control (ONoff) from FCMSjFor

incomers it should be EDO microprocessor based

communicable MCCB (35 kA or above) with numerical

releases for OL SC amp EFR (With mechanical and Electrical

interlocking for operation of only one ACB at any point of

time)

8 MPCBaThe MPCBs should be of 3 pole air break type AC3

Duty continuous rating as specifiedbMPCBs should have at

least 1NO+1NC contactcThese should have trip indication

test trip functiondThe release should be thermal magnetic

having adjustable overload trip settingeThe service breaking

capacity should be equal to ultimate breaking capacities (Icu)

(ie Ics= Icu=100)fThe MPCBs should be suitable for din rail

type mounting

9 Capacitor Bank Supply and installation of Capacitor Bank ‐

Box Type Dry construction Conforming to IS 13340‐41IEC

60831 440V 50Hz Rated Current (In) as per Load Heavy

Duty Dielectric MPP Low loss type with overall loss lt

05WkVAR Delta Connection with Discharge Device

10 ContactoraThe contactor shall be 3 pole air break type AC3

Duty continuous rating for motor starter feeders with non‐

bouncing silver silver alloy contactsbContactor shall be of

electromagnetic type rated for uninterrupted duty as per

relevant standards and also suitable for capacitor duty

cContactor shall be provided with adequate auxiliary contacts

rated for 10Amps 240VAC for interfacing with control

schemedContactor coil rating shall be minimum pick up of

85 of rated voltage and minimum drop out of 75 rated

Tender No SCLPS52019E0156401 38

voltage

11 Control and IndicationsaPush buttons will be heavy duty oil

tight and push to actuate type with integral plate marked

with its functionbEach push button shall be provided with

2NO+2NC contacts rated for 10Amps 240VACcLamps shall

be LED type rated for 240V AC Lens and lamps shall be

replaceable from the front dThe control supply shall be

through a 415V230V transformer and the vendor shall

provide 1 no 415V230V transformer for the same Vendor

shall also provide Power module for 24V DC Supply for the

operation of heaters control module

12 MetersaAll indicating instruments shall be digital

Switchboard type with accuracy class +‐ 2 full scalebMFM

of suitable rating shall be used in the incomer

feedercSelector switches shall be furnished at outgoing

feeders as per SLD for ammeterdAmmeter shall be of analog

type flush mounted industrial pattern of size 96x96 mm with

accuracy class 10 eMultifunction meter shall be of digital

type flush mounted industrial pattern of size 96x96 mm with

accuracy class 10 as per IEC 6205253 suitable for

measurement of Current Voltage Power Frequency Power

factor Energy and ready port to communicate with FCMS

through RS 485 The Meter should have Modbus

communication port as well

13 CT (Current transformer)CT will be cast resin type rated 15VA

or more burden with Maximum accuracy limit of class 1

14 Secondary wiringaPanel shall be fully wired at the factory to

ensure proper functioning of control and protectionbFuse

and links shall be provided to permit individual circuit

protection from bus wires without disturbing other circuits All

spare contacts of relays push buttons and other devices shall

Tender No SCLPS52019E0156401 39

be wired up to terminal blockscWiring shall be done with

flexible 25sqmm copper 1100V grade PVC insulated

switchboard wires Each wire shall be identified at both ends

with permanent markers bearing wire numbers as per wiring

diagramdWire termination shall be done with crimping type

connector with insulating sleeve

15 Powercontrol Terminal BlocksaTerminal block shall be 660V

grade box clamp type with marking strips similar to ELMEX 10

mm2 or equal for ControlbTerminal for CT secondary leads

shall have provision for shortingcNot more than two wires

shall be connected to any terminaldSpare terminals equal in

number to 20 active terminals shall be providedeTerminal

blocks shall be suitably located in cable alleysfFor Power

cable Bus Bar type cable connector (Melamine material) shall

be providedgFor Control cable heavy duty screw type cable

connector (Melamine material) shall be provided

16 Cable terminationaPanel shall be designed for cable entry

from topbEach cable shall be clearly marked at both ends

with an indestructible marker preferably a cable tag made of

Aluminium tacked with indicating cable number amp both end

feeder tags with switchboard tags Cable tags at ends of cable

shall be provided inside the gland plate as well as outside the

gland platecAll provisions and accessories shall be furnished

for termination of cables including removable gland plates

cable supports and terminal blocksdGland plate shall be

minimum 3 mm thick

17 Ground BusA GI ground bus rated to carry the maximum fault

current shall extend full length of Panel The ground bus shall

be provided with 2 bolts with GI bolt and nuts at each end to

receive 50x6mm GI flat

18 NameplateaThe nameplate of approved design shall be

Tender No SCLPS52019E0156401 40

provided for each compartment and also at the top of each

panel Nameplate shall be minimum 20x70mm and 3mm

thickbDrawing Pouch shall be provided at the incomer cable

allay

19 PaintingPanel shall be painted with light grey epoxy painted

(Siemens Gray RAL 7032) and caution notice plate shall be

fixed at the back of each vertical panel

20 Make of Switchgears aMCCBSiemensSchneiderbPush

button SiemensSchneider TekniccSelector

SwitchSiemensSchneider Teknic

dFuseSchneiderSiemenseTimerSiemensSchneiderfContro

l TransformerAEIMPIndcoilgTerminal

BlockElmexConnectwellFTChMeters Conzerv LampT

AEiCTs amp PTsKappaAutomatic

Electric(AE)NippenjContactorsSchneiderSiemenskIndicatio

ns SiemensSchneider

TekniclRelaysSchneiderSiemensPLAmMCBSchneiderSiem

ensnCooling Fan

RexnordSunonoVFDsAllen bradlypThyristor moduleDYDAC

qRCBOSiemensSchneiderrMCB

DBSiemensABBLegrandsLine reactorchokeAllen

BradleytCapacitor BankNeptune Schneider Siemens

21 Local Push Button Station (LPBS)The Scope includes supply

and installation of LPBS for Chiller Pumps AHUs Heaters as

per the BOQ and detailed specification given below aLPBS

shall be indoor metal clad air insulated wallAngle frame

mounted as required single front construction front wired

front connected hinged lockable door LPBS for Chiller Pumps

system shall be suitable for outdoor installationbMinimum

thickness of sheet metal used shall be 2 mm and panel shall

conform to IP54 protection for indoor installation and IP65 for

outdoor type LPBScAll switches push buttons with indicating

Tender No SCLPS52019E0156401 41

LED lamps indicating instruments shall be flush

mounteddThe LPBS shall be used for remote operation of

drives Equipment and HeaterseTo facilitate the localremote

operation LPBS shall have LocalRemote selector switch and

provided with Start push button lockable Stop push button

ammeter of suitable range Terminal Block and lockable

Emergency off Switch etc fLPBS shall be equipped with AC

(230V)DC (24V) Relays Contactors etc for seamless interface

of the operation of Drives from FCMS (PLC)gLPBS should be

suitable for wall mounting and provided with necessary

mounting arrangementhWiring shall be done with flexible

25sqmm copper 650V grade PVC insulated switchboard

wires Each wire shall be identified at both ends with

permanent markers bearing wire numbers as per wiring

diagramiWire termination shall be done with crimping type

connector with insulating sleevejGland plate shall be

minimum 3 mm thickkThe nameplate of approved design

shall be provided for each compartment and also at the top of

each panel Nameplate shall be minimum 20x70mm and 3mm

thicklLPBS shall be painted with light grey epoxy painted

(Siemens Gray RAL 7032)

22 Make of Electrical panel As per DOS Approved Panel

manufacturer list (attached)

TECHNICAL SPECIFICATION‐3

Item Specifications ‐III

Sl No Specifications Compliance

(Yes No)

Offered Specifications Remarks

Tender No SCLPS52019E0156401 42

1 Fire Detection System Scope for fire detection system

includes supply installation testing commissioning of Fire

panel Addressable Fire detection devices Manual Call Points

Addressable loop sounders Switch Monitoring unit (SMU) UV

IR sensor for detection of methanol flame Cable MS junction

boxes for loop in loop out of cable as per specifications and

integrating the same with existing repeater panel as per the

requirement The detailed specifications for the different

component of fire deduction system are as follows

2 A Multi‐sensor Detectors The smoke detectors shall be multi‐

sensor (heat and smoke) detector with isolator suitable for

detecting a wide range of smoke from slow smoldering and

fast flaming fire The detector shall have following features

bullSolid state addressing arrangement in combination with a

hand held programmer to configure the sensor

addressbullElectronics free mounting basebullTwin alarm LEDs for

360 Degree viewing and shall have blinking LED facilitybullThe

sensor shall have s removable chamber for ease of cleaning or

replacementbullAutomatic compensation for smoke sensor

contaminationbullShall have a built in test facility which allows

the fire alarm control panel to adjust the alarm threshold

levels to compensate for contamination and shall have a

maintenance alarm display when threshold can no longer be

adjustedbullOperating temperature ‐ 10 DegC to 50 DegC and

operating RH at 40 DegC‐95 RH

3 B Manual call stations Manual Call Stations should have in

built monitor module and pressbreak and resettable

capability constructed of high impact LEXAN sheet with clearly

visible operating instructions on the cover and the word FIRE

shall appear on front and suitable for surface mountingflush

mounting complete as required

Tender No SCLPS52019E0156401 43

4 C UV IR SensorThe UV‐IR flame detector shall operate on 24

VDC 0‐24mA current output suitable for detection of

Methanol flame with automatic built in test for reliable

operations and suitable for installation in Hazardous area zone

1and 2 with Class I Division 12 Gas group A B C The detector

shall not be susceptible to environmental conditions to

generate false alarms The entire system shall be rated for IP

66 or better and supplied with suitable mounting bracket The

system shall comply to the detailed specifications as listed

belowbullDetection Technology UV ‐ IR Electro‐optical

detectionbullDetection range 75 meterbullField of View greater

than equal to 90deg Both Horizontal and verticalbullResponse

Time less than equal to 5 secondsbullBuilt in Test Automatic

bullOperating Temperature Range 0 to + 75degCbullOperating

Humidity Range Continuous 95 non‐condensingbullAnalog

Output signal 4‐20mAbullAlarms amp Fault Normal 4 mA Fault

02 mA Alarm 20 mA + 10 verifiedbullOperating voltage 24

VDC ( 18‐32VDC)bullPower consumption Vendor to specify for

Standby and Alarm conditionbullSensor Calibration

Verification Sensor calibration as per OEM for certified

performancebullSensor Life 2 Years (minimum)bullSensor

Calibration vendor to carry out sensor calibration at site and

submit calibration certificate valid for one yearbullRFI EMI

SusceptibilitybullRequired EN 616326‐3 and EN 6100006‐3 or

equivalent IP protectionbullIP protection IP 66 or betterbullFault

Diagnostic Sensor Fault (end of life) other informationbullSelf‐

Check Test Automatic during start‐upbullHousing SS 316

Epoxy Painted Aluminium die castbullStart‐up Time Vendor to

specifybullApprovalcertification PESO and ATEX ‐ Ex d IIC C

Class 1 Div 12 Group A B C DNote Vendor shall arrange

the 230V AC to 24V DC Power supply module along with half

an hour Battery Back up in MS powder coated Enclosure

Input Power supply (230V AC) for Power Supply module shall

Tender No SCLPS52019E0156401 44

be provided by SCL

5 D SMU Unit for UV IR sensor Supply installation testing and

commissioning of Switch Monitoring Unit (SMU) to configure

the UV IR sensors with fire detection system as requiredE

SoundersAddressable Sounders shall be loop powered with

all fixing materials complete as required The sound level shall

be 100dB (A)

6 F Fire Alarm Control Panel (FACP) bullFACP shall be of 2

loopsbullFACP shall be suitable for 230V 50 Hz AC supply and

detectors shall be powered using FACP based detection

circuits Devices shall receive power and communication from

the same pair of conductorsbullFACP shall provide for resetting

detectors fault isolation and sensor loop operationbullFACP

shall be suitable for mixing different fire devices and beam

smoke detectors within the same loop to optimize field

wiringbullFACP shall have alarm indication of individual sensors

detector trouble alarm indication for dust accumulation The

panel shall check detector once in every 24 hours for

contamination for this purposebullThe FACP shall regularly

supervise all the sensors and devices on the loop and initiate

fire or trouble alarm whenever requiredbullFACP shall have 2

wire circuits to connect minimum of 126 addressable devices

per loopbullFACP shall be with repeater interface and suitable

24V battery with built in software and 2 x 40 character

alphanumeric LCD display and necessary front panel control

keys FACP shall display the date time and description for

Analog sensors to indicate alarms and trouble

situationsbullFACP switches shall allow authorized personnel to

accomplish the following ‐bullInitiate a general alarm

conditionbullSilence the local audiblebullSilence the alarm

signalsbullReset all zonespointsbullFACP shall have walk test

facilitybullShall have facility for programming from the key

board or utilizing PC set up software via laptopdesk top

Tender No SCLPS52019E0156401 45

computerbullShall have memory data for panel configuration

and operation reside in non‐volatile memory (EPROM)bullFACP

shall have facility for speech processor (to record pre‐

recorded message of 20 S) and also have Auto Dialer facility

(can dial up to 8 different lines)bullAll addressable units shall be

connected to the FACP through the loop cards and shall be

addressed though individualized numbers The FACP shall be

able to obtain analog value for all detectors in the circuit

through a pulsed digitized current data The FACP shall be

able to analyze all analog inputs from all addressable units

and though its own software and ambient level screening the

FACP shall be able to identify fire possible fire or fault

conditions The unit supervision shall be dynamic and

continuousbullThe FACP shall itself have all loop cards in it No

isolated mother board or transponder shall be

consideredbullShortopen circuit units shall also be reported at

the FACP in such cases the system through the use of fault

isolators shall be able to isolate that segment between the

two fault isolators The missing DetectorsDevices shall also

be reported to the FACP with identification of the

locationbullThe FACP shall have the facility to set smoke sensor

sensitivity remotely to either high sensitivity manually or on a

pre‐programmed sequence (Ie DayNight) period When an

alarm condition is sensed at the FACP from a smoke or heat

detector a delay timealarm verification period shall be

started If the sensor is still in alarm after the delay time

expired an alarm condition is reported The delay time shall

be adjustable from 0 to 990 secondsbullThe FACP shall have

either an in‐built or external printer coupled to the FACP

which shall log all events with time The printout shall clearly

indicate the event‐FirePre‐AlarmFault etc with the unit

address and timebullThe FACP shall also be able to discriminate

between false alarms and fire conditions as well as priority

selection of alarm in case alarm activities in two or more

Tender No SCLPS52019E0156401 46

remotely located units simultaneously In such cases the

Manual Call stations shall have the highest prioritybullThe FACP

shall also be able to actuate switches automatically in case of

Fire condition of AHUs and power supply or other system such

as piped pressurized gas supplybullThe system shall be fail safe

and adequate safe guards should be under taken that in the

event of a failure of a part of the system it shall not handicap

the complete system The loop cards shall be of Modular

constructionbullThe FACP shall have its own battery backup of a

minimum of 48 hours in normal run and then half an hour in

alarm condition The backup time calculation shall be done as

per TAC standards The Battery shall be 2 x 12V (24V) DC and

of sealed maintenance free type housed inside the FACPbullIt

shall be able to withstand temperature variations from 0

Degree Centigrade to 55 Degree Centigrade Further Relative

Humidity (non‐condensing type) up to 93 shall not hamper

its performance The voltage rating shall be from 17V DC to

31V DC though the voltage may be change depending upon

the working voltages of a proprietary FACPbullThe FACP shall be

totally enclosed dust and vermin proof type made of

minimum 16‐gauge dust inhibited sheet with even baked

finish The FACP shall be of completely solid state designbullThe

logic circuitry shall be based on high noise immunity solid‐

state hardware employing modular construction Logic cards

shall be of epoxy fiber glass constructionbullThe FACP shall have

EN 54ULFM approvalbullThe panel shall have an extra loop

card to serve as standby in case of burnout or malfunctioning

of any operating loop cardsbullThe FACP shall be capable of

being networked (future expansion) with other similar FACPs

located at different locations of SCL premises through a single

RS 485 busbullThe FACP shall have provision for interfacing with

the Public Address System

7 G Repeater panelScope comprises of supply and installation

Tender No SCLPS52019E0156401 47

of Repeater Panel which display fire fault message

simultaneously with the FACP bullIt shall be capable of

interfacing with the FACP on a single RS 485 Bus bullThe panel

shall be capable of operating on 24V DC supplybullThe

independent 24V DC supply source to be installed in MS

cubicle Box duly powder coated paint along with repeater

panelbullThe panel shall have 2 x 40‐character backlit display

which shall display date time and description of alarm

trouble events are that displayed in the panel shall be

powered from the FACPbullIt shall have control keys for sound

silence mute and to reset the FACP from the repeater

stationsbullThe repeater panel shall have the following LEDs

indicationsbullSupply bullFault bullMute bullSilent bullDisabled

bullFire

8 H Fire CableSupply and installation of 2Cx15mm2 Copper

extruded PVC inner sheath armored and overall FRLS PVC

outer sheathed 11 KV grade as per IS 7098 (Part I bearing ISI

certification) on existing cable traywallsoft soilhard soil as

required

9 I Fire Cable terminationSupplying and making end

termination with brass compression gland and copper lugs for

2Cx15mm2 Copper cable in MS Box of Size 4X4 installed

above the false ceilingwallsurface as required

10 J Junction Box for Fire devicesSupply installation testing and

commissioning of MS painted box Size 4X4 with ELMEX type

terminal block for loop in loop out of 2c x15 sq mm copper

armored cable and connection to the fire detector device on

wallsurfacerecess including wall cutting and providing

necessary hardware for mounting fixing including all

material for fixing as required

Tender No SCLPS52019E0156401 48

TECHNICAL SPECIFICATION‐4

Item Specifications ‐IV

Sl No Specifications Compliance

(Yes No)

Offered Specifications Remarks

1 A NetworksLAN The detailed specification for the network

rack switch cable cords IOs face plates etc and the

required accessories shall be as below CAT 6A or better cable

shall be laid in the PVC Conduit The detailed specifications

for the different component of networksLAN are as follows

2 bull Rack Supply installation testing and commissioning of UL

listed modular type 12U network rack with front glass door

and rear perforated door floor mounted Size 550x550 with

1 No of 5 port Octagonal PDU 515Amp with MCB and Fan

Tray with minimum 2 Fans The rack should have provision of

2 nos of cable manager duct type 1U and 2 vertical manager‐

concealed type Rack should be three sides openable with

front glass door and rear perforated door and provision of

cable entry from top and bottom both with proper earthing

kit as requiredRecommended Make Rittal Netrack

Schneider Valrack

3 bull Network Switch Supply amp installation of Network Switch in

Network Rack with the following specification as belowSwitch

shall haveamp61607Port Density Minimum 8 101001000

BaseT Ports amp 4‐1G SFP Ports ready for use with SFP module

Ports shall support PoE on all ports with PoE budget of

180Wamp61607Architecture Stand‐alone rack

mountableamp61607Bandwidth minimum 56Gbps of

switching bandwidth to support above listed ports in non‐

blocking configurationamp61607StackableScable support for

Tender No SCLPS52019E0156401 49

stacking multiple switchesamp61607Stacking backplane

bandwidth Access switch shall have additional port(s) for

providing minimum 40 Gbps stacking bandwidthamp61607L2

Features 8021x authentication spanning tree

etcamp61607Networkjflowsflow or equivalent provision for

Networkjflowsflow or equivalent supportamp61607Network

Management support Network Management through

command line interface (CLI) SNMP v1 v2c v3

httpsamp61607IPv6 Readiness IPv6 Readiness from day

1amp61607RegulatorySafety confirming to UL60950 amp

EN60950amp61607EALNIAP certified Model No shall be EAL

or NIAPNDPP certifiedRecommended Make Cisco Juniper

HP Brocade dell

4 bull CAT 6A Cable Supply and installationlaying of category 6A

or better 4 pair shielded cable UFTP or FUTP in PVC

Conduit sheath type low smoke zero halogen (LSZH) with

transmission properties amp electrical properties tested

minimum up to 500MHz amp verified by ETL amp comply with

ANSITIAEIA‐568‐C2 amp ISOIEC 11801 Recommended make

Commscope Schneider Molex Siemon

5 bull Patch Panel Supply installation testing and commissioning

of CAT6A PatchJack Panel of 24 Port fully loaded in Network

rack with port identification number with self‐adhesive clear

label holder Each portjack on the panel should be

individually removable on field from the panel and have

integrated rear cable management metallic shelf and have a

separate provision of grounding Recommended make

Commscope Schneider Molex Siemon

6 bull Patch Cords (1 meter) Supply installation testing and

commissioning of Patch Cords Cat 6A shielded 1 meter in

Network rack with 4 pair shielded copper wire factory pre

terminated with shielded RJ45 plugs Aluminumpolyester

Tender No SCLPS52019E0156401 50

shield screen material with low smoke Zero halogen sheath

comply to TIA‐568‐C2 Cat 6A in IOs of Network

RackRecommended make Commscope Schneider Molex

Siemon

7 bull Patch Cords (3 meter) Supply installation testing and

commissioning of Patch Cords Cat 6A shielded 3 meter in

Network rack with 4 pair shielded copper wire factory pre

terminated with shielded RJ45 plugs Aluminumpolyester

shield screen material with low smoke Zero halogen sheath

comply to TIA‐568‐C2 Cat 6A at field side Recommended

make Commscope Schneider Molex Siemon

8 bull Information outlet Supply and installation of Shielded Cat

6A information outlet UFTP or FUTP compliance to category

6A or better TIA568C2‐500MHz at field sideRecommended

make Commscope Schneider Molex Siemon

9 bull Face Plate (Dual) Supply and installation of single gang

square face plate (Dual) and SMB Box with a provision to

support variety of jacks‐ UTP STP etc at the field

sideRecommended make Commscope Schneider Molex

SiemonbullFace plate (single) Supply and installation of square

face plate ( single) with a provision to support variety of jacks‐

UTP STP etc at the field sideRecommended make

Commscope Schneider Molex Siemon

10 bull SMB Box Supply and installation of SMB Box for face plate

(DualSingle) as required Recommended make Commscope

Schneider Molex Siemon

11 bull Other Accessories amp61607Supply and Installation of

25mm electrical grade ISI mark PVC Conduit in

wallfloorslabsurface including wallfloor cutting and

making good the same as required Recommended make

Reputed ISI Markamp61607Supply and installation of OFC SM

Tender No SCLPS52019E0156401 51

OS2 Cable in existing 32mm HDPE pipe as

requiredamp61607Supply and Laying of 32mm HDPE pipe

direct in ground including excavation sand cushioning

protective covering and refilling the trench including standard

cable route marker etc as requiredamp61607Supply and

installation of SC simplex single‐mode LSZH pigtail 1m as

requiredamp61607Supply and installation of adaptor plate

with 3 SC duplex SM adaptors as requiredamp61607Splicing of

OFC as per Core as requiredamp61607Supply and installation

of accessories for making the Chamber Pit‐ 1Mtr Depth with

Lid for housing OFC as requiredamp61607Trenching of

HardSoft Soil as required

12 B Paging The scope includes supply installation testing and

commissioning of Supply and installation of IP 65 or better

explosion proofWP loud speaker anticorrosive powder

coated red (RAL‐3000) suitable for Zone I amp II Class II C

Hardware SS304 as per IS2148 and equivalent to model FLSR

25 of Baliga with necessary support gland as required and

installing the same on wallsurface with GI supports as

required and connecting the same with wire The Scope also

includes supply and installation of 2Cx15mm2 FRLS armored

and PVC sheath twisted pair wire their termination tagging

glanding earthing etc as required for speakers and other

accessories requires for smooth commissioning of the paging

system

Vendor Specificied Terms

Description Vendor Terms

Tender No SCLPS52019E0156401 52

1Delivery Term

Prices shall be quoted on F O R destination basis ie S C L S A S Nagar Mohali

Punjab exclusive of GST and taxes as may be applicable

2 GST

Purchaser is entitled to concessional GST of 5 as per Ministry of Finance

Department of Revenue Notification No 472017 Integrated Tax (Rate) both

dated 14th November 2017 respectively and would accordingly issue Exemption

Certificate in favour of the contractor quoting in Indian Rupees The bidder

should take note of the same while quoting the prices in Indian Rupees GST on

installation services shall be applicable 18

3 DELIVERY SCHEDULEPERIOD OF COMPLETION

The time allowed for supply installation testing and commissioning of the entire

works shall be 06 (Six) months to be reckoned form the 7th day of issue of

purchase order

4 IMPORTANT

This being a two part Tender Technical and Commercial parts separate the

bidder should not attach any document(s) containing pricing information with

technical part The Contractor will provide Un priced commercial offer in

envelope 1 (Technical Part) as an attachment

The tenders containing price information in Technical Part will be treated as

unsolicited offers and rejected Contractor to confirm that Price bid is not

attached in Envelope 1 ie Technical Part

Priced Commercial offer if any should be attached in Envelope 2 (Price Bid)

under Supporting Documents from Vendor (Commercial) as an attachment

5 The prices shall remain firm until completion of entire project including

extended period if any No cost escalation shall be applicable for the work

Tender No SCLPS52019E0156401 53

6 SECURITY DEPOSIT

a) On acceptance of the tender the Contractor shall submit security deposit for

ten percent (10 percent) of the value of the Contract within 15 days from the

date of purchase order If the Contractor fails toprovide the security within the

period specified such failure shall constitute a breach of the Contract and the

Purchaser shall be entitled to make other arrangements for the re purchase of

the stores contracted at the cost and risk of the Contractor

b) Security Deposit shall be submitted through Demand Draft Bankers Cheque

fixed deposit receipt or Bank Guarantee from any of the Scheduled Banks

executed on nonjudicial stamp paper of appropriate value and shall be valid for

a period of sixty (60) days beyond the date for completion of the Purchase

OrderContract

c) In case the contractor fails to furnish the security deposit within the specified

date or extended due date the Purchase OrderContract shall be cancelled and

in addition appropriate penal action may also be considered

d) After the Purchase OrderContract is successfully executed in all respects the

Bank Guarantee towards Security Deposit may be discharged and retained

amount shall be refunded to vendors

e) In the event of non execution of the Purchase orderContract or breach of any

terms and conditions of the Purchase Order the Security Deposit shall be

forfeited

7 Warranty

The Contractor shall provide for the tendered job comprehensive warranty for

parts as well as labour for a period of 12 months from the date of successful

installation commissioning and testing of the system at Purchasers site at no

extra charges against any manufacturing defectfaulty workmanship In case any

defect arises during warranty period the Contractor should replacerectify the

same at its own cost at siteworks

The LED light fittings and its driver unit etc shall have warranty for a period of 5

Tender No SCLPS52019E0156401 54

years from the date of installation and commissioning

8 Warranty Replacements

All replacement parts if any shall be supplied by the Contractor free of cost on F

O R Purchaser site at S A S Nagar Punjab basis

9 TERMS OF PAYMENT

The payment shall be remitted as under

90 of the value of the materials supplied shall be paid within 30 days of the

receipt of the materials at purchaser site and the balance 10 amount along

with 100 installation charges shall be payable on successful installation

commissioning and acceptance of the entire project at Purchasers site against a

Performance Bank Guarantee

10 PERFORMANCE BANK GUARANTEE (PBG)

The Contractor shall furnish a Bank Guarantee (as per format given by purchaser)

from any nationalized scheduled bank for an amount equivalent to 10 of the

value of the Contract and shall be valid for a period of 60 days beyond the expiry

date of warranty period On the performance and completion of the Contract in

all respects the Bank Guarantee will be returned to the Contractor without any

interest

11 VALIDITY

The tender must be valid for a minimum period of 120 days from the date of

opening of Technical bid and 90 days after opening of Price bid

The tender where the validity period is shorter than the period specified in the

tender enquiry shall be excluded from the procurement process

12 Quantity Variation

The quantities indicated against each items in the Bill of Quantities (BOQ) are

indicative and are for the purpose of bidding only Variation in quantities up to

Tender No SCLPS52019E0156401 55

+25 percent shall be carried out by the contractor on the agreedPurchase order

(PO) rates and terms amp conditions as in the purchase order (PO)

13 GUARANTEED TIME DELIVERY

The time for and the date of delivery stipulated in the Purchase Order shall be

deemed to be the essence of the Contract Delivery must be completed within

the date specified therein

14 Extra Items

In case of extra items (that are completely new and are in addition to the items

contained in the contract) the contractor may claim rates supported by proper

analysis and purchaser engineer in charge of the work shall after giving

consideration to the analysis of the rates submitted by the contractor determine

the rates on the basis of market rates and the contractor shall be paid in

accordance with the rates so determined The contractor(s) profit amp OH shall be

factored in the rate analysis 15

15 CONSIGNEE

Sr Purchase and Stores Officer (Stores)

Semi Conductor Laboratory

Sector 72 SAS Nagar (Mohali) Punjab

India 160 071

16 INSTALLATION AND COMMISSIONING

Installation commissioning and demonstration of performance of the tendered

stores as per Purchaser tendered specifications shall be carried out by the

Contractor at Purchaser site at S A S Nagar Punjab India

The Contractor shall provide in advance guidelines for preparation of the

installation site and list of items to be supplied by Purchaser during installation

Tender No SCLPS52019E0156401 56

On receipt of intimation from the Purchaser the Contractor shall depute its

engineer(s) to Purchaser site within two weeks to carry out installation and

commissioning and will demonstrate the functionality of the tendered

equipment to Purchaser specifications as per mutually agreed acceptance

procedure The Contractor shall be responsible for any lossdamages sustained

due to delay on the part of the Contractor to send its engineer for installation

and commissioning

Failure to commission the tendered equipment successfully shall entitle

Purchaser to full refund of the payment made and the interest thereon Decision

regarding successful installation and commissioning shall rest solely with the

Purchaser

17 REJECTION

In the event that any of the stores supplied by the Contractor is found defective

in material or workmanship or otherwise not in conformity with the

requirements of the Contract specifications the purchaser shall either reject the

stores or request the Contractor in writing to rectify the same The Contractor

on receipt of such notification shall either rectify or replace the defective stores

free of cost to the purchaser If the Contractor fails to do so the purchaser may

at his option either

a) replace or rectify such defective stores and recover the extra cost so involved

from the Contractor or

b) terminate the Contract for default as provided in this tender document

18 EXTENSION OF TIME

If the completion of supply of stores is delayed due to reason of force majeure

such as acts of god acts of public enemy acts of Government fires floods

epidemics quarantine restriction strikes freight embargoes etc the

Contractor shall give notice within 15 days to the purchaser in writing of his

claim for an extension of time The purchaser on receipt of such notice after

verification if necessary may agree to extend the Contract delivery date as may

Tender No SCLPS52019E0156401 57

be reasonable but without prejudice to other terms and conditions of the

Contract

19 DELAY IN COMPLETIONLIQUIDATED DAMAGES

If the Contractor fails to deliver the stores within the time specified in the

Contract or any extension thereof the purchaser shall recover from the

Contractor as liquidated damages a sum of one half of one percent (05 percent)

of the Contract price of the undelivered stores for each calendar week of delay

The total liquidated damages shall not exceed ten percent (10 percent) of the

Contract price of the unit or units so delayed Stores will be deemed to have

been delivered only when all their component parts are also delivered If certain

components are not delivered in time the stores will be considered as delayed

until such time as the missing parts are delivered Delivery of stores shall be

complete on Installation commissioning Testing and Acceptance

20 INSPECTION AND ACCEPTANCE TEST

The Purchasers representatives shall also be entitled at all reasonable times

during manufacture to inspect examine and test on the Contractors premises

the material and workmanship of all stores to be supplied under this Contract

and if part of the said stores is being manufactured on other premises the

Contractor shall obtain for the purchasers representative permission to inspect

examine and test as if the equipment were being manufactured on the

Contractors premises

Such inspection examination and testing shall not release the Contractor from

the obligations under this Contract

For tests on the premises of the Contractor or of any of his sub Contractors the

Contractor shall provide free of cost assistance labour material electricity fuel

and instruments as may be required or as may be reasonably needed by the

purchasers representative to carry out the tests efficiently

When the stores have passed the specified test the purchaser representative

shall furnish a certificate to the effect in writing to the Contractor The

Tender No SCLPS52019E0156401 58

Contractor shall provide copies of the tests certificates to the purchaser as may

be required

21 Labour Law Contractor shall abide by all labour laws rules and regulations

which are prevailing and as enforced from time to time and SCL shall not be

responsible for any accident or mishap during the course of the contract to any

of engineer labour employee by the Contractor The contractor shall also ensure

that the statutory obligations with regards to the employment of labour under

law are complied properly and timely

22 ARBITRATION

In the event of any disputes differences or claims arising out of or relating to

the interpretation and application of the Contract such disputes or differences

or claims shall be settled amicably by mutual consultations of the good Offices

of the respective Parties and recognizing their mutual interests attempt to reach

a solution satisfactory to both the parties If such a resolution is not possible

within 30 days from the date of receipt of written notice of the existence of such

disputes then the unresolved disputes or differences or claims shall be

referred to the Sole Arbitrator appointed by the Parties by mutual consent in

accordance with the rules and procedures of Arbitration and Conciliation Act

1996 as amended from time to time The arbitration shall be conducted in New

Delhi in the Arbitration and Conciliation Centre New Delhi (Domestic and

International) as per its rules and regulations The expenses for the Arbitration

shall be shared equally or as may be determined by the Arbitrator The

considered and written decision of the Arbitrator shall be final and binding

between the Parties The applicable language for Arbitration shall be English

only Work under the Contract shall be continued by the CONTRACTOR during

the pendency of arbitration proceedings without prejudice to a final adjustment

in accordance with the decision of the Arbitrator unless otherwise directed in

writing by the DEPARTMENT or unless the matter is such that the works cannot

be possibly continued until the decision (whether final or interim) of the

Arbitrator is obtained

23 APPLICABLE LAWS The contract shall be interpreted construed and

Tender No SCLPS52019E0156401 59

governed by laws of IndiaThe contract shall be subject to exclusive Jurisdiction

of the Court of SAS Nagar (Mohali) Punjab India irrespective of anything

mentioned in any correspondences or otherwise

24 Any Other Term

Tender No SCLPS52019E0156401 60

Supporting Documents from Vendor

Attachment ‐ I

Attachment ‐ II

Price Bid Form

Item Description Slab Range Qty UOM Currency Unit Price Total Price

Supply of MCC Panels cables

cable trays lightings etc for

electrical distribution system

including fire detection

system LAN Paging etc for

the Chemical Store building as

per detailed specifications

technical write‐updrawings

attached

‐ 1 Lot ‐ ‐ ‐

Installation Testing and

Commissioning of MCC

Panels cables cable trays

lightings etc for electrical

distribution system including

fire detection system LAN

Paging etc for the Chemical

Store building as per detailed

specifications technical write‐

updrawings attached

‐ 1 Lot ‐ ‐ ‐

Tender No SCLPS52019E0156401 61

Break‐up of other taxes and other costs should be specified in respective narration columns

Sum of these Break‐up values should be specified in respective value columns

Supporting Documents from Vendor (Commercial)

Document attachment with price bid

Attachment ‐ I

Attachment ‐ II

  • pdf_document_tndr_notc_electrical_distribution_system_051119
  • pdf_document_tndr_doc_electrical_distribution_system_051119
Page 31: -72, -160071 चंडीगढ़ के समीप पंजाब भारत...स म -क डक टर ल ब र टर /Semi-Conductor Laboratory अ त रक ष वभ

Tender No SCLPS52019E0156401 30

current output driver suitable for operation on 230V single

phase 50Hz AC supply efficient heat sink effective thermal

management and with colour temperature shall be gt 6000K

The LED with suitable control gear and power factor gt09 LM

79 certification for luminaireLM80 certificate for LED shall be

submitted and with other standard accessories prewired

including necessary interconnections complete in all respects

and as directed by EIC (Similar to Philips Astra or equivalent)

Recommended make of fixture Philips GE Trilux

LTRecommended make of LED NICHIA CREE PHILIPS

LUMILED OSRAM

4 c Street Light Fixture Supply and installation of 72W75W

LED Street Light fixture with High‐brightness White LEDs

sources with high transmittance flat toughed glass cover and

peanut LENS on each LEDs System luminous efficacy 100

LmsWatt 5600K colour temperature amp 70 CRI value for

ensuring good quality light output Life of at‐least 50000

hours at 70 lumen maintenance ampLED driver efficiency gt

85 Power factor greater than 095 THDlt10 amp min 3KV

surge protection with operating voltage range from 120‐270V

for ensuring lifelong high performance of luminaire the

fixture shall be made of LM‐6 Pressure die‐cast aluminium

with engraved company name amp have IK05 amp IP66 Class

protection with NABL Accredited LM‐79 amp LM‐80 Report

Mounting pole mounted upto a height of 8 meter and pole

bracket diameter of 48‐60 mm (adjustable) Recommended

make of fixture Trilux Philips GE LTRecommended make of

LED NICHIA CREE PHILIPS LUMILED OSRAM

5 Street Light Pole Providing and installation of hot dipped

galvanized swaged tubular 9‐meter‐long with planting depth

15 metersiexclbrvbar street light poles The effective length of each

section shall be‐ bottom 5 meters middle 2 meters and top 2

meters The outside dia and thickness of pole shall be

Tender No SCLPS52019E0156401 31

minimum 11430x440mm 889x4085mm 761x325mm

respectively as required The pole shall be provided with

necessary bracket (inclination 105115 degree length 15

meter dia 45 mm ) for mounting upto 72 W LED street light

fixture Each pole shall have a weather proof

loopingterminal box clamped at 550 mm above ground level

along with a suitable earth terminal The looping box shall be

provided with a suitable Power terminal arrangement to loop

4C x10sqmm size cable and MCB5A fuse cut‐out A base

plate 300 x300x10mm shall be welded to the bottom of the

pole Both underground cable and GI earth wire shall be

terminated at the terminal looping box in the looping zone

Further wiring to the light fixture shall be done with three

core flexible copper wire (2core for power supply and third

core for earthing)GI tubular pole shall be installed in cement

concrete 136 (1 cement 3 coarse sand 6 graded stone

aggregate 40 mm nominal size) foundation including

excavation and refilling etc Party to cast 2 run of 32 mm MS

conduit for cables upto a height of 550mm from ground level

for loop in loop out of cable The civil work for street light pole

foundation forms a part of installation of the work and will be

done by the party as required for commissioning of lighting

poleFor earthing of street light poles coilspiral earthing

using 8 SWG GI wire shall be used The GI wire shall be buried

to a minimum depth of 15 m with excavation refilling of

earth and connecting GI wire to pole using GI bolt and nut

complete as per requirementMake of Pole Reputed make

with ISI mark Note Party shall submit Drawing of the street

light pole for SCL approval before start of manufacturing

6 Cables wire conduit earthing Switchboards

SwitchesSockets etca Cables The scope includes the Supply

and installation of XLPE insulated overall FRLS PVC outer

sheathed AlCu armored cable on wallsurfacesoilexisting

Tender No SCLPS52019E0156401 32

cable tray as required for MCC Panel and MCB DBs as per the

detailed specification and quantity in this document All

necessary hardware for installation of cable like cable tie

clamps tags etc is in the scope of Contractor Contractor to

ensure that cable laid on the cable tray is properly clamped

with GI clamps and cable is properly secured on cable tray b

Wire The scope includes the Supply and installation of FRLS

Copper wire of different size quantity amp Specification for

power distribution and lighting and power etc as per the

requirement c Conduit The scope includes the Supply and

installation of ISI makes MS Conduits of different size as per

Specification for power and lighting distribution switch

sockets etc as per the requirement Flexible conduit shall be

of GId Cable tray The scope includes the supply and

installation of GIMS cable trays as per specificationse

Earthing The scope includes the supply and providing

earthing for Panels DBs cable trays light fixtures and poles

flameproof accessories fire panel speakers exhaust fans etc

matching the specifications given in this tender documentf

Lightning protection The scope includes the supply and

providing earthing for lightning protection of the building as

per the IS 2309 specification and quantities as per the BOQ

The scope includes horizontal and vertical runs earth pits test

point earthing of building periphery for contour etcg Rack

earthing The scope includes the supply and providing

earthing for racks as per specificationsh Switchboards and

SwitchSockets The scope includes the Supply and installation

of different size of flameproofnon‐flameproof Switchboards

and switchsocket for Lighting Power Distribution as per

specificationi MSGI Conduits flexible GI conduit earthing

materials doublesingle compression brass cable glands

cable lugs (Al amp Cu as required) cable ties cablewire

identification tags required for the installation and

maintenance of trouble free operation of the downstream

Tender No SCLPS52019E0156401 33

system and accessories are covered under this specificationj

MS junction box conduit along with all related accessories as

per specification

TECHNICAL SPECIFICATION‐2

Item Specifications ‐II

Sl No Specifications Compliance

(Yes No)

Offered Specifications Remarks

1 Electrical Panel SpecificationGeneralaPanel shall be

fabricated as per IEC 61439 part 1 amp 2 bPanel shall be indoor

metal clad air insulated floor mounted extendable to side

single front construction front wired front

connectedcMinimum thickness of sheet metal used shall be

2 mm and panel shall confirm to IP54 protectiondThe

working height of the Panel shall be limited as per standard

engineering practicese The design should be fully

compartmentalized with metal partitions between

compartments All doors shall be gasketed Each vertical

section shall have removable back coverfAll switches push

buttons lamps indicating instruments shall be flush

mountedgA full height vertical cable chamber with cable

supports shall be provided in each section to facilitate unit

wiring Cable chamber shall be sized to accommodate all cable

and shall have removable covers A horizontal wire way

extending the entire length shall be provided at the top of

panel for inter panel wiringhPanel shall be with minimum

75mm high base MS channel frameiThe panel shall undergo

seven tank or better process as per relevant IS

standardsjLifting hook shall be provided at each section for

easy transportationkDifferent compartment of the panel

shall be provided with dust proof type air filter louvers

explosion vents or similar safety arrangements in the panels

Tender No SCLPS52019E0156401 34

to let out gases under pressure generated during event of any

fault inside the panellPanel shall have pocket for the Panel

drawing in the incomer section

2 Busbar and Bus TapsaThe main bus and connections shall be

of high connectivity AluminiumAluminium alloy sized for

specified current ratings with maximum temperature limited

to 85amp778 C ie 35amp778 C rise and ambient 50amp778

bSeparate vertical bus bars shall be provided for each vertical

panelcAdequate contact pressure shall be ensured at bus

connections by means of two bolt connections with plain and

spring washers and lock nutsdBus bar and connections shall

be fully insulated for working voltages with adequate

phaseground clearances Insulating sleeves heat shrink type

for bus bar and shrouds removable type joints shall be

provided Bus insulators shall be flame retardanteBus bar

shall be color coded for easy identificationfBusbar should be

connected in such a way that it can be dismantledassembled

while separating different section of the panelgShrouds of

transparent sheet on the exposed bus in cable alleys for

adequate safety measurehBus bar Conductor shall be

confirming to IS‐5082iMinimum clearance (PH‐PH PH‐N and

PH‐E) between Bus bars shall be maintained as per latest

ISjBus Bar supporting Material shall be of

SMCDMCkMaterial of Aluminium Bus bar shall be of E91

gradelBus bar shall be protected from the transparent

insulated material for stand safety point

3 3Control ModuleaFixed type control module shall house the

control components for a circuitbThe equipment layout shall

provide sufficient working space in between the components

and subject to SCL approval cEach control module shall be

equipped with ACDC potential free Relays (230V AC24V DC)

Contactors etc for seamless interface of the operation of

Drives from FCMS (PLC)dVendor to provide the potential free

Tender No SCLPS52019E0156401 35

contact to facilitate local operation from MCC and remote

operation from FCMSPLC Vendor shall provide with each

drive module automanual selector switch and each drive

module shall be wired up to the terminal block for localauto

selection ON OFF trip feedback to SCLrsquos control station and

ONOFF command room FCMSPLC as welleMCC panel and

LPBS shall have selector switches for MCCLocal and

LocalRemote selection respectively Control (OnOff) of the

Drivesheaters will be as per following selection If selector

switch (SS) at MCC is selected to MCC ONOFF operation can

be done from MCC only irrespective of position of SS at LPBSIf

selector switches both at MCC amp LPBS are selected to LOCAL

ONOFF operation can be done from LPBS onlyIf SS at MCC is

selected to LOCAL and SS at LPBS is selected to REMOTE

ONOFF operation can be done from FCMS only

4 VFDVFD shall be of Allen Bradley PF400 series having

redundant Control Net communication option as well to

communicate with the existing Facilities Control amp Monitoring

System (FCMs) Control Net Bridge Coaxial Straight T‐Tap

1786‐TPS must also be supplied along with VFDs Line

reactorchoke of suitable rating shall be connected before the

VFD

5 Thyristor based Heater ControlaDYDAC Make Thyristor

power controller Type 3003 or equivalent rating 85kW

Control input 4‐20mA Thyristor input supply 415VAC (3‐Ouml)

Thyristor output supply 415VAC (3‐Ouml) which shall be provided

by the vendor in a separate compartment of the MCC 4‐20mA

Control signal from the heater PID will modulate the thyristor

controller output to maintain the fresh air temperature at set

value Heater ON and OFF set points shall be adjustable in the

SCADA in FCMSbThyristor controller run command run

feedback 4‐20mA modulating signal shall be wired up to the

terminal block in the cable alley in the MCC Thyristor

Tender No SCLPS52019E0156401 36

Panelcompartment shall be complete with inter module

control and power wiring 220V AC supply shall be drawn from

one of the phase and neutral of the incoming 415VAC and

connect to the Thyristor supply terminals through MCB

Circuit breaker lsquoswitch ONrsquo and Thyristor control unit lsquoRUN

commandrsquo will get activated from FCMS if air temperature is

below ON set point Circuit breaker lsquoswitch OFFrsquo and Thyristor

control unit lsquoRUN command withdraws will get activated

from FCMS when temperature becomes above OFF set point

6 Fire Suppression system amp Fire Protection systemPanel shall

be equipped with required materials such as fire suppression

cylinders filled with fire suppression agents Fire detection

tubes Heat sensor tubes end of line adaptor with gauge

electrical Relays differential pressure valves etc to provide

the fire suppression and fire protection system in cable alley

and bus bar chambers of the electrical panel

7 MCCBaThe MCCBs should be extra current limiting type with

trip time of less than 10 m sec under short circuit conditions

The current limiting action should be achieved with repulsion

principle The MCCBs should preferably have an anti‐reclosing

featurebThe MCCBs should be 3 or 4 poles as per SLDcThe

MCCBs should have a Service short circuit breaking capacity

(Ics) of not less than 35 kA rms at 415 Volts 50Hz AC for

incomer The service breaking capacity should be equal to

ultimate breaking capacities (Icu) (ie Ics= Icu=100)dThe

release should be thermal magnetic having adjustable

overload and short circuiteSwitches shall be triple pole air

break AC23 motor duty for motor starter feedersfCubicle

doors of incoming and outgoing shall be mechanically

interlocked with switchgear to prevent unintentional openings

of the door while the unit is in energized condition However

defeat interlock provision is also to be providedgAll incoming

and outgoing feeders shall be provided with bolted disconnect

Tender No SCLPS52019E0156401 37

link for isolation of neutral if necessary Selector switches

shall be of rotary typehThe MCCB shall be provided with

rotary drive kit spreader terminals and ONOFFTrip (MCCB)

position of switch handle to be clearly markediDuct Heater

MCCB shall be motorized to control (ONoff) from FCMSjFor

incomers it should be EDO microprocessor based

communicable MCCB (35 kA or above) with numerical

releases for OL SC amp EFR (With mechanical and Electrical

interlocking for operation of only one ACB at any point of

time)

8 MPCBaThe MPCBs should be of 3 pole air break type AC3

Duty continuous rating as specifiedbMPCBs should have at

least 1NO+1NC contactcThese should have trip indication

test trip functiondThe release should be thermal magnetic

having adjustable overload trip settingeThe service breaking

capacity should be equal to ultimate breaking capacities (Icu)

(ie Ics= Icu=100)fThe MPCBs should be suitable for din rail

type mounting

9 Capacitor Bank Supply and installation of Capacitor Bank ‐

Box Type Dry construction Conforming to IS 13340‐41IEC

60831 440V 50Hz Rated Current (In) as per Load Heavy

Duty Dielectric MPP Low loss type with overall loss lt

05WkVAR Delta Connection with Discharge Device

10 ContactoraThe contactor shall be 3 pole air break type AC3

Duty continuous rating for motor starter feeders with non‐

bouncing silver silver alloy contactsbContactor shall be of

electromagnetic type rated for uninterrupted duty as per

relevant standards and also suitable for capacitor duty

cContactor shall be provided with adequate auxiliary contacts

rated for 10Amps 240VAC for interfacing with control

schemedContactor coil rating shall be minimum pick up of

85 of rated voltage and minimum drop out of 75 rated

Tender No SCLPS52019E0156401 38

voltage

11 Control and IndicationsaPush buttons will be heavy duty oil

tight and push to actuate type with integral plate marked

with its functionbEach push button shall be provided with

2NO+2NC contacts rated for 10Amps 240VACcLamps shall

be LED type rated for 240V AC Lens and lamps shall be

replaceable from the front dThe control supply shall be

through a 415V230V transformer and the vendor shall

provide 1 no 415V230V transformer for the same Vendor

shall also provide Power module for 24V DC Supply for the

operation of heaters control module

12 MetersaAll indicating instruments shall be digital

Switchboard type with accuracy class +‐ 2 full scalebMFM

of suitable rating shall be used in the incomer

feedercSelector switches shall be furnished at outgoing

feeders as per SLD for ammeterdAmmeter shall be of analog

type flush mounted industrial pattern of size 96x96 mm with

accuracy class 10 eMultifunction meter shall be of digital

type flush mounted industrial pattern of size 96x96 mm with

accuracy class 10 as per IEC 6205253 suitable for

measurement of Current Voltage Power Frequency Power

factor Energy and ready port to communicate with FCMS

through RS 485 The Meter should have Modbus

communication port as well

13 CT (Current transformer)CT will be cast resin type rated 15VA

or more burden with Maximum accuracy limit of class 1

14 Secondary wiringaPanel shall be fully wired at the factory to

ensure proper functioning of control and protectionbFuse

and links shall be provided to permit individual circuit

protection from bus wires without disturbing other circuits All

spare contacts of relays push buttons and other devices shall

Tender No SCLPS52019E0156401 39

be wired up to terminal blockscWiring shall be done with

flexible 25sqmm copper 1100V grade PVC insulated

switchboard wires Each wire shall be identified at both ends

with permanent markers bearing wire numbers as per wiring

diagramdWire termination shall be done with crimping type

connector with insulating sleeve

15 Powercontrol Terminal BlocksaTerminal block shall be 660V

grade box clamp type with marking strips similar to ELMEX 10

mm2 or equal for ControlbTerminal for CT secondary leads

shall have provision for shortingcNot more than two wires

shall be connected to any terminaldSpare terminals equal in

number to 20 active terminals shall be providedeTerminal

blocks shall be suitably located in cable alleysfFor Power

cable Bus Bar type cable connector (Melamine material) shall

be providedgFor Control cable heavy duty screw type cable

connector (Melamine material) shall be provided

16 Cable terminationaPanel shall be designed for cable entry

from topbEach cable shall be clearly marked at both ends

with an indestructible marker preferably a cable tag made of

Aluminium tacked with indicating cable number amp both end

feeder tags with switchboard tags Cable tags at ends of cable

shall be provided inside the gland plate as well as outside the

gland platecAll provisions and accessories shall be furnished

for termination of cables including removable gland plates

cable supports and terminal blocksdGland plate shall be

minimum 3 mm thick

17 Ground BusA GI ground bus rated to carry the maximum fault

current shall extend full length of Panel The ground bus shall

be provided with 2 bolts with GI bolt and nuts at each end to

receive 50x6mm GI flat

18 NameplateaThe nameplate of approved design shall be

Tender No SCLPS52019E0156401 40

provided for each compartment and also at the top of each

panel Nameplate shall be minimum 20x70mm and 3mm

thickbDrawing Pouch shall be provided at the incomer cable

allay

19 PaintingPanel shall be painted with light grey epoxy painted

(Siemens Gray RAL 7032) and caution notice plate shall be

fixed at the back of each vertical panel

20 Make of Switchgears aMCCBSiemensSchneiderbPush

button SiemensSchneider TekniccSelector

SwitchSiemensSchneider Teknic

dFuseSchneiderSiemenseTimerSiemensSchneiderfContro

l TransformerAEIMPIndcoilgTerminal

BlockElmexConnectwellFTChMeters Conzerv LampT

AEiCTs amp PTsKappaAutomatic

Electric(AE)NippenjContactorsSchneiderSiemenskIndicatio

ns SiemensSchneider

TekniclRelaysSchneiderSiemensPLAmMCBSchneiderSiem

ensnCooling Fan

RexnordSunonoVFDsAllen bradlypThyristor moduleDYDAC

qRCBOSiemensSchneiderrMCB

DBSiemensABBLegrandsLine reactorchokeAllen

BradleytCapacitor BankNeptune Schneider Siemens

21 Local Push Button Station (LPBS)The Scope includes supply

and installation of LPBS for Chiller Pumps AHUs Heaters as

per the BOQ and detailed specification given below aLPBS

shall be indoor metal clad air insulated wallAngle frame

mounted as required single front construction front wired

front connected hinged lockable door LPBS for Chiller Pumps

system shall be suitable for outdoor installationbMinimum

thickness of sheet metal used shall be 2 mm and panel shall

conform to IP54 protection for indoor installation and IP65 for

outdoor type LPBScAll switches push buttons with indicating

Tender No SCLPS52019E0156401 41

LED lamps indicating instruments shall be flush

mounteddThe LPBS shall be used for remote operation of

drives Equipment and HeaterseTo facilitate the localremote

operation LPBS shall have LocalRemote selector switch and

provided with Start push button lockable Stop push button

ammeter of suitable range Terminal Block and lockable

Emergency off Switch etc fLPBS shall be equipped with AC

(230V)DC (24V) Relays Contactors etc for seamless interface

of the operation of Drives from FCMS (PLC)gLPBS should be

suitable for wall mounting and provided with necessary

mounting arrangementhWiring shall be done with flexible

25sqmm copper 650V grade PVC insulated switchboard

wires Each wire shall be identified at both ends with

permanent markers bearing wire numbers as per wiring

diagramiWire termination shall be done with crimping type

connector with insulating sleevejGland plate shall be

minimum 3 mm thickkThe nameplate of approved design

shall be provided for each compartment and also at the top of

each panel Nameplate shall be minimum 20x70mm and 3mm

thicklLPBS shall be painted with light grey epoxy painted

(Siemens Gray RAL 7032)

22 Make of Electrical panel As per DOS Approved Panel

manufacturer list (attached)

TECHNICAL SPECIFICATION‐3

Item Specifications ‐III

Sl No Specifications Compliance

(Yes No)

Offered Specifications Remarks

Tender No SCLPS52019E0156401 42

1 Fire Detection System Scope for fire detection system

includes supply installation testing commissioning of Fire

panel Addressable Fire detection devices Manual Call Points

Addressable loop sounders Switch Monitoring unit (SMU) UV

IR sensor for detection of methanol flame Cable MS junction

boxes for loop in loop out of cable as per specifications and

integrating the same with existing repeater panel as per the

requirement The detailed specifications for the different

component of fire deduction system are as follows

2 A Multi‐sensor Detectors The smoke detectors shall be multi‐

sensor (heat and smoke) detector with isolator suitable for

detecting a wide range of smoke from slow smoldering and

fast flaming fire The detector shall have following features

bullSolid state addressing arrangement in combination with a

hand held programmer to configure the sensor

addressbullElectronics free mounting basebullTwin alarm LEDs for

360 Degree viewing and shall have blinking LED facilitybullThe

sensor shall have s removable chamber for ease of cleaning or

replacementbullAutomatic compensation for smoke sensor

contaminationbullShall have a built in test facility which allows

the fire alarm control panel to adjust the alarm threshold

levels to compensate for contamination and shall have a

maintenance alarm display when threshold can no longer be

adjustedbullOperating temperature ‐ 10 DegC to 50 DegC and

operating RH at 40 DegC‐95 RH

3 B Manual call stations Manual Call Stations should have in

built monitor module and pressbreak and resettable

capability constructed of high impact LEXAN sheet with clearly

visible operating instructions on the cover and the word FIRE

shall appear on front and suitable for surface mountingflush

mounting complete as required

Tender No SCLPS52019E0156401 43

4 C UV IR SensorThe UV‐IR flame detector shall operate on 24

VDC 0‐24mA current output suitable for detection of

Methanol flame with automatic built in test for reliable

operations and suitable for installation in Hazardous area zone

1and 2 with Class I Division 12 Gas group A B C The detector

shall not be susceptible to environmental conditions to

generate false alarms The entire system shall be rated for IP

66 or better and supplied with suitable mounting bracket The

system shall comply to the detailed specifications as listed

belowbullDetection Technology UV ‐ IR Electro‐optical

detectionbullDetection range 75 meterbullField of View greater

than equal to 90deg Both Horizontal and verticalbullResponse

Time less than equal to 5 secondsbullBuilt in Test Automatic

bullOperating Temperature Range 0 to + 75degCbullOperating

Humidity Range Continuous 95 non‐condensingbullAnalog

Output signal 4‐20mAbullAlarms amp Fault Normal 4 mA Fault

02 mA Alarm 20 mA + 10 verifiedbullOperating voltage 24

VDC ( 18‐32VDC)bullPower consumption Vendor to specify for

Standby and Alarm conditionbullSensor Calibration

Verification Sensor calibration as per OEM for certified

performancebullSensor Life 2 Years (minimum)bullSensor

Calibration vendor to carry out sensor calibration at site and

submit calibration certificate valid for one yearbullRFI EMI

SusceptibilitybullRequired EN 616326‐3 and EN 6100006‐3 or

equivalent IP protectionbullIP protection IP 66 or betterbullFault

Diagnostic Sensor Fault (end of life) other informationbullSelf‐

Check Test Automatic during start‐upbullHousing SS 316

Epoxy Painted Aluminium die castbullStart‐up Time Vendor to

specifybullApprovalcertification PESO and ATEX ‐ Ex d IIC C

Class 1 Div 12 Group A B C DNote Vendor shall arrange

the 230V AC to 24V DC Power supply module along with half

an hour Battery Back up in MS powder coated Enclosure

Input Power supply (230V AC) for Power Supply module shall

Tender No SCLPS52019E0156401 44

be provided by SCL

5 D SMU Unit for UV IR sensor Supply installation testing and

commissioning of Switch Monitoring Unit (SMU) to configure

the UV IR sensors with fire detection system as requiredE

SoundersAddressable Sounders shall be loop powered with

all fixing materials complete as required The sound level shall

be 100dB (A)

6 F Fire Alarm Control Panel (FACP) bullFACP shall be of 2

loopsbullFACP shall be suitable for 230V 50 Hz AC supply and

detectors shall be powered using FACP based detection

circuits Devices shall receive power and communication from

the same pair of conductorsbullFACP shall provide for resetting

detectors fault isolation and sensor loop operationbullFACP

shall be suitable for mixing different fire devices and beam

smoke detectors within the same loop to optimize field

wiringbullFACP shall have alarm indication of individual sensors

detector trouble alarm indication for dust accumulation The

panel shall check detector once in every 24 hours for

contamination for this purposebullThe FACP shall regularly

supervise all the sensors and devices on the loop and initiate

fire or trouble alarm whenever requiredbullFACP shall have 2

wire circuits to connect minimum of 126 addressable devices

per loopbullFACP shall be with repeater interface and suitable

24V battery with built in software and 2 x 40 character

alphanumeric LCD display and necessary front panel control

keys FACP shall display the date time and description for

Analog sensors to indicate alarms and trouble

situationsbullFACP switches shall allow authorized personnel to

accomplish the following ‐bullInitiate a general alarm

conditionbullSilence the local audiblebullSilence the alarm

signalsbullReset all zonespointsbullFACP shall have walk test

facilitybullShall have facility for programming from the key

board or utilizing PC set up software via laptopdesk top

Tender No SCLPS52019E0156401 45

computerbullShall have memory data for panel configuration

and operation reside in non‐volatile memory (EPROM)bullFACP

shall have facility for speech processor (to record pre‐

recorded message of 20 S) and also have Auto Dialer facility

(can dial up to 8 different lines)bullAll addressable units shall be

connected to the FACP through the loop cards and shall be

addressed though individualized numbers The FACP shall be

able to obtain analog value for all detectors in the circuit

through a pulsed digitized current data The FACP shall be

able to analyze all analog inputs from all addressable units

and though its own software and ambient level screening the

FACP shall be able to identify fire possible fire or fault

conditions The unit supervision shall be dynamic and

continuousbullThe FACP shall itself have all loop cards in it No

isolated mother board or transponder shall be

consideredbullShortopen circuit units shall also be reported at

the FACP in such cases the system through the use of fault

isolators shall be able to isolate that segment between the

two fault isolators The missing DetectorsDevices shall also

be reported to the FACP with identification of the

locationbullThe FACP shall have the facility to set smoke sensor

sensitivity remotely to either high sensitivity manually or on a

pre‐programmed sequence (Ie DayNight) period When an

alarm condition is sensed at the FACP from a smoke or heat

detector a delay timealarm verification period shall be

started If the sensor is still in alarm after the delay time

expired an alarm condition is reported The delay time shall

be adjustable from 0 to 990 secondsbullThe FACP shall have

either an in‐built or external printer coupled to the FACP

which shall log all events with time The printout shall clearly

indicate the event‐FirePre‐AlarmFault etc with the unit

address and timebullThe FACP shall also be able to discriminate

between false alarms and fire conditions as well as priority

selection of alarm in case alarm activities in two or more

Tender No SCLPS52019E0156401 46

remotely located units simultaneously In such cases the

Manual Call stations shall have the highest prioritybullThe FACP

shall also be able to actuate switches automatically in case of

Fire condition of AHUs and power supply or other system such

as piped pressurized gas supplybullThe system shall be fail safe

and adequate safe guards should be under taken that in the

event of a failure of a part of the system it shall not handicap

the complete system The loop cards shall be of Modular

constructionbullThe FACP shall have its own battery backup of a

minimum of 48 hours in normal run and then half an hour in

alarm condition The backup time calculation shall be done as

per TAC standards The Battery shall be 2 x 12V (24V) DC and

of sealed maintenance free type housed inside the FACPbullIt

shall be able to withstand temperature variations from 0

Degree Centigrade to 55 Degree Centigrade Further Relative

Humidity (non‐condensing type) up to 93 shall not hamper

its performance The voltage rating shall be from 17V DC to

31V DC though the voltage may be change depending upon

the working voltages of a proprietary FACPbullThe FACP shall be

totally enclosed dust and vermin proof type made of

minimum 16‐gauge dust inhibited sheet with even baked

finish The FACP shall be of completely solid state designbullThe

logic circuitry shall be based on high noise immunity solid‐

state hardware employing modular construction Logic cards

shall be of epoxy fiber glass constructionbullThe FACP shall have

EN 54ULFM approvalbullThe panel shall have an extra loop

card to serve as standby in case of burnout or malfunctioning

of any operating loop cardsbullThe FACP shall be capable of

being networked (future expansion) with other similar FACPs

located at different locations of SCL premises through a single

RS 485 busbullThe FACP shall have provision for interfacing with

the Public Address System

7 G Repeater panelScope comprises of supply and installation

Tender No SCLPS52019E0156401 47

of Repeater Panel which display fire fault message

simultaneously with the FACP bullIt shall be capable of

interfacing with the FACP on a single RS 485 Bus bullThe panel

shall be capable of operating on 24V DC supplybullThe

independent 24V DC supply source to be installed in MS

cubicle Box duly powder coated paint along with repeater

panelbullThe panel shall have 2 x 40‐character backlit display

which shall display date time and description of alarm

trouble events are that displayed in the panel shall be

powered from the FACPbullIt shall have control keys for sound

silence mute and to reset the FACP from the repeater

stationsbullThe repeater panel shall have the following LEDs

indicationsbullSupply bullFault bullMute bullSilent bullDisabled

bullFire

8 H Fire CableSupply and installation of 2Cx15mm2 Copper

extruded PVC inner sheath armored and overall FRLS PVC

outer sheathed 11 KV grade as per IS 7098 (Part I bearing ISI

certification) on existing cable traywallsoft soilhard soil as

required

9 I Fire Cable terminationSupplying and making end

termination with brass compression gland and copper lugs for

2Cx15mm2 Copper cable in MS Box of Size 4X4 installed

above the false ceilingwallsurface as required

10 J Junction Box for Fire devicesSupply installation testing and

commissioning of MS painted box Size 4X4 with ELMEX type

terminal block for loop in loop out of 2c x15 sq mm copper

armored cable and connection to the fire detector device on

wallsurfacerecess including wall cutting and providing

necessary hardware for mounting fixing including all

material for fixing as required

Tender No SCLPS52019E0156401 48

TECHNICAL SPECIFICATION‐4

Item Specifications ‐IV

Sl No Specifications Compliance

(Yes No)

Offered Specifications Remarks

1 A NetworksLAN The detailed specification for the network

rack switch cable cords IOs face plates etc and the

required accessories shall be as below CAT 6A or better cable

shall be laid in the PVC Conduit The detailed specifications

for the different component of networksLAN are as follows

2 bull Rack Supply installation testing and commissioning of UL

listed modular type 12U network rack with front glass door

and rear perforated door floor mounted Size 550x550 with

1 No of 5 port Octagonal PDU 515Amp with MCB and Fan

Tray with minimum 2 Fans The rack should have provision of

2 nos of cable manager duct type 1U and 2 vertical manager‐

concealed type Rack should be three sides openable with

front glass door and rear perforated door and provision of

cable entry from top and bottom both with proper earthing

kit as requiredRecommended Make Rittal Netrack

Schneider Valrack

3 bull Network Switch Supply amp installation of Network Switch in

Network Rack with the following specification as belowSwitch

shall haveamp61607Port Density Minimum 8 101001000

BaseT Ports amp 4‐1G SFP Ports ready for use with SFP module

Ports shall support PoE on all ports with PoE budget of

180Wamp61607Architecture Stand‐alone rack

mountableamp61607Bandwidth minimum 56Gbps of

switching bandwidth to support above listed ports in non‐

blocking configurationamp61607StackableScable support for

Tender No SCLPS52019E0156401 49

stacking multiple switchesamp61607Stacking backplane

bandwidth Access switch shall have additional port(s) for

providing minimum 40 Gbps stacking bandwidthamp61607L2

Features 8021x authentication spanning tree

etcamp61607Networkjflowsflow or equivalent provision for

Networkjflowsflow or equivalent supportamp61607Network

Management support Network Management through

command line interface (CLI) SNMP v1 v2c v3

httpsamp61607IPv6 Readiness IPv6 Readiness from day

1amp61607RegulatorySafety confirming to UL60950 amp

EN60950amp61607EALNIAP certified Model No shall be EAL

or NIAPNDPP certifiedRecommended Make Cisco Juniper

HP Brocade dell

4 bull CAT 6A Cable Supply and installationlaying of category 6A

or better 4 pair shielded cable UFTP or FUTP in PVC

Conduit sheath type low smoke zero halogen (LSZH) with

transmission properties amp electrical properties tested

minimum up to 500MHz amp verified by ETL amp comply with

ANSITIAEIA‐568‐C2 amp ISOIEC 11801 Recommended make

Commscope Schneider Molex Siemon

5 bull Patch Panel Supply installation testing and commissioning

of CAT6A PatchJack Panel of 24 Port fully loaded in Network

rack with port identification number with self‐adhesive clear

label holder Each portjack on the panel should be

individually removable on field from the panel and have

integrated rear cable management metallic shelf and have a

separate provision of grounding Recommended make

Commscope Schneider Molex Siemon

6 bull Patch Cords (1 meter) Supply installation testing and

commissioning of Patch Cords Cat 6A shielded 1 meter in

Network rack with 4 pair shielded copper wire factory pre

terminated with shielded RJ45 plugs Aluminumpolyester

Tender No SCLPS52019E0156401 50

shield screen material with low smoke Zero halogen sheath

comply to TIA‐568‐C2 Cat 6A in IOs of Network

RackRecommended make Commscope Schneider Molex

Siemon

7 bull Patch Cords (3 meter) Supply installation testing and

commissioning of Patch Cords Cat 6A shielded 3 meter in

Network rack with 4 pair shielded copper wire factory pre

terminated with shielded RJ45 plugs Aluminumpolyester

shield screen material with low smoke Zero halogen sheath

comply to TIA‐568‐C2 Cat 6A at field side Recommended

make Commscope Schneider Molex Siemon

8 bull Information outlet Supply and installation of Shielded Cat

6A information outlet UFTP or FUTP compliance to category

6A or better TIA568C2‐500MHz at field sideRecommended

make Commscope Schneider Molex Siemon

9 bull Face Plate (Dual) Supply and installation of single gang

square face plate (Dual) and SMB Box with a provision to

support variety of jacks‐ UTP STP etc at the field

sideRecommended make Commscope Schneider Molex

SiemonbullFace plate (single) Supply and installation of square

face plate ( single) with a provision to support variety of jacks‐

UTP STP etc at the field sideRecommended make

Commscope Schneider Molex Siemon

10 bull SMB Box Supply and installation of SMB Box for face plate

(DualSingle) as required Recommended make Commscope

Schneider Molex Siemon

11 bull Other Accessories amp61607Supply and Installation of

25mm electrical grade ISI mark PVC Conduit in

wallfloorslabsurface including wallfloor cutting and

making good the same as required Recommended make

Reputed ISI Markamp61607Supply and installation of OFC SM

Tender No SCLPS52019E0156401 51

OS2 Cable in existing 32mm HDPE pipe as

requiredamp61607Supply and Laying of 32mm HDPE pipe

direct in ground including excavation sand cushioning

protective covering and refilling the trench including standard

cable route marker etc as requiredamp61607Supply and

installation of SC simplex single‐mode LSZH pigtail 1m as

requiredamp61607Supply and installation of adaptor plate

with 3 SC duplex SM adaptors as requiredamp61607Splicing of

OFC as per Core as requiredamp61607Supply and installation

of accessories for making the Chamber Pit‐ 1Mtr Depth with

Lid for housing OFC as requiredamp61607Trenching of

HardSoft Soil as required

12 B Paging The scope includes supply installation testing and

commissioning of Supply and installation of IP 65 or better

explosion proofWP loud speaker anticorrosive powder

coated red (RAL‐3000) suitable for Zone I amp II Class II C

Hardware SS304 as per IS2148 and equivalent to model FLSR

25 of Baliga with necessary support gland as required and

installing the same on wallsurface with GI supports as

required and connecting the same with wire The Scope also

includes supply and installation of 2Cx15mm2 FRLS armored

and PVC sheath twisted pair wire their termination tagging

glanding earthing etc as required for speakers and other

accessories requires for smooth commissioning of the paging

system

Vendor Specificied Terms

Description Vendor Terms

Tender No SCLPS52019E0156401 52

1Delivery Term

Prices shall be quoted on F O R destination basis ie S C L S A S Nagar Mohali

Punjab exclusive of GST and taxes as may be applicable

2 GST

Purchaser is entitled to concessional GST of 5 as per Ministry of Finance

Department of Revenue Notification No 472017 Integrated Tax (Rate) both

dated 14th November 2017 respectively and would accordingly issue Exemption

Certificate in favour of the contractor quoting in Indian Rupees The bidder

should take note of the same while quoting the prices in Indian Rupees GST on

installation services shall be applicable 18

3 DELIVERY SCHEDULEPERIOD OF COMPLETION

The time allowed for supply installation testing and commissioning of the entire

works shall be 06 (Six) months to be reckoned form the 7th day of issue of

purchase order

4 IMPORTANT

This being a two part Tender Technical and Commercial parts separate the

bidder should not attach any document(s) containing pricing information with

technical part The Contractor will provide Un priced commercial offer in

envelope 1 (Technical Part) as an attachment

The tenders containing price information in Technical Part will be treated as

unsolicited offers and rejected Contractor to confirm that Price bid is not

attached in Envelope 1 ie Technical Part

Priced Commercial offer if any should be attached in Envelope 2 (Price Bid)

under Supporting Documents from Vendor (Commercial) as an attachment

5 The prices shall remain firm until completion of entire project including

extended period if any No cost escalation shall be applicable for the work

Tender No SCLPS52019E0156401 53

6 SECURITY DEPOSIT

a) On acceptance of the tender the Contractor shall submit security deposit for

ten percent (10 percent) of the value of the Contract within 15 days from the

date of purchase order If the Contractor fails toprovide the security within the

period specified such failure shall constitute a breach of the Contract and the

Purchaser shall be entitled to make other arrangements for the re purchase of

the stores contracted at the cost and risk of the Contractor

b) Security Deposit shall be submitted through Demand Draft Bankers Cheque

fixed deposit receipt or Bank Guarantee from any of the Scheduled Banks

executed on nonjudicial stamp paper of appropriate value and shall be valid for

a period of sixty (60) days beyond the date for completion of the Purchase

OrderContract

c) In case the contractor fails to furnish the security deposit within the specified

date or extended due date the Purchase OrderContract shall be cancelled and

in addition appropriate penal action may also be considered

d) After the Purchase OrderContract is successfully executed in all respects the

Bank Guarantee towards Security Deposit may be discharged and retained

amount shall be refunded to vendors

e) In the event of non execution of the Purchase orderContract or breach of any

terms and conditions of the Purchase Order the Security Deposit shall be

forfeited

7 Warranty

The Contractor shall provide for the tendered job comprehensive warranty for

parts as well as labour for a period of 12 months from the date of successful

installation commissioning and testing of the system at Purchasers site at no

extra charges against any manufacturing defectfaulty workmanship In case any

defect arises during warranty period the Contractor should replacerectify the

same at its own cost at siteworks

The LED light fittings and its driver unit etc shall have warranty for a period of 5

Tender No SCLPS52019E0156401 54

years from the date of installation and commissioning

8 Warranty Replacements

All replacement parts if any shall be supplied by the Contractor free of cost on F

O R Purchaser site at S A S Nagar Punjab basis

9 TERMS OF PAYMENT

The payment shall be remitted as under

90 of the value of the materials supplied shall be paid within 30 days of the

receipt of the materials at purchaser site and the balance 10 amount along

with 100 installation charges shall be payable on successful installation

commissioning and acceptance of the entire project at Purchasers site against a

Performance Bank Guarantee

10 PERFORMANCE BANK GUARANTEE (PBG)

The Contractor shall furnish a Bank Guarantee (as per format given by purchaser)

from any nationalized scheduled bank for an amount equivalent to 10 of the

value of the Contract and shall be valid for a period of 60 days beyond the expiry

date of warranty period On the performance and completion of the Contract in

all respects the Bank Guarantee will be returned to the Contractor without any

interest

11 VALIDITY

The tender must be valid for a minimum period of 120 days from the date of

opening of Technical bid and 90 days after opening of Price bid

The tender where the validity period is shorter than the period specified in the

tender enquiry shall be excluded from the procurement process

12 Quantity Variation

The quantities indicated against each items in the Bill of Quantities (BOQ) are

indicative and are for the purpose of bidding only Variation in quantities up to

Tender No SCLPS52019E0156401 55

+25 percent shall be carried out by the contractor on the agreedPurchase order

(PO) rates and terms amp conditions as in the purchase order (PO)

13 GUARANTEED TIME DELIVERY

The time for and the date of delivery stipulated in the Purchase Order shall be

deemed to be the essence of the Contract Delivery must be completed within

the date specified therein

14 Extra Items

In case of extra items (that are completely new and are in addition to the items

contained in the contract) the contractor may claim rates supported by proper

analysis and purchaser engineer in charge of the work shall after giving

consideration to the analysis of the rates submitted by the contractor determine

the rates on the basis of market rates and the contractor shall be paid in

accordance with the rates so determined The contractor(s) profit amp OH shall be

factored in the rate analysis 15

15 CONSIGNEE

Sr Purchase and Stores Officer (Stores)

Semi Conductor Laboratory

Sector 72 SAS Nagar (Mohali) Punjab

India 160 071

16 INSTALLATION AND COMMISSIONING

Installation commissioning and demonstration of performance of the tendered

stores as per Purchaser tendered specifications shall be carried out by the

Contractor at Purchaser site at S A S Nagar Punjab India

The Contractor shall provide in advance guidelines for preparation of the

installation site and list of items to be supplied by Purchaser during installation

Tender No SCLPS52019E0156401 56

On receipt of intimation from the Purchaser the Contractor shall depute its

engineer(s) to Purchaser site within two weeks to carry out installation and

commissioning and will demonstrate the functionality of the tendered

equipment to Purchaser specifications as per mutually agreed acceptance

procedure The Contractor shall be responsible for any lossdamages sustained

due to delay on the part of the Contractor to send its engineer for installation

and commissioning

Failure to commission the tendered equipment successfully shall entitle

Purchaser to full refund of the payment made and the interest thereon Decision

regarding successful installation and commissioning shall rest solely with the

Purchaser

17 REJECTION

In the event that any of the stores supplied by the Contractor is found defective

in material or workmanship or otherwise not in conformity with the

requirements of the Contract specifications the purchaser shall either reject the

stores or request the Contractor in writing to rectify the same The Contractor

on receipt of such notification shall either rectify or replace the defective stores

free of cost to the purchaser If the Contractor fails to do so the purchaser may

at his option either

a) replace or rectify such defective stores and recover the extra cost so involved

from the Contractor or

b) terminate the Contract for default as provided in this tender document

18 EXTENSION OF TIME

If the completion of supply of stores is delayed due to reason of force majeure

such as acts of god acts of public enemy acts of Government fires floods

epidemics quarantine restriction strikes freight embargoes etc the

Contractor shall give notice within 15 days to the purchaser in writing of his

claim for an extension of time The purchaser on receipt of such notice after

verification if necessary may agree to extend the Contract delivery date as may

Tender No SCLPS52019E0156401 57

be reasonable but without prejudice to other terms and conditions of the

Contract

19 DELAY IN COMPLETIONLIQUIDATED DAMAGES

If the Contractor fails to deliver the stores within the time specified in the

Contract or any extension thereof the purchaser shall recover from the

Contractor as liquidated damages a sum of one half of one percent (05 percent)

of the Contract price of the undelivered stores for each calendar week of delay

The total liquidated damages shall not exceed ten percent (10 percent) of the

Contract price of the unit or units so delayed Stores will be deemed to have

been delivered only when all their component parts are also delivered If certain

components are not delivered in time the stores will be considered as delayed

until such time as the missing parts are delivered Delivery of stores shall be

complete on Installation commissioning Testing and Acceptance

20 INSPECTION AND ACCEPTANCE TEST

The Purchasers representatives shall also be entitled at all reasonable times

during manufacture to inspect examine and test on the Contractors premises

the material and workmanship of all stores to be supplied under this Contract

and if part of the said stores is being manufactured on other premises the

Contractor shall obtain for the purchasers representative permission to inspect

examine and test as if the equipment were being manufactured on the

Contractors premises

Such inspection examination and testing shall not release the Contractor from

the obligations under this Contract

For tests on the premises of the Contractor or of any of his sub Contractors the

Contractor shall provide free of cost assistance labour material electricity fuel

and instruments as may be required or as may be reasonably needed by the

purchasers representative to carry out the tests efficiently

When the stores have passed the specified test the purchaser representative

shall furnish a certificate to the effect in writing to the Contractor The

Tender No SCLPS52019E0156401 58

Contractor shall provide copies of the tests certificates to the purchaser as may

be required

21 Labour Law Contractor shall abide by all labour laws rules and regulations

which are prevailing and as enforced from time to time and SCL shall not be

responsible for any accident or mishap during the course of the contract to any

of engineer labour employee by the Contractor The contractor shall also ensure

that the statutory obligations with regards to the employment of labour under

law are complied properly and timely

22 ARBITRATION

In the event of any disputes differences or claims arising out of or relating to

the interpretation and application of the Contract such disputes or differences

or claims shall be settled amicably by mutual consultations of the good Offices

of the respective Parties and recognizing their mutual interests attempt to reach

a solution satisfactory to both the parties If such a resolution is not possible

within 30 days from the date of receipt of written notice of the existence of such

disputes then the unresolved disputes or differences or claims shall be

referred to the Sole Arbitrator appointed by the Parties by mutual consent in

accordance with the rules and procedures of Arbitration and Conciliation Act

1996 as amended from time to time The arbitration shall be conducted in New

Delhi in the Arbitration and Conciliation Centre New Delhi (Domestic and

International) as per its rules and regulations The expenses for the Arbitration

shall be shared equally or as may be determined by the Arbitrator The

considered and written decision of the Arbitrator shall be final and binding

between the Parties The applicable language for Arbitration shall be English

only Work under the Contract shall be continued by the CONTRACTOR during

the pendency of arbitration proceedings without prejudice to a final adjustment

in accordance with the decision of the Arbitrator unless otherwise directed in

writing by the DEPARTMENT or unless the matter is such that the works cannot

be possibly continued until the decision (whether final or interim) of the

Arbitrator is obtained

23 APPLICABLE LAWS The contract shall be interpreted construed and

Tender No SCLPS52019E0156401 59

governed by laws of IndiaThe contract shall be subject to exclusive Jurisdiction

of the Court of SAS Nagar (Mohali) Punjab India irrespective of anything

mentioned in any correspondences or otherwise

24 Any Other Term

Tender No SCLPS52019E0156401 60

Supporting Documents from Vendor

Attachment ‐ I

Attachment ‐ II

Price Bid Form

Item Description Slab Range Qty UOM Currency Unit Price Total Price

Supply of MCC Panels cables

cable trays lightings etc for

electrical distribution system

including fire detection

system LAN Paging etc for

the Chemical Store building as

per detailed specifications

technical write‐updrawings

attached

‐ 1 Lot ‐ ‐ ‐

Installation Testing and

Commissioning of MCC

Panels cables cable trays

lightings etc for electrical

distribution system including

fire detection system LAN

Paging etc for the Chemical

Store building as per detailed

specifications technical write‐

updrawings attached

‐ 1 Lot ‐ ‐ ‐

Tender No SCLPS52019E0156401 61

Break‐up of other taxes and other costs should be specified in respective narration columns

Sum of these Break‐up values should be specified in respective value columns

Supporting Documents from Vendor (Commercial)

Document attachment with price bid

Attachment ‐ I

Attachment ‐ II

  • pdf_document_tndr_notc_electrical_distribution_system_051119
  • pdf_document_tndr_doc_electrical_distribution_system_051119
Page 32: -72, -160071 चंडीगढ़ के समीप पंजाब भारत...स म -क डक टर ल ब र टर /Semi-Conductor Laboratory अ त रक ष वभ

Tender No SCLPS52019E0156401 31

minimum 11430x440mm 889x4085mm 761x325mm

respectively as required The pole shall be provided with

necessary bracket (inclination 105115 degree length 15

meter dia 45 mm ) for mounting upto 72 W LED street light

fixture Each pole shall have a weather proof

loopingterminal box clamped at 550 mm above ground level

along with a suitable earth terminal The looping box shall be

provided with a suitable Power terminal arrangement to loop

4C x10sqmm size cable and MCB5A fuse cut‐out A base

plate 300 x300x10mm shall be welded to the bottom of the

pole Both underground cable and GI earth wire shall be

terminated at the terminal looping box in the looping zone

Further wiring to the light fixture shall be done with three

core flexible copper wire (2core for power supply and third

core for earthing)GI tubular pole shall be installed in cement

concrete 136 (1 cement 3 coarse sand 6 graded stone

aggregate 40 mm nominal size) foundation including

excavation and refilling etc Party to cast 2 run of 32 mm MS

conduit for cables upto a height of 550mm from ground level

for loop in loop out of cable The civil work for street light pole

foundation forms a part of installation of the work and will be

done by the party as required for commissioning of lighting

poleFor earthing of street light poles coilspiral earthing

using 8 SWG GI wire shall be used The GI wire shall be buried

to a minimum depth of 15 m with excavation refilling of

earth and connecting GI wire to pole using GI bolt and nut

complete as per requirementMake of Pole Reputed make

with ISI mark Note Party shall submit Drawing of the street

light pole for SCL approval before start of manufacturing

6 Cables wire conduit earthing Switchboards

SwitchesSockets etca Cables The scope includes the Supply

and installation of XLPE insulated overall FRLS PVC outer

sheathed AlCu armored cable on wallsurfacesoilexisting

Tender No SCLPS52019E0156401 32

cable tray as required for MCC Panel and MCB DBs as per the

detailed specification and quantity in this document All

necessary hardware for installation of cable like cable tie

clamps tags etc is in the scope of Contractor Contractor to

ensure that cable laid on the cable tray is properly clamped

with GI clamps and cable is properly secured on cable tray b

Wire The scope includes the Supply and installation of FRLS

Copper wire of different size quantity amp Specification for

power distribution and lighting and power etc as per the

requirement c Conduit The scope includes the Supply and

installation of ISI makes MS Conduits of different size as per

Specification for power and lighting distribution switch

sockets etc as per the requirement Flexible conduit shall be

of GId Cable tray The scope includes the supply and

installation of GIMS cable trays as per specificationse

Earthing The scope includes the supply and providing

earthing for Panels DBs cable trays light fixtures and poles

flameproof accessories fire panel speakers exhaust fans etc

matching the specifications given in this tender documentf

Lightning protection The scope includes the supply and

providing earthing for lightning protection of the building as

per the IS 2309 specification and quantities as per the BOQ

The scope includes horizontal and vertical runs earth pits test

point earthing of building periphery for contour etcg Rack

earthing The scope includes the supply and providing

earthing for racks as per specificationsh Switchboards and

SwitchSockets The scope includes the Supply and installation

of different size of flameproofnon‐flameproof Switchboards

and switchsocket for Lighting Power Distribution as per

specificationi MSGI Conduits flexible GI conduit earthing

materials doublesingle compression brass cable glands

cable lugs (Al amp Cu as required) cable ties cablewire

identification tags required for the installation and

maintenance of trouble free operation of the downstream

Tender No SCLPS52019E0156401 33

system and accessories are covered under this specificationj

MS junction box conduit along with all related accessories as

per specification

TECHNICAL SPECIFICATION‐2

Item Specifications ‐II

Sl No Specifications Compliance

(Yes No)

Offered Specifications Remarks

1 Electrical Panel SpecificationGeneralaPanel shall be

fabricated as per IEC 61439 part 1 amp 2 bPanel shall be indoor

metal clad air insulated floor mounted extendable to side

single front construction front wired front

connectedcMinimum thickness of sheet metal used shall be

2 mm and panel shall confirm to IP54 protectiondThe

working height of the Panel shall be limited as per standard

engineering practicese The design should be fully

compartmentalized with metal partitions between

compartments All doors shall be gasketed Each vertical

section shall have removable back coverfAll switches push

buttons lamps indicating instruments shall be flush

mountedgA full height vertical cable chamber with cable

supports shall be provided in each section to facilitate unit

wiring Cable chamber shall be sized to accommodate all cable

and shall have removable covers A horizontal wire way

extending the entire length shall be provided at the top of

panel for inter panel wiringhPanel shall be with minimum

75mm high base MS channel frameiThe panel shall undergo

seven tank or better process as per relevant IS

standardsjLifting hook shall be provided at each section for

easy transportationkDifferent compartment of the panel

shall be provided with dust proof type air filter louvers

explosion vents or similar safety arrangements in the panels

Tender No SCLPS52019E0156401 34

to let out gases under pressure generated during event of any

fault inside the panellPanel shall have pocket for the Panel

drawing in the incomer section

2 Busbar and Bus TapsaThe main bus and connections shall be

of high connectivity AluminiumAluminium alloy sized for

specified current ratings with maximum temperature limited

to 85amp778 C ie 35amp778 C rise and ambient 50amp778

bSeparate vertical bus bars shall be provided for each vertical

panelcAdequate contact pressure shall be ensured at bus

connections by means of two bolt connections with plain and

spring washers and lock nutsdBus bar and connections shall

be fully insulated for working voltages with adequate

phaseground clearances Insulating sleeves heat shrink type

for bus bar and shrouds removable type joints shall be

provided Bus insulators shall be flame retardanteBus bar

shall be color coded for easy identificationfBusbar should be

connected in such a way that it can be dismantledassembled

while separating different section of the panelgShrouds of

transparent sheet on the exposed bus in cable alleys for

adequate safety measurehBus bar Conductor shall be

confirming to IS‐5082iMinimum clearance (PH‐PH PH‐N and

PH‐E) between Bus bars shall be maintained as per latest

ISjBus Bar supporting Material shall be of

SMCDMCkMaterial of Aluminium Bus bar shall be of E91

gradelBus bar shall be protected from the transparent

insulated material for stand safety point

3 3Control ModuleaFixed type control module shall house the

control components for a circuitbThe equipment layout shall

provide sufficient working space in between the components

and subject to SCL approval cEach control module shall be

equipped with ACDC potential free Relays (230V AC24V DC)

Contactors etc for seamless interface of the operation of

Drives from FCMS (PLC)dVendor to provide the potential free

Tender No SCLPS52019E0156401 35

contact to facilitate local operation from MCC and remote

operation from FCMSPLC Vendor shall provide with each

drive module automanual selector switch and each drive

module shall be wired up to the terminal block for localauto

selection ON OFF trip feedback to SCLrsquos control station and

ONOFF command room FCMSPLC as welleMCC panel and

LPBS shall have selector switches for MCCLocal and

LocalRemote selection respectively Control (OnOff) of the

Drivesheaters will be as per following selection If selector

switch (SS) at MCC is selected to MCC ONOFF operation can

be done from MCC only irrespective of position of SS at LPBSIf

selector switches both at MCC amp LPBS are selected to LOCAL

ONOFF operation can be done from LPBS onlyIf SS at MCC is

selected to LOCAL and SS at LPBS is selected to REMOTE

ONOFF operation can be done from FCMS only

4 VFDVFD shall be of Allen Bradley PF400 series having

redundant Control Net communication option as well to

communicate with the existing Facilities Control amp Monitoring

System (FCMs) Control Net Bridge Coaxial Straight T‐Tap

1786‐TPS must also be supplied along with VFDs Line

reactorchoke of suitable rating shall be connected before the

VFD

5 Thyristor based Heater ControlaDYDAC Make Thyristor

power controller Type 3003 or equivalent rating 85kW

Control input 4‐20mA Thyristor input supply 415VAC (3‐Ouml)

Thyristor output supply 415VAC (3‐Ouml) which shall be provided

by the vendor in a separate compartment of the MCC 4‐20mA

Control signal from the heater PID will modulate the thyristor

controller output to maintain the fresh air temperature at set

value Heater ON and OFF set points shall be adjustable in the

SCADA in FCMSbThyristor controller run command run

feedback 4‐20mA modulating signal shall be wired up to the

terminal block in the cable alley in the MCC Thyristor

Tender No SCLPS52019E0156401 36

Panelcompartment shall be complete with inter module

control and power wiring 220V AC supply shall be drawn from

one of the phase and neutral of the incoming 415VAC and

connect to the Thyristor supply terminals through MCB

Circuit breaker lsquoswitch ONrsquo and Thyristor control unit lsquoRUN

commandrsquo will get activated from FCMS if air temperature is

below ON set point Circuit breaker lsquoswitch OFFrsquo and Thyristor

control unit lsquoRUN command withdraws will get activated

from FCMS when temperature becomes above OFF set point

6 Fire Suppression system amp Fire Protection systemPanel shall

be equipped with required materials such as fire suppression

cylinders filled with fire suppression agents Fire detection

tubes Heat sensor tubes end of line adaptor with gauge

electrical Relays differential pressure valves etc to provide

the fire suppression and fire protection system in cable alley

and bus bar chambers of the electrical panel

7 MCCBaThe MCCBs should be extra current limiting type with

trip time of less than 10 m sec under short circuit conditions

The current limiting action should be achieved with repulsion

principle The MCCBs should preferably have an anti‐reclosing

featurebThe MCCBs should be 3 or 4 poles as per SLDcThe

MCCBs should have a Service short circuit breaking capacity

(Ics) of not less than 35 kA rms at 415 Volts 50Hz AC for

incomer The service breaking capacity should be equal to

ultimate breaking capacities (Icu) (ie Ics= Icu=100)dThe

release should be thermal magnetic having adjustable

overload and short circuiteSwitches shall be triple pole air

break AC23 motor duty for motor starter feedersfCubicle

doors of incoming and outgoing shall be mechanically

interlocked with switchgear to prevent unintentional openings

of the door while the unit is in energized condition However

defeat interlock provision is also to be providedgAll incoming

and outgoing feeders shall be provided with bolted disconnect

Tender No SCLPS52019E0156401 37

link for isolation of neutral if necessary Selector switches

shall be of rotary typehThe MCCB shall be provided with

rotary drive kit spreader terminals and ONOFFTrip (MCCB)

position of switch handle to be clearly markediDuct Heater

MCCB shall be motorized to control (ONoff) from FCMSjFor

incomers it should be EDO microprocessor based

communicable MCCB (35 kA or above) with numerical

releases for OL SC amp EFR (With mechanical and Electrical

interlocking for operation of only one ACB at any point of

time)

8 MPCBaThe MPCBs should be of 3 pole air break type AC3

Duty continuous rating as specifiedbMPCBs should have at

least 1NO+1NC contactcThese should have trip indication

test trip functiondThe release should be thermal magnetic

having adjustable overload trip settingeThe service breaking

capacity should be equal to ultimate breaking capacities (Icu)

(ie Ics= Icu=100)fThe MPCBs should be suitable for din rail

type mounting

9 Capacitor Bank Supply and installation of Capacitor Bank ‐

Box Type Dry construction Conforming to IS 13340‐41IEC

60831 440V 50Hz Rated Current (In) as per Load Heavy

Duty Dielectric MPP Low loss type with overall loss lt

05WkVAR Delta Connection with Discharge Device

10 ContactoraThe contactor shall be 3 pole air break type AC3

Duty continuous rating for motor starter feeders with non‐

bouncing silver silver alloy contactsbContactor shall be of

electromagnetic type rated for uninterrupted duty as per

relevant standards and also suitable for capacitor duty

cContactor shall be provided with adequate auxiliary contacts

rated for 10Amps 240VAC for interfacing with control

schemedContactor coil rating shall be minimum pick up of

85 of rated voltage and minimum drop out of 75 rated

Tender No SCLPS52019E0156401 38

voltage

11 Control and IndicationsaPush buttons will be heavy duty oil

tight and push to actuate type with integral plate marked

with its functionbEach push button shall be provided with

2NO+2NC contacts rated for 10Amps 240VACcLamps shall

be LED type rated for 240V AC Lens and lamps shall be

replaceable from the front dThe control supply shall be

through a 415V230V transformer and the vendor shall

provide 1 no 415V230V transformer for the same Vendor

shall also provide Power module for 24V DC Supply for the

operation of heaters control module

12 MetersaAll indicating instruments shall be digital

Switchboard type with accuracy class +‐ 2 full scalebMFM

of suitable rating shall be used in the incomer

feedercSelector switches shall be furnished at outgoing

feeders as per SLD for ammeterdAmmeter shall be of analog

type flush mounted industrial pattern of size 96x96 mm with

accuracy class 10 eMultifunction meter shall be of digital

type flush mounted industrial pattern of size 96x96 mm with

accuracy class 10 as per IEC 6205253 suitable for

measurement of Current Voltage Power Frequency Power

factor Energy and ready port to communicate with FCMS

through RS 485 The Meter should have Modbus

communication port as well

13 CT (Current transformer)CT will be cast resin type rated 15VA

or more burden with Maximum accuracy limit of class 1

14 Secondary wiringaPanel shall be fully wired at the factory to

ensure proper functioning of control and protectionbFuse

and links shall be provided to permit individual circuit

protection from bus wires without disturbing other circuits All

spare contacts of relays push buttons and other devices shall

Tender No SCLPS52019E0156401 39

be wired up to terminal blockscWiring shall be done with

flexible 25sqmm copper 1100V grade PVC insulated

switchboard wires Each wire shall be identified at both ends

with permanent markers bearing wire numbers as per wiring

diagramdWire termination shall be done with crimping type

connector with insulating sleeve

15 Powercontrol Terminal BlocksaTerminal block shall be 660V

grade box clamp type with marking strips similar to ELMEX 10

mm2 or equal for ControlbTerminal for CT secondary leads

shall have provision for shortingcNot more than two wires

shall be connected to any terminaldSpare terminals equal in

number to 20 active terminals shall be providedeTerminal

blocks shall be suitably located in cable alleysfFor Power

cable Bus Bar type cable connector (Melamine material) shall

be providedgFor Control cable heavy duty screw type cable

connector (Melamine material) shall be provided

16 Cable terminationaPanel shall be designed for cable entry

from topbEach cable shall be clearly marked at both ends

with an indestructible marker preferably a cable tag made of

Aluminium tacked with indicating cable number amp both end

feeder tags with switchboard tags Cable tags at ends of cable

shall be provided inside the gland plate as well as outside the

gland platecAll provisions and accessories shall be furnished

for termination of cables including removable gland plates

cable supports and terminal blocksdGland plate shall be

minimum 3 mm thick

17 Ground BusA GI ground bus rated to carry the maximum fault

current shall extend full length of Panel The ground bus shall

be provided with 2 bolts with GI bolt and nuts at each end to

receive 50x6mm GI flat

18 NameplateaThe nameplate of approved design shall be

Tender No SCLPS52019E0156401 40

provided for each compartment and also at the top of each

panel Nameplate shall be minimum 20x70mm and 3mm

thickbDrawing Pouch shall be provided at the incomer cable

allay

19 PaintingPanel shall be painted with light grey epoxy painted

(Siemens Gray RAL 7032) and caution notice plate shall be

fixed at the back of each vertical panel

20 Make of Switchgears aMCCBSiemensSchneiderbPush

button SiemensSchneider TekniccSelector

SwitchSiemensSchneider Teknic

dFuseSchneiderSiemenseTimerSiemensSchneiderfContro

l TransformerAEIMPIndcoilgTerminal

BlockElmexConnectwellFTChMeters Conzerv LampT

AEiCTs amp PTsKappaAutomatic

Electric(AE)NippenjContactorsSchneiderSiemenskIndicatio

ns SiemensSchneider

TekniclRelaysSchneiderSiemensPLAmMCBSchneiderSiem

ensnCooling Fan

RexnordSunonoVFDsAllen bradlypThyristor moduleDYDAC

qRCBOSiemensSchneiderrMCB

DBSiemensABBLegrandsLine reactorchokeAllen

BradleytCapacitor BankNeptune Schneider Siemens

21 Local Push Button Station (LPBS)The Scope includes supply

and installation of LPBS for Chiller Pumps AHUs Heaters as

per the BOQ and detailed specification given below aLPBS

shall be indoor metal clad air insulated wallAngle frame

mounted as required single front construction front wired

front connected hinged lockable door LPBS for Chiller Pumps

system shall be suitable for outdoor installationbMinimum

thickness of sheet metal used shall be 2 mm and panel shall

conform to IP54 protection for indoor installation and IP65 for

outdoor type LPBScAll switches push buttons with indicating

Tender No SCLPS52019E0156401 41

LED lamps indicating instruments shall be flush

mounteddThe LPBS shall be used for remote operation of

drives Equipment and HeaterseTo facilitate the localremote

operation LPBS shall have LocalRemote selector switch and

provided with Start push button lockable Stop push button

ammeter of suitable range Terminal Block and lockable

Emergency off Switch etc fLPBS shall be equipped with AC

(230V)DC (24V) Relays Contactors etc for seamless interface

of the operation of Drives from FCMS (PLC)gLPBS should be

suitable for wall mounting and provided with necessary

mounting arrangementhWiring shall be done with flexible

25sqmm copper 650V grade PVC insulated switchboard

wires Each wire shall be identified at both ends with

permanent markers bearing wire numbers as per wiring

diagramiWire termination shall be done with crimping type

connector with insulating sleevejGland plate shall be

minimum 3 mm thickkThe nameplate of approved design

shall be provided for each compartment and also at the top of

each panel Nameplate shall be minimum 20x70mm and 3mm

thicklLPBS shall be painted with light grey epoxy painted

(Siemens Gray RAL 7032)

22 Make of Electrical panel As per DOS Approved Panel

manufacturer list (attached)

TECHNICAL SPECIFICATION‐3

Item Specifications ‐III

Sl No Specifications Compliance

(Yes No)

Offered Specifications Remarks

Tender No SCLPS52019E0156401 42

1 Fire Detection System Scope for fire detection system

includes supply installation testing commissioning of Fire

panel Addressable Fire detection devices Manual Call Points

Addressable loop sounders Switch Monitoring unit (SMU) UV

IR sensor for detection of methanol flame Cable MS junction

boxes for loop in loop out of cable as per specifications and

integrating the same with existing repeater panel as per the

requirement The detailed specifications for the different

component of fire deduction system are as follows

2 A Multi‐sensor Detectors The smoke detectors shall be multi‐

sensor (heat and smoke) detector with isolator suitable for

detecting a wide range of smoke from slow smoldering and

fast flaming fire The detector shall have following features

bullSolid state addressing arrangement in combination with a

hand held programmer to configure the sensor

addressbullElectronics free mounting basebullTwin alarm LEDs for

360 Degree viewing and shall have blinking LED facilitybullThe

sensor shall have s removable chamber for ease of cleaning or

replacementbullAutomatic compensation for smoke sensor

contaminationbullShall have a built in test facility which allows

the fire alarm control panel to adjust the alarm threshold

levels to compensate for contamination and shall have a

maintenance alarm display when threshold can no longer be

adjustedbullOperating temperature ‐ 10 DegC to 50 DegC and

operating RH at 40 DegC‐95 RH

3 B Manual call stations Manual Call Stations should have in

built monitor module and pressbreak and resettable

capability constructed of high impact LEXAN sheet with clearly

visible operating instructions on the cover and the word FIRE

shall appear on front and suitable for surface mountingflush

mounting complete as required

Tender No SCLPS52019E0156401 43

4 C UV IR SensorThe UV‐IR flame detector shall operate on 24

VDC 0‐24mA current output suitable for detection of

Methanol flame with automatic built in test for reliable

operations and suitable for installation in Hazardous area zone

1and 2 with Class I Division 12 Gas group A B C The detector

shall not be susceptible to environmental conditions to

generate false alarms The entire system shall be rated for IP

66 or better and supplied with suitable mounting bracket The

system shall comply to the detailed specifications as listed

belowbullDetection Technology UV ‐ IR Electro‐optical

detectionbullDetection range 75 meterbullField of View greater

than equal to 90deg Both Horizontal and verticalbullResponse

Time less than equal to 5 secondsbullBuilt in Test Automatic

bullOperating Temperature Range 0 to + 75degCbullOperating

Humidity Range Continuous 95 non‐condensingbullAnalog

Output signal 4‐20mAbullAlarms amp Fault Normal 4 mA Fault

02 mA Alarm 20 mA + 10 verifiedbullOperating voltage 24

VDC ( 18‐32VDC)bullPower consumption Vendor to specify for

Standby and Alarm conditionbullSensor Calibration

Verification Sensor calibration as per OEM for certified

performancebullSensor Life 2 Years (minimum)bullSensor

Calibration vendor to carry out sensor calibration at site and

submit calibration certificate valid for one yearbullRFI EMI

SusceptibilitybullRequired EN 616326‐3 and EN 6100006‐3 or

equivalent IP protectionbullIP protection IP 66 or betterbullFault

Diagnostic Sensor Fault (end of life) other informationbullSelf‐

Check Test Automatic during start‐upbullHousing SS 316

Epoxy Painted Aluminium die castbullStart‐up Time Vendor to

specifybullApprovalcertification PESO and ATEX ‐ Ex d IIC C

Class 1 Div 12 Group A B C DNote Vendor shall arrange

the 230V AC to 24V DC Power supply module along with half

an hour Battery Back up in MS powder coated Enclosure

Input Power supply (230V AC) for Power Supply module shall

Tender No SCLPS52019E0156401 44

be provided by SCL

5 D SMU Unit for UV IR sensor Supply installation testing and

commissioning of Switch Monitoring Unit (SMU) to configure

the UV IR sensors with fire detection system as requiredE

SoundersAddressable Sounders shall be loop powered with

all fixing materials complete as required The sound level shall

be 100dB (A)

6 F Fire Alarm Control Panel (FACP) bullFACP shall be of 2

loopsbullFACP shall be suitable for 230V 50 Hz AC supply and

detectors shall be powered using FACP based detection

circuits Devices shall receive power and communication from

the same pair of conductorsbullFACP shall provide for resetting

detectors fault isolation and sensor loop operationbullFACP

shall be suitable for mixing different fire devices and beam

smoke detectors within the same loop to optimize field

wiringbullFACP shall have alarm indication of individual sensors

detector trouble alarm indication for dust accumulation The

panel shall check detector once in every 24 hours for

contamination for this purposebullThe FACP shall regularly

supervise all the sensors and devices on the loop and initiate

fire or trouble alarm whenever requiredbullFACP shall have 2

wire circuits to connect minimum of 126 addressable devices

per loopbullFACP shall be with repeater interface and suitable

24V battery with built in software and 2 x 40 character

alphanumeric LCD display and necessary front panel control

keys FACP shall display the date time and description for

Analog sensors to indicate alarms and trouble

situationsbullFACP switches shall allow authorized personnel to

accomplish the following ‐bullInitiate a general alarm

conditionbullSilence the local audiblebullSilence the alarm

signalsbullReset all zonespointsbullFACP shall have walk test

facilitybullShall have facility for programming from the key

board or utilizing PC set up software via laptopdesk top

Tender No SCLPS52019E0156401 45

computerbullShall have memory data for panel configuration

and operation reside in non‐volatile memory (EPROM)bullFACP

shall have facility for speech processor (to record pre‐

recorded message of 20 S) and also have Auto Dialer facility

(can dial up to 8 different lines)bullAll addressable units shall be

connected to the FACP through the loop cards and shall be

addressed though individualized numbers The FACP shall be

able to obtain analog value for all detectors in the circuit

through a pulsed digitized current data The FACP shall be

able to analyze all analog inputs from all addressable units

and though its own software and ambient level screening the

FACP shall be able to identify fire possible fire or fault

conditions The unit supervision shall be dynamic and

continuousbullThe FACP shall itself have all loop cards in it No

isolated mother board or transponder shall be

consideredbullShortopen circuit units shall also be reported at

the FACP in such cases the system through the use of fault

isolators shall be able to isolate that segment between the

two fault isolators The missing DetectorsDevices shall also

be reported to the FACP with identification of the

locationbullThe FACP shall have the facility to set smoke sensor

sensitivity remotely to either high sensitivity manually or on a

pre‐programmed sequence (Ie DayNight) period When an

alarm condition is sensed at the FACP from a smoke or heat

detector a delay timealarm verification period shall be

started If the sensor is still in alarm after the delay time

expired an alarm condition is reported The delay time shall

be adjustable from 0 to 990 secondsbullThe FACP shall have

either an in‐built or external printer coupled to the FACP

which shall log all events with time The printout shall clearly

indicate the event‐FirePre‐AlarmFault etc with the unit

address and timebullThe FACP shall also be able to discriminate

between false alarms and fire conditions as well as priority

selection of alarm in case alarm activities in two or more

Tender No SCLPS52019E0156401 46

remotely located units simultaneously In such cases the

Manual Call stations shall have the highest prioritybullThe FACP

shall also be able to actuate switches automatically in case of

Fire condition of AHUs and power supply or other system such

as piped pressurized gas supplybullThe system shall be fail safe

and adequate safe guards should be under taken that in the

event of a failure of a part of the system it shall not handicap

the complete system The loop cards shall be of Modular

constructionbullThe FACP shall have its own battery backup of a

minimum of 48 hours in normal run and then half an hour in

alarm condition The backup time calculation shall be done as

per TAC standards The Battery shall be 2 x 12V (24V) DC and

of sealed maintenance free type housed inside the FACPbullIt

shall be able to withstand temperature variations from 0

Degree Centigrade to 55 Degree Centigrade Further Relative

Humidity (non‐condensing type) up to 93 shall not hamper

its performance The voltage rating shall be from 17V DC to

31V DC though the voltage may be change depending upon

the working voltages of a proprietary FACPbullThe FACP shall be

totally enclosed dust and vermin proof type made of

minimum 16‐gauge dust inhibited sheet with even baked

finish The FACP shall be of completely solid state designbullThe

logic circuitry shall be based on high noise immunity solid‐

state hardware employing modular construction Logic cards

shall be of epoxy fiber glass constructionbullThe FACP shall have

EN 54ULFM approvalbullThe panel shall have an extra loop

card to serve as standby in case of burnout or malfunctioning

of any operating loop cardsbullThe FACP shall be capable of

being networked (future expansion) with other similar FACPs

located at different locations of SCL premises through a single

RS 485 busbullThe FACP shall have provision for interfacing with

the Public Address System

7 G Repeater panelScope comprises of supply and installation

Tender No SCLPS52019E0156401 47

of Repeater Panel which display fire fault message

simultaneously with the FACP bullIt shall be capable of

interfacing with the FACP on a single RS 485 Bus bullThe panel

shall be capable of operating on 24V DC supplybullThe

independent 24V DC supply source to be installed in MS

cubicle Box duly powder coated paint along with repeater

panelbullThe panel shall have 2 x 40‐character backlit display

which shall display date time and description of alarm

trouble events are that displayed in the panel shall be

powered from the FACPbullIt shall have control keys for sound

silence mute and to reset the FACP from the repeater

stationsbullThe repeater panel shall have the following LEDs

indicationsbullSupply bullFault bullMute bullSilent bullDisabled

bullFire

8 H Fire CableSupply and installation of 2Cx15mm2 Copper

extruded PVC inner sheath armored and overall FRLS PVC

outer sheathed 11 KV grade as per IS 7098 (Part I bearing ISI

certification) on existing cable traywallsoft soilhard soil as

required

9 I Fire Cable terminationSupplying and making end

termination with brass compression gland and copper lugs for

2Cx15mm2 Copper cable in MS Box of Size 4X4 installed

above the false ceilingwallsurface as required

10 J Junction Box for Fire devicesSupply installation testing and

commissioning of MS painted box Size 4X4 with ELMEX type

terminal block for loop in loop out of 2c x15 sq mm copper

armored cable and connection to the fire detector device on

wallsurfacerecess including wall cutting and providing

necessary hardware for mounting fixing including all

material for fixing as required

Tender No SCLPS52019E0156401 48

TECHNICAL SPECIFICATION‐4

Item Specifications ‐IV

Sl No Specifications Compliance

(Yes No)

Offered Specifications Remarks

1 A NetworksLAN The detailed specification for the network

rack switch cable cords IOs face plates etc and the

required accessories shall be as below CAT 6A or better cable

shall be laid in the PVC Conduit The detailed specifications

for the different component of networksLAN are as follows

2 bull Rack Supply installation testing and commissioning of UL

listed modular type 12U network rack with front glass door

and rear perforated door floor mounted Size 550x550 with

1 No of 5 port Octagonal PDU 515Amp with MCB and Fan

Tray with minimum 2 Fans The rack should have provision of

2 nos of cable manager duct type 1U and 2 vertical manager‐

concealed type Rack should be three sides openable with

front glass door and rear perforated door and provision of

cable entry from top and bottom both with proper earthing

kit as requiredRecommended Make Rittal Netrack

Schneider Valrack

3 bull Network Switch Supply amp installation of Network Switch in

Network Rack with the following specification as belowSwitch

shall haveamp61607Port Density Minimum 8 101001000

BaseT Ports amp 4‐1G SFP Ports ready for use with SFP module

Ports shall support PoE on all ports with PoE budget of

180Wamp61607Architecture Stand‐alone rack

mountableamp61607Bandwidth minimum 56Gbps of

switching bandwidth to support above listed ports in non‐

blocking configurationamp61607StackableScable support for

Tender No SCLPS52019E0156401 49

stacking multiple switchesamp61607Stacking backplane

bandwidth Access switch shall have additional port(s) for

providing minimum 40 Gbps stacking bandwidthamp61607L2

Features 8021x authentication spanning tree

etcamp61607Networkjflowsflow or equivalent provision for

Networkjflowsflow or equivalent supportamp61607Network

Management support Network Management through

command line interface (CLI) SNMP v1 v2c v3

httpsamp61607IPv6 Readiness IPv6 Readiness from day

1amp61607RegulatorySafety confirming to UL60950 amp

EN60950amp61607EALNIAP certified Model No shall be EAL

or NIAPNDPP certifiedRecommended Make Cisco Juniper

HP Brocade dell

4 bull CAT 6A Cable Supply and installationlaying of category 6A

or better 4 pair shielded cable UFTP or FUTP in PVC

Conduit sheath type low smoke zero halogen (LSZH) with

transmission properties amp electrical properties tested

minimum up to 500MHz amp verified by ETL amp comply with

ANSITIAEIA‐568‐C2 amp ISOIEC 11801 Recommended make

Commscope Schneider Molex Siemon

5 bull Patch Panel Supply installation testing and commissioning

of CAT6A PatchJack Panel of 24 Port fully loaded in Network

rack with port identification number with self‐adhesive clear

label holder Each portjack on the panel should be

individually removable on field from the panel and have

integrated rear cable management metallic shelf and have a

separate provision of grounding Recommended make

Commscope Schneider Molex Siemon

6 bull Patch Cords (1 meter) Supply installation testing and

commissioning of Patch Cords Cat 6A shielded 1 meter in

Network rack with 4 pair shielded copper wire factory pre

terminated with shielded RJ45 plugs Aluminumpolyester

Tender No SCLPS52019E0156401 50

shield screen material with low smoke Zero halogen sheath

comply to TIA‐568‐C2 Cat 6A in IOs of Network

RackRecommended make Commscope Schneider Molex

Siemon

7 bull Patch Cords (3 meter) Supply installation testing and

commissioning of Patch Cords Cat 6A shielded 3 meter in

Network rack with 4 pair shielded copper wire factory pre

terminated with shielded RJ45 plugs Aluminumpolyester

shield screen material with low smoke Zero halogen sheath

comply to TIA‐568‐C2 Cat 6A at field side Recommended

make Commscope Schneider Molex Siemon

8 bull Information outlet Supply and installation of Shielded Cat

6A information outlet UFTP or FUTP compliance to category

6A or better TIA568C2‐500MHz at field sideRecommended

make Commscope Schneider Molex Siemon

9 bull Face Plate (Dual) Supply and installation of single gang

square face plate (Dual) and SMB Box with a provision to

support variety of jacks‐ UTP STP etc at the field

sideRecommended make Commscope Schneider Molex

SiemonbullFace plate (single) Supply and installation of square

face plate ( single) with a provision to support variety of jacks‐

UTP STP etc at the field sideRecommended make

Commscope Schneider Molex Siemon

10 bull SMB Box Supply and installation of SMB Box for face plate

(DualSingle) as required Recommended make Commscope

Schneider Molex Siemon

11 bull Other Accessories amp61607Supply and Installation of

25mm electrical grade ISI mark PVC Conduit in

wallfloorslabsurface including wallfloor cutting and

making good the same as required Recommended make

Reputed ISI Markamp61607Supply and installation of OFC SM

Tender No SCLPS52019E0156401 51

OS2 Cable in existing 32mm HDPE pipe as

requiredamp61607Supply and Laying of 32mm HDPE pipe

direct in ground including excavation sand cushioning

protective covering and refilling the trench including standard

cable route marker etc as requiredamp61607Supply and

installation of SC simplex single‐mode LSZH pigtail 1m as

requiredamp61607Supply and installation of adaptor plate

with 3 SC duplex SM adaptors as requiredamp61607Splicing of

OFC as per Core as requiredamp61607Supply and installation

of accessories for making the Chamber Pit‐ 1Mtr Depth with

Lid for housing OFC as requiredamp61607Trenching of

HardSoft Soil as required

12 B Paging The scope includes supply installation testing and

commissioning of Supply and installation of IP 65 or better

explosion proofWP loud speaker anticorrosive powder

coated red (RAL‐3000) suitable for Zone I amp II Class II C

Hardware SS304 as per IS2148 and equivalent to model FLSR

25 of Baliga with necessary support gland as required and

installing the same on wallsurface with GI supports as

required and connecting the same with wire The Scope also

includes supply and installation of 2Cx15mm2 FRLS armored

and PVC sheath twisted pair wire their termination tagging

glanding earthing etc as required for speakers and other

accessories requires for smooth commissioning of the paging

system

Vendor Specificied Terms

Description Vendor Terms

Tender No SCLPS52019E0156401 52

1Delivery Term

Prices shall be quoted on F O R destination basis ie S C L S A S Nagar Mohali

Punjab exclusive of GST and taxes as may be applicable

2 GST

Purchaser is entitled to concessional GST of 5 as per Ministry of Finance

Department of Revenue Notification No 472017 Integrated Tax (Rate) both

dated 14th November 2017 respectively and would accordingly issue Exemption

Certificate in favour of the contractor quoting in Indian Rupees The bidder

should take note of the same while quoting the prices in Indian Rupees GST on

installation services shall be applicable 18

3 DELIVERY SCHEDULEPERIOD OF COMPLETION

The time allowed for supply installation testing and commissioning of the entire

works shall be 06 (Six) months to be reckoned form the 7th day of issue of

purchase order

4 IMPORTANT

This being a two part Tender Technical and Commercial parts separate the

bidder should not attach any document(s) containing pricing information with

technical part The Contractor will provide Un priced commercial offer in

envelope 1 (Technical Part) as an attachment

The tenders containing price information in Technical Part will be treated as

unsolicited offers and rejected Contractor to confirm that Price bid is not

attached in Envelope 1 ie Technical Part

Priced Commercial offer if any should be attached in Envelope 2 (Price Bid)

under Supporting Documents from Vendor (Commercial) as an attachment

5 The prices shall remain firm until completion of entire project including

extended period if any No cost escalation shall be applicable for the work

Tender No SCLPS52019E0156401 53

6 SECURITY DEPOSIT

a) On acceptance of the tender the Contractor shall submit security deposit for

ten percent (10 percent) of the value of the Contract within 15 days from the

date of purchase order If the Contractor fails toprovide the security within the

period specified such failure shall constitute a breach of the Contract and the

Purchaser shall be entitled to make other arrangements for the re purchase of

the stores contracted at the cost and risk of the Contractor

b) Security Deposit shall be submitted through Demand Draft Bankers Cheque

fixed deposit receipt or Bank Guarantee from any of the Scheduled Banks

executed on nonjudicial stamp paper of appropriate value and shall be valid for

a period of sixty (60) days beyond the date for completion of the Purchase

OrderContract

c) In case the contractor fails to furnish the security deposit within the specified

date or extended due date the Purchase OrderContract shall be cancelled and

in addition appropriate penal action may also be considered

d) After the Purchase OrderContract is successfully executed in all respects the

Bank Guarantee towards Security Deposit may be discharged and retained

amount shall be refunded to vendors

e) In the event of non execution of the Purchase orderContract or breach of any

terms and conditions of the Purchase Order the Security Deposit shall be

forfeited

7 Warranty

The Contractor shall provide for the tendered job comprehensive warranty for

parts as well as labour for a period of 12 months from the date of successful

installation commissioning and testing of the system at Purchasers site at no

extra charges against any manufacturing defectfaulty workmanship In case any

defect arises during warranty period the Contractor should replacerectify the

same at its own cost at siteworks

The LED light fittings and its driver unit etc shall have warranty for a period of 5

Tender No SCLPS52019E0156401 54

years from the date of installation and commissioning

8 Warranty Replacements

All replacement parts if any shall be supplied by the Contractor free of cost on F

O R Purchaser site at S A S Nagar Punjab basis

9 TERMS OF PAYMENT

The payment shall be remitted as under

90 of the value of the materials supplied shall be paid within 30 days of the

receipt of the materials at purchaser site and the balance 10 amount along

with 100 installation charges shall be payable on successful installation

commissioning and acceptance of the entire project at Purchasers site against a

Performance Bank Guarantee

10 PERFORMANCE BANK GUARANTEE (PBG)

The Contractor shall furnish a Bank Guarantee (as per format given by purchaser)

from any nationalized scheduled bank for an amount equivalent to 10 of the

value of the Contract and shall be valid for a period of 60 days beyond the expiry

date of warranty period On the performance and completion of the Contract in

all respects the Bank Guarantee will be returned to the Contractor without any

interest

11 VALIDITY

The tender must be valid for a minimum period of 120 days from the date of

opening of Technical bid and 90 days after opening of Price bid

The tender where the validity period is shorter than the period specified in the

tender enquiry shall be excluded from the procurement process

12 Quantity Variation

The quantities indicated against each items in the Bill of Quantities (BOQ) are

indicative and are for the purpose of bidding only Variation in quantities up to

Tender No SCLPS52019E0156401 55

+25 percent shall be carried out by the contractor on the agreedPurchase order

(PO) rates and terms amp conditions as in the purchase order (PO)

13 GUARANTEED TIME DELIVERY

The time for and the date of delivery stipulated in the Purchase Order shall be

deemed to be the essence of the Contract Delivery must be completed within

the date specified therein

14 Extra Items

In case of extra items (that are completely new and are in addition to the items

contained in the contract) the contractor may claim rates supported by proper

analysis and purchaser engineer in charge of the work shall after giving

consideration to the analysis of the rates submitted by the contractor determine

the rates on the basis of market rates and the contractor shall be paid in

accordance with the rates so determined The contractor(s) profit amp OH shall be

factored in the rate analysis 15

15 CONSIGNEE

Sr Purchase and Stores Officer (Stores)

Semi Conductor Laboratory

Sector 72 SAS Nagar (Mohali) Punjab

India 160 071

16 INSTALLATION AND COMMISSIONING

Installation commissioning and demonstration of performance of the tendered

stores as per Purchaser tendered specifications shall be carried out by the

Contractor at Purchaser site at S A S Nagar Punjab India

The Contractor shall provide in advance guidelines for preparation of the

installation site and list of items to be supplied by Purchaser during installation

Tender No SCLPS52019E0156401 56

On receipt of intimation from the Purchaser the Contractor shall depute its

engineer(s) to Purchaser site within two weeks to carry out installation and

commissioning and will demonstrate the functionality of the tendered

equipment to Purchaser specifications as per mutually agreed acceptance

procedure The Contractor shall be responsible for any lossdamages sustained

due to delay on the part of the Contractor to send its engineer for installation

and commissioning

Failure to commission the tendered equipment successfully shall entitle

Purchaser to full refund of the payment made and the interest thereon Decision

regarding successful installation and commissioning shall rest solely with the

Purchaser

17 REJECTION

In the event that any of the stores supplied by the Contractor is found defective

in material or workmanship or otherwise not in conformity with the

requirements of the Contract specifications the purchaser shall either reject the

stores or request the Contractor in writing to rectify the same The Contractor

on receipt of such notification shall either rectify or replace the defective stores

free of cost to the purchaser If the Contractor fails to do so the purchaser may

at his option either

a) replace or rectify such defective stores and recover the extra cost so involved

from the Contractor or

b) terminate the Contract for default as provided in this tender document

18 EXTENSION OF TIME

If the completion of supply of stores is delayed due to reason of force majeure

such as acts of god acts of public enemy acts of Government fires floods

epidemics quarantine restriction strikes freight embargoes etc the

Contractor shall give notice within 15 days to the purchaser in writing of his

claim for an extension of time The purchaser on receipt of such notice after

verification if necessary may agree to extend the Contract delivery date as may

Tender No SCLPS52019E0156401 57

be reasonable but without prejudice to other terms and conditions of the

Contract

19 DELAY IN COMPLETIONLIQUIDATED DAMAGES

If the Contractor fails to deliver the stores within the time specified in the

Contract or any extension thereof the purchaser shall recover from the

Contractor as liquidated damages a sum of one half of one percent (05 percent)

of the Contract price of the undelivered stores for each calendar week of delay

The total liquidated damages shall not exceed ten percent (10 percent) of the

Contract price of the unit or units so delayed Stores will be deemed to have

been delivered only when all their component parts are also delivered If certain

components are not delivered in time the stores will be considered as delayed

until such time as the missing parts are delivered Delivery of stores shall be

complete on Installation commissioning Testing and Acceptance

20 INSPECTION AND ACCEPTANCE TEST

The Purchasers representatives shall also be entitled at all reasonable times

during manufacture to inspect examine and test on the Contractors premises

the material and workmanship of all stores to be supplied under this Contract

and if part of the said stores is being manufactured on other premises the

Contractor shall obtain for the purchasers representative permission to inspect

examine and test as if the equipment were being manufactured on the

Contractors premises

Such inspection examination and testing shall not release the Contractor from

the obligations under this Contract

For tests on the premises of the Contractor or of any of his sub Contractors the

Contractor shall provide free of cost assistance labour material electricity fuel

and instruments as may be required or as may be reasonably needed by the

purchasers representative to carry out the tests efficiently

When the stores have passed the specified test the purchaser representative

shall furnish a certificate to the effect in writing to the Contractor The

Tender No SCLPS52019E0156401 58

Contractor shall provide copies of the tests certificates to the purchaser as may

be required

21 Labour Law Contractor shall abide by all labour laws rules and regulations

which are prevailing and as enforced from time to time and SCL shall not be

responsible for any accident or mishap during the course of the contract to any

of engineer labour employee by the Contractor The contractor shall also ensure

that the statutory obligations with regards to the employment of labour under

law are complied properly and timely

22 ARBITRATION

In the event of any disputes differences or claims arising out of or relating to

the interpretation and application of the Contract such disputes or differences

or claims shall be settled amicably by mutual consultations of the good Offices

of the respective Parties and recognizing their mutual interests attempt to reach

a solution satisfactory to both the parties If such a resolution is not possible

within 30 days from the date of receipt of written notice of the existence of such

disputes then the unresolved disputes or differences or claims shall be

referred to the Sole Arbitrator appointed by the Parties by mutual consent in

accordance with the rules and procedures of Arbitration and Conciliation Act

1996 as amended from time to time The arbitration shall be conducted in New

Delhi in the Arbitration and Conciliation Centre New Delhi (Domestic and

International) as per its rules and regulations The expenses for the Arbitration

shall be shared equally or as may be determined by the Arbitrator The

considered and written decision of the Arbitrator shall be final and binding

between the Parties The applicable language for Arbitration shall be English

only Work under the Contract shall be continued by the CONTRACTOR during

the pendency of arbitration proceedings without prejudice to a final adjustment

in accordance with the decision of the Arbitrator unless otherwise directed in

writing by the DEPARTMENT or unless the matter is such that the works cannot

be possibly continued until the decision (whether final or interim) of the

Arbitrator is obtained

23 APPLICABLE LAWS The contract shall be interpreted construed and

Tender No SCLPS52019E0156401 59

governed by laws of IndiaThe contract shall be subject to exclusive Jurisdiction

of the Court of SAS Nagar (Mohali) Punjab India irrespective of anything

mentioned in any correspondences or otherwise

24 Any Other Term

Tender No SCLPS52019E0156401 60

Supporting Documents from Vendor

Attachment ‐ I

Attachment ‐ II

Price Bid Form

Item Description Slab Range Qty UOM Currency Unit Price Total Price

Supply of MCC Panels cables

cable trays lightings etc for

electrical distribution system

including fire detection

system LAN Paging etc for

the Chemical Store building as

per detailed specifications

technical write‐updrawings

attached

‐ 1 Lot ‐ ‐ ‐

Installation Testing and

Commissioning of MCC

Panels cables cable trays

lightings etc for electrical

distribution system including

fire detection system LAN

Paging etc for the Chemical

Store building as per detailed

specifications technical write‐

updrawings attached

‐ 1 Lot ‐ ‐ ‐

Tender No SCLPS52019E0156401 61

Break‐up of other taxes and other costs should be specified in respective narration columns

Sum of these Break‐up values should be specified in respective value columns

Supporting Documents from Vendor (Commercial)

Document attachment with price bid

Attachment ‐ I

Attachment ‐ II

  • pdf_document_tndr_notc_electrical_distribution_system_051119
  • pdf_document_tndr_doc_electrical_distribution_system_051119
Page 33: -72, -160071 चंडीगढ़ के समीप पंजाब भारत...स म -क डक टर ल ब र टर /Semi-Conductor Laboratory अ त रक ष वभ

Tender No SCLPS52019E0156401 32

cable tray as required for MCC Panel and MCB DBs as per the

detailed specification and quantity in this document All

necessary hardware for installation of cable like cable tie

clamps tags etc is in the scope of Contractor Contractor to

ensure that cable laid on the cable tray is properly clamped

with GI clamps and cable is properly secured on cable tray b

Wire The scope includes the Supply and installation of FRLS

Copper wire of different size quantity amp Specification for

power distribution and lighting and power etc as per the

requirement c Conduit The scope includes the Supply and

installation of ISI makes MS Conduits of different size as per

Specification for power and lighting distribution switch

sockets etc as per the requirement Flexible conduit shall be

of GId Cable tray The scope includes the supply and

installation of GIMS cable trays as per specificationse

Earthing The scope includes the supply and providing

earthing for Panels DBs cable trays light fixtures and poles

flameproof accessories fire panel speakers exhaust fans etc

matching the specifications given in this tender documentf

Lightning protection The scope includes the supply and

providing earthing for lightning protection of the building as

per the IS 2309 specification and quantities as per the BOQ

The scope includes horizontal and vertical runs earth pits test

point earthing of building periphery for contour etcg Rack

earthing The scope includes the supply and providing

earthing for racks as per specificationsh Switchboards and

SwitchSockets The scope includes the Supply and installation

of different size of flameproofnon‐flameproof Switchboards

and switchsocket for Lighting Power Distribution as per

specificationi MSGI Conduits flexible GI conduit earthing

materials doublesingle compression brass cable glands

cable lugs (Al amp Cu as required) cable ties cablewire

identification tags required for the installation and

maintenance of trouble free operation of the downstream

Tender No SCLPS52019E0156401 33

system and accessories are covered under this specificationj

MS junction box conduit along with all related accessories as

per specification

TECHNICAL SPECIFICATION‐2

Item Specifications ‐II

Sl No Specifications Compliance

(Yes No)

Offered Specifications Remarks

1 Electrical Panel SpecificationGeneralaPanel shall be

fabricated as per IEC 61439 part 1 amp 2 bPanel shall be indoor

metal clad air insulated floor mounted extendable to side

single front construction front wired front

connectedcMinimum thickness of sheet metal used shall be

2 mm and panel shall confirm to IP54 protectiondThe

working height of the Panel shall be limited as per standard

engineering practicese The design should be fully

compartmentalized with metal partitions between

compartments All doors shall be gasketed Each vertical

section shall have removable back coverfAll switches push

buttons lamps indicating instruments shall be flush

mountedgA full height vertical cable chamber with cable

supports shall be provided in each section to facilitate unit

wiring Cable chamber shall be sized to accommodate all cable

and shall have removable covers A horizontal wire way

extending the entire length shall be provided at the top of

panel for inter panel wiringhPanel shall be with minimum

75mm high base MS channel frameiThe panel shall undergo

seven tank or better process as per relevant IS

standardsjLifting hook shall be provided at each section for

easy transportationkDifferent compartment of the panel

shall be provided with dust proof type air filter louvers

explosion vents or similar safety arrangements in the panels

Tender No SCLPS52019E0156401 34

to let out gases under pressure generated during event of any

fault inside the panellPanel shall have pocket for the Panel

drawing in the incomer section

2 Busbar and Bus TapsaThe main bus and connections shall be

of high connectivity AluminiumAluminium alloy sized for

specified current ratings with maximum temperature limited

to 85amp778 C ie 35amp778 C rise and ambient 50amp778

bSeparate vertical bus bars shall be provided for each vertical

panelcAdequate contact pressure shall be ensured at bus

connections by means of two bolt connections with plain and

spring washers and lock nutsdBus bar and connections shall

be fully insulated for working voltages with adequate

phaseground clearances Insulating sleeves heat shrink type

for bus bar and shrouds removable type joints shall be

provided Bus insulators shall be flame retardanteBus bar

shall be color coded for easy identificationfBusbar should be

connected in such a way that it can be dismantledassembled

while separating different section of the panelgShrouds of

transparent sheet on the exposed bus in cable alleys for

adequate safety measurehBus bar Conductor shall be

confirming to IS‐5082iMinimum clearance (PH‐PH PH‐N and

PH‐E) between Bus bars shall be maintained as per latest

ISjBus Bar supporting Material shall be of

SMCDMCkMaterial of Aluminium Bus bar shall be of E91

gradelBus bar shall be protected from the transparent

insulated material for stand safety point

3 3Control ModuleaFixed type control module shall house the

control components for a circuitbThe equipment layout shall

provide sufficient working space in between the components

and subject to SCL approval cEach control module shall be

equipped with ACDC potential free Relays (230V AC24V DC)

Contactors etc for seamless interface of the operation of

Drives from FCMS (PLC)dVendor to provide the potential free

Tender No SCLPS52019E0156401 35

contact to facilitate local operation from MCC and remote

operation from FCMSPLC Vendor shall provide with each

drive module automanual selector switch and each drive

module shall be wired up to the terminal block for localauto

selection ON OFF trip feedback to SCLrsquos control station and

ONOFF command room FCMSPLC as welleMCC panel and

LPBS shall have selector switches for MCCLocal and

LocalRemote selection respectively Control (OnOff) of the

Drivesheaters will be as per following selection If selector

switch (SS) at MCC is selected to MCC ONOFF operation can

be done from MCC only irrespective of position of SS at LPBSIf

selector switches both at MCC amp LPBS are selected to LOCAL

ONOFF operation can be done from LPBS onlyIf SS at MCC is

selected to LOCAL and SS at LPBS is selected to REMOTE

ONOFF operation can be done from FCMS only

4 VFDVFD shall be of Allen Bradley PF400 series having

redundant Control Net communication option as well to

communicate with the existing Facilities Control amp Monitoring

System (FCMs) Control Net Bridge Coaxial Straight T‐Tap

1786‐TPS must also be supplied along with VFDs Line

reactorchoke of suitable rating shall be connected before the

VFD

5 Thyristor based Heater ControlaDYDAC Make Thyristor

power controller Type 3003 or equivalent rating 85kW

Control input 4‐20mA Thyristor input supply 415VAC (3‐Ouml)

Thyristor output supply 415VAC (3‐Ouml) which shall be provided

by the vendor in a separate compartment of the MCC 4‐20mA

Control signal from the heater PID will modulate the thyristor

controller output to maintain the fresh air temperature at set

value Heater ON and OFF set points shall be adjustable in the

SCADA in FCMSbThyristor controller run command run

feedback 4‐20mA modulating signal shall be wired up to the

terminal block in the cable alley in the MCC Thyristor

Tender No SCLPS52019E0156401 36

Panelcompartment shall be complete with inter module

control and power wiring 220V AC supply shall be drawn from

one of the phase and neutral of the incoming 415VAC and

connect to the Thyristor supply terminals through MCB

Circuit breaker lsquoswitch ONrsquo and Thyristor control unit lsquoRUN

commandrsquo will get activated from FCMS if air temperature is

below ON set point Circuit breaker lsquoswitch OFFrsquo and Thyristor

control unit lsquoRUN command withdraws will get activated

from FCMS when temperature becomes above OFF set point

6 Fire Suppression system amp Fire Protection systemPanel shall

be equipped with required materials such as fire suppression

cylinders filled with fire suppression agents Fire detection

tubes Heat sensor tubes end of line adaptor with gauge

electrical Relays differential pressure valves etc to provide

the fire suppression and fire protection system in cable alley

and bus bar chambers of the electrical panel

7 MCCBaThe MCCBs should be extra current limiting type with

trip time of less than 10 m sec under short circuit conditions

The current limiting action should be achieved with repulsion

principle The MCCBs should preferably have an anti‐reclosing

featurebThe MCCBs should be 3 or 4 poles as per SLDcThe

MCCBs should have a Service short circuit breaking capacity

(Ics) of not less than 35 kA rms at 415 Volts 50Hz AC for

incomer The service breaking capacity should be equal to

ultimate breaking capacities (Icu) (ie Ics= Icu=100)dThe

release should be thermal magnetic having adjustable

overload and short circuiteSwitches shall be triple pole air

break AC23 motor duty for motor starter feedersfCubicle

doors of incoming and outgoing shall be mechanically

interlocked with switchgear to prevent unintentional openings

of the door while the unit is in energized condition However

defeat interlock provision is also to be providedgAll incoming

and outgoing feeders shall be provided with bolted disconnect

Tender No SCLPS52019E0156401 37

link for isolation of neutral if necessary Selector switches

shall be of rotary typehThe MCCB shall be provided with

rotary drive kit spreader terminals and ONOFFTrip (MCCB)

position of switch handle to be clearly markediDuct Heater

MCCB shall be motorized to control (ONoff) from FCMSjFor

incomers it should be EDO microprocessor based

communicable MCCB (35 kA or above) with numerical

releases for OL SC amp EFR (With mechanical and Electrical

interlocking for operation of only one ACB at any point of

time)

8 MPCBaThe MPCBs should be of 3 pole air break type AC3

Duty continuous rating as specifiedbMPCBs should have at

least 1NO+1NC contactcThese should have trip indication

test trip functiondThe release should be thermal magnetic

having adjustable overload trip settingeThe service breaking

capacity should be equal to ultimate breaking capacities (Icu)

(ie Ics= Icu=100)fThe MPCBs should be suitable for din rail

type mounting

9 Capacitor Bank Supply and installation of Capacitor Bank ‐

Box Type Dry construction Conforming to IS 13340‐41IEC

60831 440V 50Hz Rated Current (In) as per Load Heavy

Duty Dielectric MPP Low loss type with overall loss lt

05WkVAR Delta Connection with Discharge Device

10 ContactoraThe contactor shall be 3 pole air break type AC3

Duty continuous rating for motor starter feeders with non‐

bouncing silver silver alloy contactsbContactor shall be of

electromagnetic type rated for uninterrupted duty as per

relevant standards and also suitable for capacitor duty

cContactor shall be provided with adequate auxiliary contacts

rated for 10Amps 240VAC for interfacing with control

schemedContactor coil rating shall be minimum pick up of

85 of rated voltage and minimum drop out of 75 rated

Tender No SCLPS52019E0156401 38

voltage

11 Control and IndicationsaPush buttons will be heavy duty oil

tight and push to actuate type with integral plate marked

with its functionbEach push button shall be provided with

2NO+2NC contacts rated for 10Amps 240VACcLamps shall

be LED type rated for 240V AC Lens and lamps shall be

replaceable from the front dThe control supply shall be

through a 415V230V transformer and the vendor shall

provide 1 no 415V230V transformer for the same Vendor

shall also provide Power module for 24V DC Supply for the

operation of heaters control module

12 MetersaAll indicating instruments shall be digital

Switchboard type with accuracy class +‐ 2 full scalebMFM

of suitable rating shall be used in the incomer

feedercSelector switches shall be furnished at outgoing

feeders as per SLD for ammeterdAmmeter shall be of analog

type flush mounted industrial pattern of size 96x96 mm with

accuracy class 10 eMultifunction meter shall be of digital

type flush mounted industrial pattern of size 96x96 mm with

accuracy class 10 as per IEC 6205253 suitable for

measurement of Current Voltage Power Frequency Power

factor Energy and ready port to communicate with FCMS

through RS 485 The Meter should have Modbus

communication port as well

13 CT (Current transformer)CT will be cast resin type rated 15VA

or more burden with Maximum accuracy limit of class 1

14 Secondary wiringaPanel shall be fully wired at the factory to

ensure proper functioning of control and protectionbFuse

and links shall be provided to permit individual circuit

protection from bus wires without disturbing other circuits All

spare contacts of relays push buttons and other devices shall

Tender No SCLPS52019E0156401 39

be wired up to terminal blockscWiring shall be done with

flexible 25sqmm copper 1100V grade PVC insulated

switchboard wires Each wire shall be identified at both ends

with permanent markers bearing wire numbers as per wiring

diagramdWire termination shall be done with crimping type

connector with insulating sleeve

15 Powercontrol Terminal BlocksaTerminal block shall be 660V

grade box clamp type with marking strips similar to ELMEX 10

mm2 or equal for ControlbTerminal for CT secondary leads

shall have provision for shortingcNot more than two wires

shall be connected to any terminaldSpare terminals equal in

number to 20 active terminals shall be providedeTerminal

blocks shall be suitably located in cable alleysfFor Power

cable Bus Bar type cable connector (Melamine material) shall

be providedgFor Control cable heavy duty screw type cable

connector (Melamine material) shall be provided

16 Cable terminationaPanel shall be designed for cable entry

from topbEach cable shall be clearly marked at both ends

with an indestructible marker preferably a cable tag made of

Aluminium tacked with indicating cable number amp both end

feeder tags with switchboard tags Cable tags at ends of cable

shall be provided inside the gland plate as well as outside the

gland platecAll provisions and accessories shall be furnished

for termination of cables including removable gland plates

cable supports and terminal blocksdGland plate shall be

minimum 3 mm thick

17 Ground BusA GI ground bus rated to carry the maximum fault

current shall extend full length of Panel The ground bus shall

be provided with 2 bolts with GI bolt and nuts at each end to

receive 50x6mm GI flat

18 NameplateaThe nameplate of approved design shall be

Tender No SCLPS52019E0156401 40

provided for each compartment and also at the top of each

panel Nameplate shall be minimum 20x70mm and 3mm

thickbDrawing Pouch shall be provided at the incomer cable

allay

19 PaintingPanel shall be painted with light grey epoxy painted

(Siemens Gray RAL 7032) and caution notice plate shall be

fixed at the back of each vertical panel

20 Make of Switchgears aMCCBSiemensSchneiderbPush

button SiemensSchneider TekniccSelector

SwitchSiemensSchneider Teknic

dFuseSchneiderSiemenseTimerSiemensSchneiderfContro

l TransformerAEIMPIndcoilgTerminal

BlockElmexConnectwellFTChMeters Conzerv LampT

AEiCTs amp PTsKappaAutomatic

Electric(AE)NippenjContactorsSchneiderSiemenskIndicatio

ns SiemensSchneider

TekniclRelaysSchneiderSiemensPLAmMCBSchneiderSiem

ensnCooling Fan

RexnordSunonoVFDsAllen bradlypThyristor moduleDYDAC

qRCBOSiemensSchneiderrMCB

DBSiemensABBLegrandsLine reactorchokeAllen

BradleytCapacitor BankNeptune Schneider Siemens

21 Local Push Button Station (LPBS)The Scope includes supply

and installation of LPBS for Chiller Pumps AHUs Heaters as

per the BOQ and detailed specification given below aLPBS

shall be indoor metal clad air insulated wallAngle frame

mounted as required single front construction front wired

front connected hinged lockable door LPBS for Chiller Pumps

system shall be suitable for outdoor installationbMinimum

thickness of sheet metal used shall be 2 mm and panel shall

conform to IP54 protection for indoor installation and IP65 for

outdoor type LPBScAll switches push buttons with indicating

Tender No SCLPS52019E0156401 41

LED lamps indicating instruments shall be flush

mounteddThe LPBS shall be used for remote operation of

drives Equipment and HeaterseTo facilitate the localremote

operation LPBS shall have LocalRemote selector switch and

provided with Start push button lockable Stop push button

ammeter of suitable range Terminal Block and lockable

Emergency off Switch etc fLPBS shall be equipped with AC

(230V)DC (24V) Relays Contactors etc for seamless interface

of the operation of Drives from FCMS (PLC)gLPBS should be

suitable for wall mounting and provided with necessary

mounting arrangementhWiring shall be done with flexible

25sqmm copper 650V grade PVC insulated switchboard

wires Each wire shall be identified at both ends with

permanent markers bearing wire numbers as per wiring

diagramiWire termination shall be done with crimping type

connector with insulating sleevejGland plate shall be

minimum 3 mm thickkThe nameplate of approved design

shall be provided for each compartment and also at the top of

each panel Nameplate shall be minimum 20x70mm and 3mm

thicklLPBS shall be painted with light grey epoxy painted

(Siemens Gray RAL 7032)

22 Make of Electrical panel As per DOS Approved Panel

manufacturer list (attached)

TECHNICAL SPECIFICATION‐3

Item Specifications ‐III

Sl No Specifications Compliance

(Yes No)

Offered Specifications Remarks

Tender No SCLPS52019E0156401 42

1 Fire Detection System Scope for fire detection system

includes supply installation testing commissioning of Fire

panel Addressable Fire detection devices Manual Call Points

Addressable loop sounders Switch Monitoring unit (SMU) UV

IR sensor for detection of methanol flame Cable MS junction

boxes for loop in loop out of cable as per specifications and

integrating the same with existing repeater panel as per the

requirement The detailed specifications for the different

component of fire deduction system are as follows

2 A Multi‐sensor Detectors The smoke detectors shall be multi‐

sensor (heat and smoke) detector with isolator suitable for

detecting a wide range of smoke from slow smoldering and

fast flaming fire The detector shall have following features

bullSolid state addressing arrangement in combination with a

hand held programmer to configure the sensor

addressbullElectronics free mounting basebullTwin alarm LEDs for

360 Degree viewing and shall have blinking LED facilitybullThe

sensor shall have s removable chamber for ease of cleaning or

replacementbullAutomatic compensation for smoke sensor

contaminationbullShall have a built in test facility which allows

the fire alarm control panel to adjust the alarm threshold

levels to compensate for contamination and shall have a

maintenance alarm display when threshold can no longer be

adjustedbullOperating temperature ‐ 10 DegC to 50 DegC and

operating RH at 40 DegC‐95 RH

3 B Manual call stations Manual Call Stations should have in

built monitor module and pressbreak and resettable

capability constructed of high impact LEXAN sheet with clearly

visible operating instructions on the cover and the word FIRE

shall appear on front and suitable for surface mountingflush

mounting complete as required

Tender No SCLPS52019E0156401 43

4 C UV IR SensorThe UV‐IR flame detector shall operate on 24

VDC 0‐24mA current output suitable for detection of

Methanol flame with automatic built in test for reliable

operations and suitable for installation in Hazardous area zone

1and 2 with Class I Division 12 Gas group A B C The detector

shall not be susceptible to environmental conditions to

generate false alarms The entire system shall be rated for IP

66 or better and supplied with suitable mounting bracket The

system shall comply to the detailed specifications as listed

belowbullDetection Technology UV ‐ IR Electro‐optical

detectionbullDetection range 75 meterbullField of View greater

than equal to 90deg Both Horizontal and verticalbullResponse

Time less than equal to 5 secondsbullBuilt in Test Automatic

bullOperating Temperature Range 0 to + 75degCbullOperating

Humidity Range Continuous 95 non‐condensingbullAnalog

Output signal 4‐20mAbullAlarms amp Fault Normal 4 mA Fault

02 mA Alarm 20 mA + 10 verifiedbullOperating voltage 24

VDC ( 18‐32VDC)bullPower consumption Vendor to specify for

Standby and Alarm conditionbullSensor Calibration

Verification Sensor calibration as per OEM for certified

performancebullSensor Life 2 Years (minimum)bullSensor

Calibration vendor to carry out sensor calibration at site and

submit calibration certificate valid for one yearbullRFI EMI

SusceptibilitybullRequired EN 616326‐3 and EN 6100006‐3 or

equivalent IP protectionbullIP protection IP 66 or betterbullFault

Diagnostic Sensor Fault (end of life) other informationbullSelf‐

Check Test Automatic during start‐upbullHousing SS 316

Epoxy Painted Aluminium die castbullStart‐up Time Vendor to

specifybullApprovalcertification PESO and ATEX ‐ Ex d IIC C

Class 1 Div 12 Group A B C DNote Vendor shall arrange

the 230V AC to 24V DC Power supply module along with half

an hour Battery Back up in MS powder coated Enclosure

Input Power supply (230V AC) for Power Supply module shall

Tender No SCLPS52019E0156401 44

be provided by SCL

5 D SMU Unit for UV IR sensor Supply installation testing and

commissioning of Switch Monitoring Unit (SMU) to configure

the UV IR sensors with fire detection system as requiredE

SoundersAddressable Sounders shall be loop powered with

all fixing materials complete as required The sound level shall

be 100dB (A)

6 F Fire Alarm Control Panel (FACP) bullFACP shall be of 2

loopsbullFACP shall be suitable for 230V 50 Hz AC supply and

detectors shall be powered using FACP based detection

circuits Devices shall receive power and communication from

the same pair of conductorsbullFACP shall provide for resetting

detectors fault isolation and sensor loop operationbullFACP

shall be suitable for mixing different fire devices and beam

smoke detectors within the same loop to optimize field

wiringbullFACP shall have alarm indication of individual sensors

detector trouble alarm indication for dust accumulation The

panel shall check detector once in every 24 hours for

contamination for this purposebullThe FACP shall regularly

supervise all the sensors and devices on the loop and initiate

fire or trouble alarm whenever requiredbullFACP shall have 2

wire circuits to connect minimum of 126 addressable devices

per loopbullFACP shall be with repeater interface and suitable

24V battery with built in software and 2 x 40 character

alphanumeric LCD display and necessary front panel control

keys FACP shall display the date time and description for

Analog sensors to indicate alarms and trouble

situationsbullFACP switches shall allow authorized personnel to

accomplish the following ‐bullInitiate a general alarm

conditionbullSilence the local audiblebullSilence the alarm

signalsbullReset all zonespointsbullFACP shall have walk test

facilitybullShall have facility for programming from the key

board or utilizing PC set up software via laptopdesk top

Tender No SCLPS52019E0156401 45

computerbullShall have memory data for panel configuration

and operation reside in non‐volatile memory (EPROM)bullFACP

shall have facility for speech processor (to record pre‐

recorded message of 20 S) and also have Auto Dialer facility

(can dial up to 8 different lines)bullAll addressable units shall be

connected to the FACP through the loop cards and shall be

addressed though individualized numbers The FACP shall be

able to obtain analog value for all detectors in the circuit

through a pulsed digitized current data The FACP shall be

able to analyze all analog inputs from all addressable units

and though its own software and ambient level screening the

FACP shall be able to identify fire possible fire or fault

conditions The unit supervision shall be dynamic and

continuousbullThe FACP shall itself have all loop cards in it No

isolated mother board or transponder shall be

consideredbullShortopen circuit units shall also be reported at

the FACP in such cases the system through the use of fault

isolators shall be able to isolate that segment between the

two fault isolators The missing DetectorsDevices shall also

be reported to the FACP with identification of the

locationbullThe FACP shall have the facility to set smoke sensor

sensitivity remotely to either high sensitivity manually or on a

pre‐programmed sequence (Ie DayNight) period When an

alarm condition is sensed at the FACP from a smoke or heat

detector a delay timealarm verification period shall be

started If the sensor is still in alarm after the delay time

expired an alarm condition is reported The delay time shall

be adjustable from 0 to 990 secondsbullThe FACP shall have

either an in‐built or external printer coupled to the FACP

which shall log all events with time The printout shall clearly

indicate the event‐FirePre‐AlarmFault etc with the unit

address and timebullThe FACP shall also be able to discriminate

between false alarms and fire conditions as well as priority

selection of alarm in case alarm activities in two or more

Tender No SCLPS52019E0156401 46

remotely located units simultaneously In such cases the

Manual Call stations shall have the highest prioritybullThe FACP

shall also be able to actuate switches automatically in case of

Fire condition of AHUs and power supply or other system such

as piped pressurized gas supplybullThe system shall be fail safe

and adequate safe guards should be under taken that in the

event of a failure of a part of the system it shall not handicap

the complete system The loop cards shall be of Modular

constructionbullThe FACP shall have its own battery backup of a

minimum of 48 hours in normal run and then half an hour in

alarm condition The backup time calculation shall be done as

per TAC standards The Battery shall be 2 x 12V (24V) DC and

of sealed maintenance free type housed inside the FACPbullIt

shall be able to withstand temperature variations from 0

Degree Centigrade to 55 Degree Centigrade Further Relative

Humidity (non‐condensing type) up to 93 shall not hamper

its performance The voltage rating shall be from 17V DC to

31V DC though the voltage may be change depending upon

the working voltages of a proprietary FACPbullThe FACP shall be

totally enclosed dust and vermin proof type made of

minimum 16‐gauge dust inhibited sheet with even baked

finish The FACP shall be of completely solid state designbullThe

logic circuitry shall be based on high noise immunity solid‐

state hardware employing modular construction Logic cards

shall be of epoxy fiber glass constructionbullThe FACP shall have

EN 54ULFM approvalbullThe panel shall have an extra loop

card to serve as standby in case of burnout or malfunctioning

of any operating loop cardsbullThe FACP shall be capable of

being networked (future expansion) with other similar FACPs

located at different locations of SCL premises through a single

RS 485 busbullThe FACP shall have provision for interfacing with

the Public Address System

7 G Repeater panelScope comprises of supply and installation

Tender No SCLPS52019E0156401 47

of Repeater Panel which display fire fault message

simultaneously with the FACP bullIt shall be capable of

interfacing with the FACP on a single RS 485 Bus bullThe panel

shall be capable of operating on 24V DC supplybullThe

independent 24V DC supply source to be installed in MS

cubicle Box duly powder coated paint along with repeater

panelbullThe panel shall have 2 x 40‐character backlit display

which shall display date time and description of alarm

trouble events are that displayed in the panel shall be

powered from the FACPbullIt shall have control keys for sound

silence mute and to reset the FACP from the repeater

stationsbullThe repeater panel shall have the following LEDs

indicationsbullSupply bullFault bullMute bullSilent bullDisabled

bullFire

8 H Fire CableSupply and installation of 2Cx15mm2 Copper

extruded PVC inner sheath armored and overall FRLS PVC

outer sheathed 11 KV grade as per IS 7098 (Part I bearing ISI

certification) on existing cable traywallsoft soilhard soil as

required

9 I Fire Cable terminationSupplying and making end

termination with brass compression gland and copper lugs for

2Cx15mm2 Copper cable in MS Box of Size 4X4 installed

above the false ceilingwallsurface as required

10 J Junction Box for Fire devicesSupply installation testing and

commissioning of MS painted box Size 4X4 with ELMEX type

terminal block for loop in loop out of 2c x15 sq mm copper

armored cable and connection to the fire detector device on

wallsurfacerecess including wall cutting and providing

necessary hardware for mounting fixing including all

material for fixing as required

Tender No SCLPS52019E0156401 48

TECHNICAL SPECIFICATION‐4

Item Specifications ‐IV

Sl No Specifications Compliance

(Yes No)

Offered Specifications Remarks

1 A NetworksLAN The detailed specification for the network

rack switch cable cords IOs face plates etc and the

required accessories shall be as below CAT 6A or better cable

shall be laid in the PVC Conduit The detailed specifications

for the different component of networksLAN are as follows

2 bull Rack Supply installation testing and commissioning of UL

listed modular type 12U network rack with front glass door

and rear perforated door floor mounted Size 550x550 with

1 No of 5 port Octagonal PDU 515Amp with MCB and Fan

Tray with minimum 2 Fans The rack should have provision of

2 nos of cable manager duct type 1U and 2 vertical manager‐

concealed type Rack should be three sides openable with

front glass door and rear perforated door and provision of

cable entry from top and bottom both with proper earthing

kit as requiredRecommended Make Rittal Netrack

Schneider Valrack

3 bull Network Switch Supply amp installation of Network Switch in

Network Rack with the following specification as belowSwitch

shall haveamp61607Port Density Minimum 8 101001000

BaseT Ports amp 4‐1G SFP Ports ready for use with SFP module

Ports shall support PoE on all ports with PoE budget of

180Wamp61607Architecture Stand‐alone rack

mountableamp61607Bandwidth minimum 56Gbps of

switching bandwidth to support above listed ports in non‐

blocking configurationamp61607StackableScable support for

Tender No SCLPS52019E0156401 49

stacking multiple switchesamp61607Stacking backplane

bandwidth Access switch shall have additional port(s) for

providing minimum 40 Gbps stacking bandwidthamp61607L2

Features 8021x authentication spanning tree

etcamp61607Networkjflowsflow or equivalent provision for

Networkjflowsflow or equivalent supportamp61607Network

Management support Network Management through

command line interface (CLI) SNMP v1 v2c v3

httpsamp61607IPv6 Readiness IPv6 Readiness from day

1amp61607RegulatorySafety confirming to UL60950 amp

EN60950amp61607EALNIAP certified Model No shall be EAL

or NIAPNDPP certifiedRecommended Make Cisco Juniper

HP Brocade dell

4 bull CAT 6A Cable Supply and installationlaying of category 6A

or better 4 pair shielded cable UFTP or FUTP in PVC

Conduit sheath type low smoke zero halogen (LSZH) with

transmission properties amp electrical properties tested

minimum up to 500MHz amp verified by ETL amp comply with

ANSITIAEIA‐568‐C2 amp ISOIEC 11801 Recommended make

Commscope Schneider Molex Siemon

5 bull Patch Panel Supply installation testing and commissioning

of CAT6A PatchJack Panel of 24 Port fully loaded in Network

rack with port identification number with self‐adhesive clear

label holder Each portjack on the panel should be

individually removable on field from the panel and have

integrated rear cable management metallic shelf and have a

separate provision of grounding Recommended make

Commscope Schneider Molex Siemon

6 bull Patch Cords (1 meter) Supply installation testing and

commissioning of Patch Cords Cat 6A shielded 1 meter in

Network rack with 4 pair shielded copper wire factory pre

terminated with shielded RJ45 plugs Aluminumpolyester

Tender No SCLPS52019E0156401 50

shield screen material with low smoke Zero halogen sheath

comply to TIA‐568‐C2 Cat 6A in IOs of Network

RackRecommended make Commscope Schneider Molex

Siemon

7 bull Patch Cords (3 meter) Supply installation testing and

commissioning of Patch Cords Cat 6A shielded 3 meter in

Network rack with 4 pair shielded copper wire factory pre

terminated with shielded RJ45 plugs Aluminumpolyester

shield screen material with low smoke Zero halogen sheath

comply to TIA‐568‐C2 Cat 6A at field side Recommended

make Commscope Schneider Molex Siemon

8 bull Information outlet Supply and installation of Shielded Cat

6A information outlet UFTP or FUTP compliance to category

6A or better TIA568C2‐500MHz at field sideRecommended

make Commscope Schneider Molex Siemon

9 bull Face Plate (Dual) Supply and installation of single gang

square face plate (Dual) and SMB Box with a provision to

support variety of jacks‐ UTP STP etc at the field

sideRecommended make Commscope Schneider Molex

SiemonbullFace plate (single) Supply and installation of square

face plate ( single) with a provision to support variety of jacks‐

UTP STP etc at the field sideRecommended make

Commscope Schneider Molex Siemon

10 bull SMB Box Supply and installation of SMB Box for face plate

(DualSingle) as required Recommended make Commscope

Schneider Molex Siemon

11 bull Other Accessories amp61607Supply and Installation of

25mm electrical grade ISI mark PVC Conduit in

wallfloorslabsurface including wallfloor cutting and

making good the same as required Recommended make

Reputed ISI Markamp61607Supply and installation of OFC SM

Tender No SCLPS52019E0156401 51

OS2 Cable in existing 32mm HDPE pipe as

requiredamp61607Supply and Laying of 32mm HDPE pipe

direct in ground including excavation sand cushioning

protective covering and refilling the trench including standard

cable route marker etc as requiredamp61607Supply and

installation of SC simplex single‐mode LSZH pigtail 1m as

requiredamp61607Supply and installation of adaptor plate

with 3 SC duplex SM adaptors as requiredamp61607Splicing of

OFC as per Core as requiredamp61607Supply and installation

of accessories for making the Chamber Pit‐ 1Mtr Depth with

Lid for housing OFC as requiredamp61607Trenching of

HardSoft Soil as required

12 B Paging The scope includes supply installation testing and

commissioning of Supply and installation of IP 65 or better

explosion proofWP loud speaker anticorrosive powder

coated red (RAL‐3000) suitable for Zone I amp II Class II C

Hardware SS304 as per IS2148 and equivalent to model FLSR

25 of Baliga with necessary support gland as required and

installing the same on wallsurface with GI supports as

required and connecting the same with wire The Scope also

includes supply and installation of 2Cx15mm2 FRLS armored

and PVC sheath twisted pair wire their termination tagging

glanding earthing etc as required for speakers and other

accessories requires for smooth commissioning of the paging

system

Vendor Specificied Terms

Description Vendor Terms

Tender No SCLPS52019E0156401 52

1Delivery Term

Prices shall be quoted on F O R destination basis ie S C L S A S Nagar Mohali

Punjab exclusive of GST and taxes as may be applicable

2 GST

Purchaser is entitled to concessional GST of 5 as per Ministry of Finance

Department of Revenue Notification No 472017 Integrated Tax (Rate) both

dated 14th November 2017 respectively and would accordingly issue Exemption

Certificate in favour of the contractor quoting in Indian Rupees The bidder

should take note of the same while quoting the prices in Indian Rupees GST on

installation services shall be applicable 18

3 DELIVERY SCHEDULEPERIOD OF COMPLETION

The time allowed for supply installation testing and commissioning of the entire

works shall be 06 (Six) months to be reckoned form the 7th day of issue of

purchase order

4 IMPORTANT

This being a two part Tender Technical and Commercial parts separate the

bidder should not attach any document(s) containing pricing information with

technical part The Contractor will provide Un priced commercial offer in

envelope 1 (Technical Part) as an attachment

The tenders containing price information in Technical Part will be treated as

unsolicited offers and rejected Contractor to confirm that Price bid is not

attached in Envelope 1 ie Technical Part

Priced Commercial offer if any should be attached in Envelope 2 (Price Bid)

under Supporting Documents from Vendor (Commercial) as an attachment

5 The prices shall remain firm until completion of entire project including

extended period if any No cost escalation shall be applicable for the work

Tender No SCLPS52019E0156401 53

6 SECURITY DEPOSIT

a) On acceptance of the tender the Contractor shall submit security deposit for

ten percent (10 percent) of the value of the Contract within 15 days from the

date of purchase order If the Contractor fails toprovide the security within the

period specified such failure shall constitute a breach of the Contract and the

Purchaser shall be entitled to make other arrangements for the re purchase of

the stores contracted at the cost and risk of the Contractor

b) Security Deposit shall be submitted through Demand Draft Bankers Cheque

fixed deposit receipt or Bank Guarantee from any of the Scheduled Banks

executed on nonjudicial stamp paper of appropriate value and shall be valid for

a period of sixty (60) days beyond the date for completion of the Purchase

OrderContract

c) In case the contractor fails to furnish the security deposit within the specified

date or extended due date the Purchase OrderContract shall be cancelled and

in addition appropriate penal action may also be considered

d) After the Purchase OrderContract is successfully executed in all respects the

Bank Guarantee towards Security Deposit may be discharged and retained

amount shall be refunded to vendors

e) In the event of non execution of the Purchase orderContract or breach of any

terms and conditions of the Purchase Order the Security Deposit shall be

forfeited

7 Warranty

The Contractor shall provide for the tendered job comprehensive warranty for

parts as well as labour for a period of 12 months from the date of successful

installation commissioning and testing of the system at Purchasers site at no

extra charges against any manufacturing defectfaulty workmanship In case any

defect arises during warranty period the Contractor should replacerectify the

same at its own cost at siteworks

The LED light fittings and its driver unit etc shall have warranty for a period of 5

Tender No SCLPS52019E0156401 54

years from the date of installation and commissioning

8 Warranty Replacements

All replacement parts if any shall be supplied by the Contractor free of cost on F

O R Purchaser site at S A S Nagar Punjab basis

9 TERMS OF PAYMENT

The payment shall be remitted as under

90 of the value of the materials supplied shall be paid within 30 days of the

receipt of the materials at purchaser site and the balance 10 amount along

with 100 installation charges shall be payable on successful installation

commissioning and acceptance of the entire project at Purchasers site against a

Performance Bank Guarantee

10 PERFORMANCE BANK GUARANTEE (PBG)

The Contractor shall furnish a Bank Guarantee (as per format given by purchaser)

from any nationalized scheduled bank for an amount equivalent to 10 of the

value of the Contract and shall be valid for a period of 60 days beyond the expiry

date of warranty period On the performance and completion of the Contract in

all respects the Bank Guarantee will be returned to the Contractor without any

interest

11 VALIDITY

The tender must be valid for a minimum period of 120 days from the date of

opening of Technical bid and 90 days after opening of Price bid

The tender where the validity period is shorter than the period specified in the

tender enquiry shall be excluded from the procurement process

12 Quantity Variation

The quantities indicated against each items in the Bill of Quantities (BOQ) are

indicative and are for the purpose of bidding only Variation in quantities up to

Tender No SCLPS52019E0156401 55

+25 percent shall be carried out by the contractor on the agreedPurchase order

(PO) rates and terms amp conditions as in the purchase order (PO)

13 GUARANTEED TIME DELIVERY

The time for and the date of delivery stipulated in the Purchase Order shall be

deemed to be the essence of the Contract Delivery must be completed within

the date specified therein

14 Extra Items

In case of extra items (that are completely new and are in addition to the items

contained in the contract) the contractor may claim rates supported by proper

analysis and purchaser engineer in charge of the work shall after giving

consideration to the analysis of the rates submitted by the contractor determine

the rates on the basis of market rates and the contractor shall be paid in

accordance with the rates so determined The contractor(s) profit amp OH shall be

factored in the rate analysis 15

15 CONSIGNEE

Sr Purchase and Stores Officer (Stores)

Semi Conductor Laboratory

Sector 72 SAS Nagar (Mohali) Punjab

India 160 071

16 INSTALLATION AND COMMISSIONING

Installation commissioning and demonstration of performance of the tendered

stores as per Purchaser tendered specifications shall be carried out by the

Contractor at Purchaser site at S A S Nagar Punjab India

The Contractor shall provide in advance guidelines for preparation of the

installation site and list of items to be supplied by Purchaser during installation

Tender No SCLPS52019E0156401 56

On receipt of intimation from the Purchaser the Contractor shall depute its

engineer(s) to Purchaser site within two weeks to carry out installation and

commissioning and will demonstrate the functionality of the tendered

equipment to Purchaser specifications as per mutually agreed acceptance

procedure The Contractor shall be responsible for any lossdamages sustained

due to delay on the part of the Contractor to send its engineer for installation

and commissioning

Failure to commission the tendered equipment successfully shall entitle

Purchaser to full refund of the payment made and the interest thereon Decision

regarding successful installation and commissioning shall rest solely with the

Purchaser

17 REJECTION

In the event that any of the stores supplied by the Contractor is found defective

in material or workmanship or otherwise not in conformity with the

requirements of the Contract specifications the purchaser shall either reject the

stores or request the Contractor in writing to rectify the same The Contractor

on receipt of such notification shall either rectify or replace the defective stores

free of cost to the purchaser If the Contractor fails to do so the purchaser may

at his option either

a) replace or rectify such defective stores and recover the extra cost so involved

from the Contractor or

b) terminate the Contract for default as provided in this tender document

18 EXTENSION OF TIME

If the completion of supply of stores is delayed due to reason of force majeure

such as acts of god acts of public enemy acts of Government fires floods

epidemics quarantine restriction strikes freight embargoes etc the

Contractor shall give notice within 15 days to the purchaser in writing of his

claim for an extension of time The purchaser on receipt of such notice after

verification if necessary may agree to extend the Contract delivery date as may

Tender No SCLPS52019E0156401 57

be reasonable but without prejudice to other terms and conditions of the

Contract

19 DELAY IN COMPLETIONLIQUIDATED DAMAGES

If the Contractor fails to deliver the stores within the time specified in the

Contract or any extension thereof the purchaser shall recover from the

Contractor as liquidated damages a sum of one half of one percent (05 percent)

of the Contract price of the undelivered stores for each calendar week of delay

The total liquidated damages shall not exceed ten percent (10 percent) of the

Contract price of the unit or units so delayed Stores will be deemed to have

been delivered only when all their component parts are also delivered If certain

components are not delivered in time the stores will be considered as delayed

until such time as the missing parts are delivered Delivery of stores shall be

complete on Installation commissioning Testing and Acceptance

20 INSPECTION AND ACCEPTANCE TEST

The Purchasers representatives shall also be entitled at all reasonable times

during manufacture to inspect examine and test on the Contractors premises

the material and workmanship of all stores to be supplied under this Contract

and if part of the said stores is being manufactured on other premises the

Contractor shall obtain for the purchasers representative permission to inspect

examine and test as if the equipment were being manufactured on the

Contractors premises

Such inspection examination and testing shall not release the Contractor from

the obligations under this Contract

For tests on the premises of the Contractor or of any of his sub Contractors the

Contractor shall provide free of cost assistance labour material electricity fuel

and instruments as may be required or as may be reasonably needed by the

purchasers representative to carry out the tests efficiently

When the stores have passed the specified test the purchaser representative

shall furnish a certificate to the effect in writing to the Contractor The

Tender No SCLPS52019E0156401 58

Contractor shall provide copies of the tests certificates to the purchaser as may

be required

21 Labour Law Contractor shall abide by all labour laws rules and regulations

which are prevailing and as enforced from time to time and SCL shall not be

responsible for any accident or mishap during the course of the contract to any

of engineer labour employee by the Contractor The contractor shall also ensure

that the statutory obligations with regards to the employment of labour under

law are complied properly and timely

22 ARBITRATION

In the event of any disputes differences or claims arising out of or relating to

the interpretation and application of the Contract such disputes or differences

or claims shall be settled amicably by mutual consultations of the good Offices

of the respective Parties and recognizing their mutual interests attempt to reach

a solution satisfactory to both the parties If such a resolution is not possible

within 30 days from the date of receipt of written notice of the existence of such

disputes then the unresolved disputes or differences or claims shall be

referred to the Sole Arbitrator appointed by the Parties by mutual consent in

accordance with the rules and procedures of Arbitration and Conciliation Act

1996 as amended from time to time The arbitration shall be conducted in New

Delhi in the Arbitration and Conciliation Centre New Delhi (Domestic and

International) as per its rules and regulations The expenses for the Arbitration

shall be shared equally or as may be determined by the Arbitrator The

considered and written decision of the Arbitrator shall be final and binding

between the Parties The applicable language for Arbitration shall be English

only Work under the Contract shall be continued by the CONTRACTOR during

the pendency of arbitration proceedings without prejudice to a final adjustment

in accordance with the decision of the Arbitrator unless otherwise directed in

writing by the DEPARTMENT or unless the matter is such that the works cannot

be possibly continued until the decision (whether final or interim) of the

Arbitrator is obtained

23 APPLICABLE LAWS The contract shall be interpreted construed and

Tender No SCLPS52019E0156401 59

governed by laws of IndiaThe contract shall be subject to exclusive Jurisdiction

of the Court of SAS Nagar (Mohali) Punjab India irrespective of anything

mentioned in any correspondences or otherwise

24 Any Other Term

Tender No SCLPS52019E0156401 60

Supporting Documents from Vendor

Attachment ‐ I

Attachment ‐ II

Price Bid Form

Item Description Slab Range Qty UOM Currency Unit Price Total Price

Supply of MCC Panels cables

cable trays lightings etc for

electrical distribution system

including fire detection

system LAN Paging etc for

the Chemical Store building as

per detailed specifications

technical write‐updrawings

attached

‐ 1 Lot ‐ ‐ ‐

Installation Testing and

Commissioning of MCC

Panels cables cable trays

lightings etc for electrical

distribution system including

fire detection system LAN

Paging etc for the Chemical

Store building as per detailed

specifications technical write‐

updrawings attached

‐ 1 Lot ‐ ‐ ‐

Tender No SCLPS52019E0156401 61

Break‐up of other taxes and other costs should be specified in respective narration columns

Sum of these Break‐up values should be specified in respective value columns

Supporting Documents from Vendor (Commercial)

Document attachment with price bid

Attachment ‐ I

Attachment ‐ II

  • pdf_document_tndr_notc_electrical_distribution_system_051119
  • pdf_document_tndr_doc_electrical_distribution_system_051119
Page 34: -72, -160071 चंडीगढ़ के समीप पंजाब भारत...स म -क डक टर ल ब र टर /Semi-Conductor Laboratory अ त रक ष वभ

Tender No SCLPS52019E0156401 33

system and accessories are covered under this specificationj

MS junction box conduit along with all related accessories as

per specification

TECHNICAL SPECIFICATION‐2

Item Specifications ‐II

Sl No Specifications Compliance

(Yes No)

Offered Specifications Remarks

1 Electrical Panel SpecificationGeneralaPanel shall be

fabricated as per IEC 61439 part 1 amp 2 bPanel shall be indoor

metal clad air insulated floor mounted extendable to side

single front construction front wired front

connectedcMinimum thickness of sheet metal used shall be

2 mm and panel shall confirm to IP54 protectiondThe

working height of the Panel shall be limited as per standard

engineering practicese The design should be fully

compartmentalized with metal partitions between

compartments All doors shall be gasketed Each vertical

section shall have removable back coverfAll switches push

buttons lamps indicating instruments shall be flush

mountedgA full height vertical cable chamber with cable

supports shall be provided in each section to facilitate unit

wiring Cable chamber shall be sized to accommodate all cable

and shall have removable covers A horizontal wire way

extending the entire length shall be provided at the top of

panel for inter panel wiringhPanel shall be with minimum

75mm high base MS channel frameiThe panel shall undergo

seven tank or better process as per relevant IS

standardsjLifting hook shall be provided at each section for

easy transportationkDifferent compartment of the panel

shall be provided with dust proof type air filter louvers

explosion vents or similar safety arrangements in the panels

Tender No SCLPS52019E0156401 34

to let out gases under pressure generated during event of any

fault inside the panellPanel shall have pocket for the Panel

drawing in the incomer section

2 Busbar and Bus TapsaThe main bus and connections shall be

of high connectivity AluminiumAluminium alloy sized for

specified current ratings with maximum temperature limited

to 85amp778 C ie 35amp778 C rise and ambient 50amp778

bSeparate vertical bus bars shall be provided for each vertical

panelcAdequate contact pressure shall be ensured at bus

connections by means of two bolt connections with plain and

spring washers and lock nutsdBus bar and connections shall

be fully insulated for working voltages with adequate

phaseground clearances Insulating sleeves heat shrink type

for bus bar and shrouds removable type joints shall be

provided Bus insulators shall be flame retardanteBus bar

shall be color coded for easy identificationfBusbar should be

connected in such a way that it can be dismantledassembled

while separating different section of the panelgShrouds of

transparent sheet on the exposed bus in cable alleys for

adequate safety measurehBus bar Conductor shall be

confirming to IS‐5082iMinimum clearance (PH‐PH PH‐N and

PH‐E) between Bus bars shall be maintained as per latest

ISjBus Bar supporting Material shall be of

SMCDMCkMaterial of Aluminium Bus bar shall be of E91

gradelBus bar shall be protected from the transparent

insulated material for stand safety point

3 3Control ModuleaFixed type control module shall house the

control components for a circuitbThe equipment layout shall

provide sufficient working space in between the components

and subject to SCL approval cEach control module shall be

equipped with ACDC potential free Relays (230V AC24V DC)

Contactors etc for seamless interface of the operation of

Drives from FCMS (PLC)dVendor to provide the potential free

Tender No SCLPS52019E0156401 35

contact to facilitate local operation from MCC and remote

operation from FCMSPLC Vendor shall provide with each

drive module automanual selector switch and each drive

module shall be wired up to the terminal block for localauto

selection ON OFF trip feedback to SCLrsquos control station and

ONOFF command room FCMSPLC as welleMCC panel and

LPBS shall have selector switches for MCCLocal and

LocalRemote selection respectively Control (OnOff) of the

Drivesheaters will be as per following selection If selector

switch (SS) at MCC is selected to MCC ONOFF operation can

be done from MCC only irrespective of position of SS at LPBSIf

selector switches both at MCC amp LPBS are selected to LOCAL

ONOFF operation can be done from LPBS onlyIf SS at MCC is

selected to LOCAL and SS at LPBS is selected to REMOTE

ONOFF operation can be done from FCMS only

4 VFDVFD shall be of Allen Bradley PF400 series having

redundant Control Net communication option as well to

communicate with the existing Facilities Control amp Monitoring

System (FCMs) Control Net Bridge Coaxial Straight T‐Tap

1786‐TPS must also be supplied along with VFDs Line

reactorchoke of suitable rating shall be connected before the

VFD

5 Thyristor based Heater ControlaDYDAC Make Thyristor

power controller Type 3003 or equivalent rating 85kW

Control input 4‐20mA Thyristor input supply 415VAC (3‐Ouml)

Thyristor output supply 415VAC (3‐Ouml) which shall be provided

by the vendor in a separate compartment of the MCC 4‐20mA

Control signal from the heater PID will modulate the thyristor

controller output to maintain the fresh air temperature at set

value Heater ON and OFF set points shall be adjustable in the

SCADA in FCMSbThyristor controller run command run

feedback 4‐20mA modulating signal shall be wired up to the

terminal block in the cable alley in the MCC Thyristor

Tender No SCLPS52019E0156401 36

Panelcompartment shall be complete with inter module

control and power wiring 220V AC supply shall be drawn from

one of the phase and neutral of the incoming 415VAC and

connect to the Thyristor supply terminals through MCB

Circuit breaker lsquoswitch ONrsquo and Thyristor control unit lsquoRUN

commandrsquo will get activated from FCMS if air temperature is

below ON set point Circuit breaker lsquoswitch OFFrsquo and Thyristor

control unit lsquoRUN command withdraws will get activated

from FCMS when temperature becomes above OFF set point

6 Fire Suppression system amp Fire Protection systemPanel shall

be equipped with required materials such as fire suppression

cylinders filled with fire suppression agents Fire detection

tubes Heat sensor tubes end of line adaptor with gauge

electrical Relays differential pressure valves etc to provide

the fire suppression and fire protection system in cable alley

and bus bar chambers of the electrical panel

7 MCCBaThe MCCBs should be extra current limiting type with

trip time of less than 10 m sec under short circuit conditions

The current limiting action should be achieved with repulsion

principle The MCCBs should preferably have an anti‐reclosing

featurebThe MCCBs should be 3 or 4 poles as per SLDcThe

MCCBs should have a Service short circuit breaking capacity

(Ics) of not less than 35 kA rms at 415 Volts 50Hz AC for

incomer The service breaking capacity should be equal to

ultimate breaking capacities (Icu) (ie Ics= Icu=100)dThe

release should be thermal magnetic having adjustable

overload and short circuiteSwitches shall be triple pole air

break AC23 motor duty for motor starter feedersfCubicle

doors of incoming and outgoing shall be mechanically

interlocked with switchgear to prevent unintentional openings

of the door while the unit is in energized condition However

defeat interlock provision is also to be providedgAll incoming

and outgoing feeders shall be provided with bolted disconnect

Tender No SCLPS52019E0156401 37

link for isolation of neutral if necessary Selector switches

shall be of rotary typehThe MCCB shall be provided with

rotary drive kit spreader terminals and ONOFFTrip (MCCB)

position of switch handle to be clearly markediDuct Heater

MCCB shall be motorized to control (ONoff) from FCMSjFor

incomers it should be EDO microprocessor based

communicable MCCB (35 kA or above) with numerical

releases for OL SC amp EFR (With mechanical and Electrical

interlocking for operation of only one ACB at any point of

time)

8 MPCBaThe MPCBs should be of 3 pole air break type AC3

Duty continuous rating as specifiedbMPCBs should have at

least 1NO+1NC contactcThese should have trip indication

test trip functiondThe release should be thermal magnetic

having adjustable overload trip settingeThe service breaking

capacity should be equal to ultimate breaking capacities (Icu)

(ie Ics= Icu=100)fThe MPCBs should be suitable for din rail

type mounting

9 Capacitor Bank Supply and installation of Capacitor Bank ‐

Box Type Dry construction Conforming to IS 13340‐41IEC

60831 440V 50Hz Rated Current (In) as per Load Heavy

Duty Dielectric MPP Low loss type with overall loss lt

05WkVAR Delta Connection with Discharge Device

10 ContactoraThe contactor shall be 3 pole air break type AC3

Duty continuous rating for motor starter feeders with non‐

bouncing silver silver alloy contactsbContactor shall be of

electromagnetic type rated for uninterrupted duty as per

relevant standards and also suitable for capacitor duty

cContactor shall be provided with adequate auxiliary contacts

rated for 10Amps 240VAC for interfacing with control

schemedContactor coil rating shall be minimum pick up of

85 of rated voltage and minimum drop out of 75 rated

Tender No SCLPS52019E0156401 38

voltage

11 Control and IndicationsaPush buttons will be heavy duty oil

tight and push to actuate type with integral plate marked

with its functionbEach push button shall be provided with

2NO+2NC contacts rated for 10Amps 240VACcLamps shall

be LED type rated for 240V AC Lens and lamps shall be

replaceable from the front dThe control supply shall be

through a 415V230V transformer and the vendor shall

provide 1 no 415V230V transformer for the same Vendor

shall also provide Power module for 24V DC Supply for the

operation of heaters control module

12 MetersaAll indicating instruments shall be digital

Switchboard type with accuracy class +‐ 2 full scalebMFM

of suitable rating shall be used in the incomer

feedercSelector switches shall be furnished at outgoing

feeders as per SLD for ammeterdAmmeter shall be of analog

type flush mounted industrial pattern of size 96x96 mm with

accuracy class 10 eMultifunction meter shall be of digital

type flush mounted industrial pattern of size 96x96 mm with

accuracy class 10 as per IEC 6205253 suitable for

measurement of Current Voltage Power Frequency Power

factor Energy and ready port to communicate with FCMS

through RS 485 The Meter should have Modbus

communication port as well

13 CT (Current transformer)CT will be cast resin type rated 15VA

or more burden with Maximum accuracy limit of class 1

14 Secondary wiringaPanel shall be fully wired at the factory to

ensure proper functioning of control and protectionbFuse

and links shall be provided to permit individual circuit

protection from bus wires without disturbing other circuits All

spare contacts of relays push buttons and other devices shall

Tender No SCLPS52019E0156401 39

be wired up to terminal blockscWiring shall be done with

flexible 25sqmm copper 1100V grade PVC insulated

switchboard wires Each wire shall be identified at both ends

with permanent markers bearing wire numbers as per wiring

diagramdWire termination shall be done with crimping type

connector with insulating sleeve

15 Powercontrol Terminal BlocksaTerminal block shall be 660V

grade box clamp type with marking strips similar to ELMEX 10

mm2 or equal for ControlbTerminal for CT secondary leads

shall have provision for shortingcNot more than two wires

shall be connected to any terminaldSpare terminals equal in

number to 20 active terminals shall be providedeTerminal

blocks shall be suitably located in cable alleysfFor Power

cable Bus Bar type cable connector (Melamine material) shall

be providedgFor Control cable heavy duty screw type cable

connector (Melamine material) shall be provided

16 Cable terminationaPanel shall be designed for cable entry

from topbEach cable shall be clearly marked at both ends

with an indestructible marker preferably a cable tag made of

Aluminium tacked with indicating cable number amp both end

feeder tags with switchboard tags Cable tags at ends of cable

shall be provided inside the gland plate as well as outside the

gland platecAll provisions and accessories shall be furnished

for termination of cables including removable gland plates

cable supports and terminal blocksdGland plate shall be

minimum 3 mm thick

17 Ground BusA GI ground bus rated to carry the maximum fault

current shall extend full length of Panel The ground bus shall

be provided with 2 bolts with GI bolt and nuts at each end to

receive 50x6mm GI flat

18 NameplateaThe nameplate of approved design shall be

Tender No SCLPS52019E0156401 40

provided for each compartment and also at the top of each

panel Nameplate shall be minimum 20x70mm and 3mm

thickbDrawing Pouch shall be provided at the incomer cable

allay

19 PaintingPanel shall be painted with light grey epoxy painted

(Siemens Gray RAL 7032) and caution notice plate shall be

fixed at the back of each vertical panel

20 Make of Switchgears aMCCBSiemensSchneiderbPush

button SiemensSchneider TekniccSelector

SwitchSiemensSchneider Teknic

dFuseSchneiderSiemenseTimerSiemensSchneiderfContro

l TransformerAEIMPIndcoilgTerminal

BlockElmexConnectwellFTChMeters Conzerv LampT

AEiCTs amp PTsKappaAutomatic

Electric(AE)NippenjContactorsSchneiderSiemenskIndicatio

ns SiemensSchneider

TekniclRelaysSchneiderSiemensPLAmMCBSchneiderSiem

ensnCooling Fan

RexnordSunonoVFDsAllen bradlypThyristor moduleDYDAC

qRCBOSiemensSchneiderrMCB

DBSiemensABBLegrandsLine reactorchokeAllen

BradleytCapacitor BankNeptune Schneider Siemens

21 Local Push Button Station (LPBS)The Scope includes supply

and installation of LPBS for Chiller Pumps AHUs Heaters as

per the BOQ and detailed specification given below aLPBS

shall be indoor metal clad air insulated wallAngle frame

mounted as required single front construction front wired

front connected hinged lockable door LPBS for Chiller Pumps

system shall be suitable for outdoor installationbMinimum

thickness of sheet metal used shall be 2 mm and panel shall

conform to IP54 protection for indoor installation and IP65 for

outdoor type LPBScAll switches push buttons with indicating

Tender No SCLPS52019E0156401 41

LED lamps indicating instruments shall be flush

mounteddThe LPBS shall be used for remote operation of

drives Equipment and HeaterseTo facilitate the localremote

operation LPBS shall have LocalRemote selector switch and

provided with Start push button lockable Stop push button

ammeter of suitable range Terminal Block and lockable

Emergency off Switch etc fLPBS shall be equipped with AC

(230V)DC (24V) Relays Contactors etc for seamless interface

of the operation of Drives from FCMS (PLC)gLPBS should be

suitable for wall mounting and provided with necessary

mounting arrangementhWiring shall be done with flexible

25sqmm copper 650V grade PVC insulated switchboard

wires Each wire shall be identified at both ends with

permanent markers bearing wire numbers as per wiring

diagramiWire termination shall be done with crimping type

connector with insulating sleevejGland plate shall be

minimum 3 mm thickkThe nameplate of approved design

shall be provided for each compartment and also at the top of

each panel Nameplate shall be minimum 20x70mm and 3mm

thicklLPBS shall be painted with light grey epoxy painted

(Siemens Gray RAL 7032)

22 Make of Electrical panel As per DOS Approved Panel

manufacturer list (attached)

TECHNICAL SPECIFICATION‐3

Item Specifications ‐III

Sl No Specifications Compliance

(Yes No)

Offered Specifications Remarks

Tender No SCLPS52019E0156401 42

1 Fire Detection System Scope for fire detection system

includes supply installation testing commissioning of Fire

panel Addressable Fire detection devices Manual Call Points

Addressable loop sounders Switch Monitoring unit (SMU) UV

IR sensor for detection of methanol flame Cable MS junction

boxes for loop in loop out of cable as per specifications and

integrating the same with existing repeater panel as per the

requirement The detailed specifications for the different

component of fire deduction system are as follows

2 A Multi‐sensor Detectors The smoke detectors shall be multi‐

sensor (heat and smoke) detector with isolator suitable for

detecting a wide range of smoke from slow smoldering and

fast flaming fire The detector shall have following features

bullSolid state addressing arrangement in combination with a

hand held programmer to configure the sensor

addressbullElectronics free mounting basebullTwin alarm LEDs for

360 Degree viewing and shall have blinking LED facilitybullThe

sensor shall have s removable chamber for ease of cleaning or

replacementbullAutomatic compensation for smoke sensor

contaminationbullShall have a built in test facility which allows

the fire alarm control panel to adjust the alarm threshold

levels to compensate for contamination and shall have a

maintenance alarm display when threshold can no longer be

adjustedbullOperating temperature ‐ 10 DegC to 50 DegC and

operating RH at 40 DegC‐95 RH

3 B Manual call stations Manual Call Stations should have in

built monitor module and pressbreak and resettable

capability constructed of high impact LEXAN sheet with clearly

visible operating instructions on the cover and the word FIRE

shall appear on front and suitable for surface mountingflush

mounting complete as required

Tender No SCLPS52019E0156401 43

4 C UV IR SensorThe UV‐IR flame detector shall operate on 24

VDC 0‐24mA current output suitable for detection of

Methanol flame with automatic built in test for reliable

operations and suitable for installation in Hazardous area zone

1and 2 with Class I Division 12 Gas group A B C The detector

shall not be susceptible to environmental conditions to

generate false alarms The entire system shall be rated for IP

66 or better and supplied with suitable mounting bracket The

system shall comply to the detailed specifications as listed

belowbullDetection Technology UV ‐ IR Electro‐optical

detectionbullDetection range 75 meterbullField of View greater

than equal to 90deg Both Horizontal and verticalbullResponse

Time less than equal to 5 secondsbullBuilt in Test Automatic

bullOperating Temperature Range 0 to + 75degCbullOperating

Humidity Range Continuous 95 non‐condensingbullAnalog

Output signal 4‐20mAbullAlarms amp Fault Normal 4 mA Fault

02 mA Alarm 20 mA + 10 verifiedbullOperating voltage 24

VDC ( 18‐32VDC)bullPower consumption Vendor to specify for

Standby and Alarm conditionbullSensor Calibration

Verification Sensor calibration as per OEM for certified

performancebullSensor Life 2 Years (minimum)bullSensor

Calibration vendor to carry out sensor calibration at site and

submit calibration certificate valid for one yearbullRFI EMI

SusceptibilitybullRequired EN 616326‐3 and EN 6100006‐3 or

equivalent IP protectionbullIP protection IP 66 or betterbullFault

Diagnostic Sensor Fault (end of life) other informationbullSelf‐

Check Test Automatic during start‐upbullHousing SS 316

Epoxy Painted Aluminium die castbullStart‐up Time Vendor to

specifybullApprovalcertification PESO and ATEX ‐ Ex d IIC C

Class 1 Div 12 Group A B C DNote Vendor shall arrange

the 230V AC to 24V DC Power supply module along with half

an hour Battery Back up in MS powder coated Enclosure

Input Power supply (230V AC) for Power Supply module shall

Tender No SCLPS52019E0156401 44

be provided by SCL

5 D SMU Unit for UV IR sensor Supply installation testing and

commissioning of Switch Monitoring Unit (SMU) to configure

the UV IR sensors with fire detection system as requiredE

SoundersAddressable Sounders shall be loop powered with

all fixing materials complete as required The sound level shall

be 100dB (A)

6 F Fire Alarm Control Panel (FACP) bullFACP shall be of 2

loopsbullFACP shall be suitable for 230V 50 Hz AC supply and

detectors shall be powered using FACP based detection

circuits Devices shall receive power and communication from

the same pair of conductorsbullFACP shall provide for resetting

detectors fault isolation and sensor loop operationbullFACP

shall be suitable for mixing different fire devices and beam

smoke detectors within the same loop to optimize field

wiringbullFACP shall have alarm indication of individual sensors

detector trouble alarm indication for dust accumulation The

panel shall check detector once in every 24 hours for

contamination for this purposebullThe FACP shall regularly

supervise all the sensors and devices on the loop and initiate

fire or trouble alarm whenever requiredbullFACP shall have 2

wire circuits to connect minimum of 126 addressable devices

per loopbullFACP shall be with repeater interface and suitable

24V battery with built in software and 2 x 40 character

alphanumeric LCD display and necessary front panel control

keys FACP shall display the date time and description for

Analog sensors to indicate alarms and trouble

situationsbullFACP switches shall allow authorized personnel to

accomplish the following ‐bullInitiate a general alarm

conditionbullSilence the local audiblebullSilence the alarm

signalsbullReset all zonespointsbullFACP shall have walk test

facilitybullShall have facility for programming from the key

board or utilizing PC set up software via laptopdesk top

Tender No SCLPS52019E0156401 45

computerbullShall have memory data for panel configuration

and operation reside in non‐volatile memory (EPROM)bullFACP

shall have facility for speech processor (to record pre‐

recorded message of 20 S) and also have Auto Dialer facility

(can dial up to 8 different lines)bullAll addressable units shall be

connected to the FACP through the loop cards and shall be

addressed though individualized numbers The FACP shall be

able to obtain analog value for all detectors in the circuit

through a pulsed digitized current data The FACP shall be

able to analyze all analog inputs from all addressable units

and though its own software and ambient level screening the

FACP shall be able to identify fire possible fire or fault

conditions The unit supervision shall be dynamic and

continuousbullThe FACP shall itself have all loop cards in it No

isolated mother board or transponder shall be

consideredbullShortopen circuit units shall also be reported at

the FACP in such cases the system through the use of fault

isolators shall be able to isolate that segment between the

two fault isolators The missing DetectorsDevices shall also

be reported to the FACP with identification of the

locationbullThe FACP shall have the facility to set smoke sensor

sensitivity remotely to either high sensitivity manually or on a

pre‐programmed sequence (Ie DayNight) period When an

alarm condition is sensed at the FACP from a smoke or heat

detector a delay timealarm verification period shall be

started If the sensor is still in alarm after the delay time

expired an alarm condition is reported The delay time shall

be adjustable from 0 to 990 secondsbullThe FACP shall have

either an in‐built or external printer coupled to the FACP

which shall log all events with time The printout shall clearly

indicate the event‐FirePre‐AlarmFault etc with the unit

address and timebullThe FACP shall also be able to discriminate

between false alarms and fire conditions as well as priority

selection of alarm in case alarm activities in two or more

Tender No SCLPS52019E0156401 46

remotely located units simultaneously In such cases the

Manual Call stations shall have the highest prioritybullThe FACP

shall also be able to actuate switches automatically in case of

Fire condition of AHUs and power supply or other system such

as piped pressurized gas supplybullThe system shall be fail safe

and adequate safe guards should be under taken that in the

event of a failure of a part of the system it shall not handicap

the complete system The loop cards shall be of Modular

constructionbullThe FACP shall have its own battery backup of a

minimum of 48 hours in normal run and then half an hour in

alarm condition The backup time calculation shall be done as

per TAC standards The Battery shall be 2 x 12V (24V) DC and

of sealed maintenance free type housed inside the FACPbullIt

shall be able to withstand temperature variations from 0

Degree Centigrade to 55 Degree Centigrade Further Relative

Humidity (non‐condensing type) up to 93 shall not hamper

its performance The voltage rating shall be from 17V DC to

31V DC though the voltage may be change depending upon

the working voltages of a proprietary FACPbullThe FACP shall be

totally enclosed dust and vermin proof type made of

minimum 16‐gauge dust inhibited sheet with even baked

finish The FACP shall be of completely solid state designbullThe

logic circuitry shall be based on high noise immunity solid‐

state hardware employing modular construction Logic cards

shall be of epoxy fiber glass constructionbullThe FACP shall have

EN 54ULFM approvalbullThe panel shall have an extra loop

card to serve as standby in case of burnout or malfunctioning

of any operating loop cardsbullThe FACP shall be capable of

being networked (future expansion) with other similar FACPs

located at different locations of SCL premises through a single

RS 485 busbullThe FACP shall have provision for interfacing with

the Public Address System

7 G Repeater panelScope comprises of supply and installation

Tender No SCLPS52019E0156401 47

of Repeater Panel which display fire fault message

simultaneously with the FACP bullIt shall be capable of

interfacing with the FACP on a single RS 485 Bus bullThe panel

shall be capable of operating on 24V DC supplybullThe

independent 24V DC supply source to be installed in MS

cubicle Box duly powder coated paint along with repeater

panelbullThe panel shall have 2 x 40‐character backlit display

which shall display date time and description of alarm

trouble events are that displayed in the panel shall be

powered from the FACPbullIt shall have control keys for sound

silence mute and to reset the FACP from the repeater

stationsbullThe repeater panel shall have the following LEDs

indicationsbullSupply bullFault bullMute bullSilent bullDisabled

bullFire

8 H Fire CableSupply and installation of 2Cx15mm2 Copper

extruded PVC inner sheath armored and overall FRLS PVC

outer sheathed 11 KV grade as per IS 7098 (Part I bearing ISI

certification) on existing cable traywallsoft soilhard soil as

required

9 I Fire Cable terminationSupplying and making end

termination with brass compression gland and copper lugs for

2Cx15mm2 Copper cable in MS Box of Size 4X4 installed

above the false ceilingwallsurface as required

10 J Junction Box for Fire devicesSupply installation testing and

commissioning of MS painted box Size 4X4 with ELMEX type

terminal block for loop in loop out of 2c x15 sq mm copper

armored cable and connection to the fire detector device on

wallsurfacerecess including wall cutting and providing

necessary hardware for mounting fixing including all

material for fixing as required

Tender No SCLPS52019E0156401 48

TECHNICAL SPECIFICATION‐4

Item Specifications ‐IV

Sl No Specifications Compliance

(Yes No)

Offered Specifications Remarks

1 A NetworksLAN The detailed specification for the network

rack switch cable cords IOs face plates etc and the

required accessories shall be as below CAT 6A or better cable

shall be laid in the PVC Conduit The detailed specifications

for the different component of networksLAN are as follows

2 bull Rack Supply installation testing and commissioning of UL

listed modular type 12U network rack with front glass door

and rear perforated door floor mounted Size 550x550 with

1 No of 5 port Octagonal PDU 515Amp with MCB and Fan

Tray with minimum 2 Fans The rack should have provision of

2 nos of cable manager duct type 1U and 2 vertical manager‐

concealed type Rack should be three sides openable with

front glass door and rear perforated door and provision of

cable entry from top and bottom both with proper earthing

kit as requiredRecommended Make Rittal Netrack

Schneider Valrack

3 bull Network Switch Supply amp installation of Network Switch in

Network Rack with the following specification as belowSwitch

shall haveamp61607Port Density Minimum 8 101001000

BaseT Ports amp 4‐1G SFP Ports ready for use with SFP module

Ports shall support PoE on all ports with PoE budget of

180Wamp61607Architecture Stand‐alone rack

mountableamp61607Bandwidth minimum 56Gbps of

switching bandwidth to support above listed ports in non‐

blocking configurationamp61607StackableScable support for

Tender No SCLPS52019E0156401 49

stacking multiple switchesamp61607Stacking backplane

bandwidth Access switch shall have additional port(s) for

providing minimum 40 Gbps stacking bandwidthamp61607L2

Features 8021x authentication spanning tree

etcamp61607Networkjflowsflow or equivalent provision for

Networkjflowsflow or equivalent supportamp61607Network

Management support Network Management through

command line interface (CLI) SNMP v1 v2c v3

httpsamp61607IPv6 Readiness IPv6 Readiness from day

1amp61607RegulatorySafety confirming to UL60950 amp

EN60950amp61607EALNIAP certified Model No shall be EAL

or NIAPNDPP certifiedRecommended Make Cisco Juniper

HP Brocade dell

4 bull CAT 6A Cable Supply and installationlaying of category 6A

or better 4 pair shielded cable UFTP or FUTP in PVC

Conduit sheath type low smoke zero halogen (LSZH) with

transmission properties amp electrical properties tested

minimum up to 500MHz amp verified by ETL amp comply with

ANSITIAEIA‐568‐C2 amp ISOIEC 11801 Recommended make

Commscope Schneider Molex Siemon

5 bull Patch Panel Supply installation testing and commissioning

of CAT6A PatchJack Panel of 24 Port fully loaded in Network

rack with port identification number with self‐adhesive clear

label holder Each portjack on the panel should be

individually removable on field from the panel and have

integrated rear cable management metallic shelf and have a

separate provision of grounding Recommended make

Commscope Schneider Molex Siemon

6 bull Patch Cords (1 meter) Supply installation testing and

commissioning of Patch Cords Cat 6A shielded 1 meter in

Network rack with 4 pair shielded copper wire factory pre

terminated with shielded RJ45 plugs Aluminumpolyester

Tender No SCLPS52019E0156401 50

shield screen material with low smoke Zero halogen sheath

comply to TIA‐568‐C2 Cat 6A in IOs of Network

RackRecommended make Commscope Schneider Molex

Siemon

7 bull Patch Cords (3 meter) Supply installation testing and

commissioning of Patch Cords Cat 6A shielded 3 meter in

Network rack with 4 pair shielded copper wire factory pre

terminated with shielded RJ45 plugs Aluminumpolyester

shield screen material with low smoke Zero halogen sheath

comply to TIA‐568‐C2 Cat 6A at field side Recommended

make Commscope Schneider Molex Siemon

8 bull Information outlet Supply and installation of Shielded Cat

6A information outlet UFTP or FUTP compliance to category

6A or better TIA568C2‐500MHz at field sideRecommended

make Commscope Schneider Molex Siemon

9 bull Face Plate (Dual) Supply and installation of single gang

square face plate (Dual) and SMB Box with a provision to

support variety of jacks‐ UTP STP etc at the field

sideRecommended make Commscope Schneider Molex

SiemonbullFace plate (single) Supply and installation of square

face plate ( single) with a provision to support variety of jacks‐

UTP STP etc at the field sideRecommended make

Commscope Schneider Molex Siemon

10 bull SMB Box Supply and installation of SMB Box for face plate

(DualSingle) as required Recommended make Commscope

Schneider Molex Siemon

11 bull Other Accessories amp61607Supply and Installation of

25mm electrical grade ISI mark PVC Conduit in

wallfloorslabsurface including wallfloor cutting and

making good the same as required Recommended make

Reputed ISI Markamp61607Supply and installation of OFC SM

Tender No SCLPS52019E0156401 51

OS2 Cable in existing 32mm HDPE pipe as

requiredamp61607Supply and Laying of 32mm HDPE pipe

direct in ground including excavation sand cushioning

protective covering and refilling the trench including standard

cable route marker etc as requiredamp61607Supply and

installation of SC simplex single‐mode LSZH pigtail 1m as

requiredamp61607Supply and installation of adaptor plate

with 3 SC duplex SM adaptors as requiredamp61607Splicing of

OFC as per Core as requiredamp61607Supply and installation

of accessories for making the Chamber Pit‐ 1Mtr Depth with

Lid for housing OFC as requiredamp61607Trenching of

HardSoft Soil as required

12 B Paging The scope includes supply installation testing and

commissioning of Supply and installation of IP 65 or better

explosion proofWP loud speaker anticorrosive powder

coated red (RAL‐3000) suitable for Zone I amp II Class II C

Hardware SS304 as per IS2148 and equivalent to model FLSR

25 of Baliga with necessary support gland as required and

installing the same on wallsurface with GI supports as

required and connecting the same with wire The Scope also

includes supply and installation of 2Cx15mm2 FRLS armored

and PVC sheath twisted pair wire their termination tagging

glanding earthing etc as required for speakers and other

accessories requires for smooth commissioning of the paging

system

Vendor Specificied Terms

Description Vendor Terms

Tender No SCLPS52019E0156401 52

1Delivery Term

Prices shall be quoted on F O R destination basis ie S C L S A S Nagar Mohali

Punjab exclusive of GST and taxes as may be applicable

2 GST

Purchaser is entitled to concessional GST of 5 as per Ministry of Finance

Department of Revenue Notification No 472017 Integrated Tax (Rate) both

dated 14th November 2017 respectively and would accordingly issue Exemption

Certificate in favour of the contractor quoting in Indian Rupees The bidder

should take note of the same while quoting the prices in Indian Rupees GST on

installation services shall be applicable 18

3 DELIVERY SCHEDULEPERIOD OF COMPLETION

The time allowed for supply installation testing and commissioning of the entire

works shall be 06 (Six) months to be reckoned form the 7th day of issue of

purchase order

4 IMPORTANT

This being a two part Tender Technical and Commercial parts separate the

bidder should not attach any document(s) containing pricing information with

technical part The Contractor will provide Un priced commercial offer in

envelope 1 (Technical Part) as an attachment

The tenders containing price information in Technical Part will be treated as

unsolicited offers and rejected Contractor to confirm that Price bid is not

attached in Envelope 1 ie Technical Part

Priced Commercial offer if any should be attached in Envelope 2 (Price Bid)

under Supporting Documents from Vendor (Commercial) as an attachment

5 The prices shall remain firm until completion of entire project including

extended period if any No cost escalation shall be applicable for the work

Tender No SCLPS52019E0156401 53

6 SECURITY DEPOSIT

a) On acceptance of the tender the Contractor shall submit security deposit for

ten percent (10 percent) of the value of the Contract within 15 days from the

date of purchase order If the Contractor fails toprovide the security within the

period specified such failure shall constitute a breach of the Contract and the

Purchaser shall be entitled to make other arrangements for the re purchase of

the stores contracted at the cost and risk of the Contractor

b) Security Deposit shall be submitted through Demand Draft Bankers Cheque

fixed deposit receipt or Bank Guarantee from any of the Scheduled Banks

executed on nonjudicial stamp paper of appropriate value and shall be valid for

a period of sixty (60) days beyond the date for completion of the Purchase

OrderContract

c) In case the contractor fails to furnish the security deposit within the specified

date or extended due date the Purchase OrderContract shall be cancelled and

in addition appropriate penal action may also be considered

d) After the Purchase OrderContract is successfully executed in all respects the

Bank Guarantee towards Security Deposit may be discharged and retained

amount shall be refunded to vendors

e) In the event of non execution of the Purchase orderContract or breach of any

terms and conditions of the Purchase Order the Security Deposit shall be

forfeited

7 Warranty

The Contractor shall provide for the tendered job comprehensive warranty for

parts as well as labour for a period of 12 months from the date of successful

installation commissioning and testing of the system at Purchasers site at no

extra charges against any manufacturing defectfaulty workmanship In case any

defect arises during warranty period the Contractor should replacerectify the

same at its own cost at siteworks

The LED light fittings and its driver unit etc shall have warranty for a period of 5

Tender No SCLPS52019E0156401 54

years from the date of installation and commissioning

8 Warranty Replacements

All replacement parts if any shall be supplied by the Contractor free of cost on F

O R Purchaser site at S A S Nagar Punjab basis

9 TERMS OF PAYMENT

The payment shall be remitted as under

90 of the value of the materials supplied shall be paid within 30 days of the

receipt of the materials at purchaser site and the balance 10 amount along

with 100 installation charges shall be payable on successful installation

commissioning and acceptance of the entire project at Purchasers site against a

Performance Bank Guarantee

10 PERFORMANCE BANK GUARANTEE (PBG)

The Contractor shall furnish a Bank Guarantee (as per format given by purchaser)

from any nationalized scheduled bank for an amount equivalent to 10 of the

value of the Contract and shall be valid for a period of 60 days beyond the expiry

date of warranty period On the performance and completion of the Contract in

all respects the Bank Guarantee will be returned to the Contractor without any

interest

11 VALIDITY

The tender must be valid for a minimum period of 120 days from the date of

opening of Technical bid and 90 days after opening of Price bid

The tender where the validity period is shorter than the period specified in the

tender enquiry shall be excluded from the procurement process

12 Quantity Variation

The quantities indicated against each items in the Bill of Quantities (BOQ) are

indicative and are for the purpose of bidding only Variation in quantities up to

Tender No SCLPS52019E0156401 55

+25 percent shall be carried out by the contractor on the agreedPurchase order

(PO) rates and terms amp conditions as in the purchase order (PO)

13 GUARANTEED TIME DELIVERY

The time for and the date of delivery stipulated in the Purchase Order shall be

deemed to be the essence of the Contract Delivery must be completed within

the date specified therein

14 Extra Items

In case of extra items (that are completely new and are in addition to the items

contained in the contract) the contractor may claim rates supported by proper

analysis and purchaser engineer in charge of the work shall after giving

consideration to the analysis of the rates submitted by the contractor determine

the rates on the basis of market rates and the contractor shall be paid in

accordance with the rates so determined The contractor(s) profit amp OH shall be

factored in the rate analysis 15

15 CONSIGNEE

Sr Purchase and Stores Officer (Stores)

Semi Conductor Laboratory

Sector 72 SAS Nagar (Mohali) Punjab

India 160 071

16 INSTALLATION AND COMMISSIONING

Installation commissioning and demonstration of performance of the tendered

stores as per Purchaser tendered specifications shall be carried out by the

Contractor at Purchaser site at S A S Nagar Punjab India

The Contractor shall provide in advance guidelines for preparation of the

installation site and list of items to be supplied by Purchaser during installation

Tender No SCLPS52019E0156401 56

On receipt of intimation from the Purchaser the Contractor shall depute its

engineer(s) to Purchaser site within two weeks to carry out installation and

commissioning and will demonstrate the functionality of the tendered

equipment to Purchaser specifications as per mutually agreed acceptance

procedure The Contractor shall be responsible for any lossdamages sustained

due to delay on the part of the Contractor to send its engineer for installation

and commissioning

Failure to commission the tendered equipment successfully shall entitle

Purchaser to full refund of the payment made and the interest thereon Decision

regarding successful installation and commissioning shall rest solely with the

Purchaser

17 REJECTION

In the event that any of the stores supplied by the Contractor is found defective

in material or workmanship or otherwise not in conformity with the

requirements of the Contract specifications the purchaser shall either reject the

stores or request the Contractor in writing to rectify the same The Contractor

on receipt of such notification shall either rectify or replace the defective stores

free of cost to the purchaser If the Contractor fails to do so the purchaser may

at his option either

a) replace or rectify such defective stores and recover the extra cost so involved

from the Contractor or

b) terminate the Contract for default as provided in this tender document

18 EXTENSION OF TIME

If the completion of supply of stores is delayed due to reason of force majeure

such as acts of god acts of public enemy acts of Government fires floods

epidemics quarantine restriction strikes freight embargoes etc the

Contractor shall give notice within 15 days to the purchaser in writing of his

claim for an extension of time The purchaser on receipt of such notice after

verification if necessary may agree to extend the Contract delivery date as may

Tender No SCLPS52019E0156401 57

be reasonable but without prejudice to other terms and conditions of the

Contract

19 DELAY IN COMPLETIONLIQUIDATED DAMAGES

If the Contractor fails to deliver the stores within the time specified in the

Contract or any extension thereof the purchaser shall recover from the

Contractor as liquidated damages a sum of one half of one percent (05 percent)

of the Contract price of the undelivered stores for each calendar week of delay

The total liquidated damages shall not exceed ten percent (10 percent) of the

Contract price of the unit or units so delayed Stores will be deemed to have

been delivered only when all their component parts are also delivered If certain

components are not delivered in time the stores will be considered as delayed

until such time as the missing parts are delivered Delivery of stores shall be

complete on Installation commissioning Testing and Acceptance

20 INSPECTION AND ACCEPTANCE TEST

The Purchasers representatives shall also be entitled at all reasonable times

during manufacture to inspect examine and test on the Contractors premises

the material and workmanship of all stores to be supplied under this Contract

and if part of the said stores is being manufactured on other premises the

Contractor shall obtain for the purchasers representative permission to inspect

examine and test as if the equipment were being manufactured on the

Contractors premises

Such inspection examination and testing shall not release the Contractor from

the obligations under this Contract

For tests on the premises of the Contractor or of any of his sub Contractors the

Contractor shall provide free of cost assistance labour material electricity fuel

and instruments as may be required or as may be reasonably needed by the

purchasers representative to carry out the tests efficiently

When the stores have passed the specified test the purchaser representative

shall furnish a certificate to the effect in writing to the Contractor The

Tender No SCLPS52019E0156401 58

Contractor shall provide copies of the tests certificates to the purchaser as may

be required

21 Labour Law Contractor shall abide by all labour laws rules and regulations

which are prevailing and as enforced from time to time and SCL shall not be

responsible for any accident or mishap during the course of the contract to any

of engineer labour employee by the Contractor The contractor shall also ensure

that the statutory obligations with regards to the employment of labour under

law are complied properly and timely

22 ARBITRATION

In the event of any disputes differences or claims arising out of or relating to

the interpretation and application of the Contract such disputes or differences

or claims shall be settled amicably by mutual consultations of the good Offices

of the respective Parties and recognizing their mutual interests attempt to reach

a solution satisfactory to both the parties If such a resolution is not possible

within 30 days from the date of receipt of written notice of the existence of such

disputes then the unresolved disputes or differences or claims shall be

referred to the Sole Arbitrator appointed by the Parties by mutual consent in

accordance with the rules and procedures of Arbitration and Conciliation Act

1996 as amended from time to time The arbitration shall be conducted in New

Delhi in the Arbitration and Conciliation Centre New Delhi (Domestic and

International) as per its rules and regulations The expenses for the Arbitration

shall be shared equally or as may be determined by the Arbitrator The

considered and written decision of the Arbitrator shall be final and binding

between the Parties The applicable language for Arbitration shall be English

only Work under the Contract shall be continued by the CONTRACTOR during

the pendency of arbitration proceedings without prejudice to a final adjustment

in accordance with the decision of the Arbitrator unless otherwise directed in

writing by the DEPARTMENT or unless the matter is such that the works cannot

be possibly continued until the decision (whether final or interim) of the

Arbitrator is obtained

23 APPLICABLE LAWS The contract shall be interpreted construed and

Tender No SCLPS52019E0156401 59

governed by laws of IndiaThe contract shall be subject to exclusive Jurisdiction

of the Court of SAS Nagar (Mohali) Punjab India irrespective of anything

mentioned in any correspondences or otherwise

24 Any Other Term

Tender No SCLPS52019E0156401 60

Supporting Documents from Vendor

Attachment ‐ I

Attachment ‐ II

Price Bid Form

Item Description Slab Range Qty UOM Currency Unit Price Total Price

Supply of MCC Panels cables

cable trays lightings etc for

electrical distribution system

including fire detection

system LAN Paging etc for

the Chemical Store building as

per detailed specifications

technical write‐updrawings

attached

‐ 1 Lot ‐ ‐ ‐

Installation Testing and

Commissioning of MCC

Panels cables cable trays

lightings etc for electrical

distribution system including

fire detection system LAN

Paging etc for the Chemical

Store building as per detailed

specifications technical write‐

updrawings attached

‐ 1 Lot ‐ ‐ ‐

Tender No SCLPS52019E0156401 61

Break‐up of other taxes and other costs should be specified in respective narration columns

Sum of these Break‐up values should be specified in respective value columns

Supporting Documents from Vendor (Commercial)

Document attachment with price bid

Attachment ‐ I

Attachment ‐ II

  • pdf_document_tndr_notc_electrical_distribution_system_051119
  • pdf_document_tndr_doc_electrical_distribution_system_051119
Page 35: -72, -160071 चंडीगढ़ के समीप पंजाब भारत...स म -क डक टर ल ब र टर /Semi-Conductor Laboratory अ त रक ष वभ

Tender No SCLPS52019E0156401 34

to let out gases under pressure generated during event of any

fault inside the panellPanel shall have pocket for the Panel

drawing in the incomer section

2 Busbar and Bus TapsaThe main bus and connections shall be

of high connectivity AluminiumAluminium alloy sized for

specified current ratings with maximum temperature limited

to 85amp778 C ie 35amp778 C rise and ambient 50amp778

bSeparate vertical bus bars shall be provided for each vertical

panelcAdequate contact pressure shall be ensured at bus

connections by means of two bolt connections with plain and

spring washers and lock nutsdBus bar and connections shall

be fully insulated for working voltages with adequate

phaseground clearances Insulating sleeves heat shrink type

for bus bar and shrouds removable type joints shall be

provided Bus insulators shall be flame retardanteBus bar

shall be color coded for easy identificationfBusbar should be

connected in such a way that it can be dismantledassembled

while separating different section of the panelgShrouds of

transparent sheet on the exposed bus in cable alleys for

adequate safety measurehBus bar Conductor shall be

confirming to IS‐5082iMinimum clearance (PH‐PH PH‐N and

PH‐E) between Bus bars shall be maintained as per latest

ISjBus Bar supporting Material shall be of

SMCDMCkMaterial of Aluminium Bus bar shall be of E91

gradelBus bar shall be protected from the transparent

insulated material for stand safety point

3 3Control ModuleaFixed type control module shall house the

control components for a circuitbThe equipment layout shall

provide sufficient working space in between the components

and subject to SCL approval cEach control module shall be

equipped with ACDC potential free Relays (230V AC24V DC)

Contactors etc for seamless interface of the operation of

Drives from FCMS (PLC)dVendor to provide the potential free

Tender No SCLPS52019E0156401 35

contact to facilitate local operation from MCC and remote

operation from FCMSPLC Vendor shall provide with each

drive module automanual selector switch and each drive

module shall be wired up to the terminal block for localauto

selection ON OFF trip feedback to SCLrsquos control station and

ONOFF command room FCMSPLC as welleMCC panel and

LPBS shall have selector switches for MCCLocal and

LocalRemote selection respectively Control (OnOff) of the

Drivesheaters will be as per following selection If selector

switch (SS) at MCC is selected to MCC ONOFF operation can

be done from MCC only irrespective of position of SS at LPBSIf

selector switches both at MCC amp LPBS are selected to LOCAL

ONOFF operation can be done from LPBS onlyIf SS at MCC is

selected to LOCAL and SS at LPBS is selected to REMOTE

ONOFF operation can be done from FCMS only

4 VFDVFD shall be of Allen Bradley PF400 series having

redundant Control Net communication option as well to

communicate with the existing Facilities Control amp Monitoring

System (FCMs) Control Net Bridge Coaxial Straight T‐Tap

1786‐TPS must also be supplied along with VFDs Line

reactorchoke of suitable rating shall be connected before the

VFD

5 Thyristor based Heater ControlaDYDAC Make Thyristor

power controller Type 3003 or equivalent rating 85kW

Control input 4‐20mA Thyristor input supply 415VAC (3‐Ouml)

Thyristor output supply 415VAC (3‐Ouml) which shall be provided

by the vendor in a separate compartment of the MCC 4‐20mA

Control signal from the heater PID will modulate the thyristor

controller output to maintain the fresh air temperature at set

value Heater ON and OFF set points shall be adjustable in the

SCADA in FCMSbThyristor controller run command run

feedback 4‐20mA modulating signal shall be wired up to the

terminal block in the cable alley in the MCC Thyristor

Tender No SCLPS52019E0156401 36

Panelcompartment shall be complete with inter module

control and power wiring 220V AC supply shall be drawn from

one of the phase and neutral of the incoming 415VAC and

connect to the Thyristor supply terminals through MCB

Circuit breaker lsquoswitch ONrsquo and Thyristor control unit lsquoRUN

commandrsquo will get activated from FCMS if air temperature is

below ON set point Circuit breaker lsquoswitch OFFrsquo and Thyristor

control unit lsquoRUN command withdraws will get activated

from FCMS when temperature becomes above OFF set point

6 Fire Suppression system amp Fire Protection systemPanel shall

be equipped with required materials such as fire suppression

cylinders filled with fire suppression agents Fire detection

tubes Heat sensor tubes end of line adaptor with gauge

electrical Relays differential pressure valves etc to provide

the fire suppression and fire protection system in cable alley

and bus bar chambers of the electrical panel

7 MCCBaThe MCCBs should be extra current limiting type with

trip time of less than 10 m sec under short circuit conditions

The current limiting action should be achieved with repulsion

principle The MCCBs should preferably have an anti‐reclosing

featurebThe MCCBs should be 3 or 4 poles as per SLDcThe

MCCBs should have a Service short circuit breaking capacity

(Ics) of not less than 35 kA rms at 415 Volts 50Hz AC for

incomer The service breaking capacity should be equal to

ultimate breaking capacities (Icu) (ie Ics= Icu=100)dThe

release should be thermal magnetic having adjustable

overload and short circuiteSwitches shall be triple pole air

break AC23 motor duty for motor starter feedersfCubicle

doors of incoming and outgoing shall be mechanically

interlocked with switchgear to prevent unintentional openings

of the door while the unit is in energized condition However

defeat interlock provision is also to be providedgAll incoming

and outgoing feeders shall be provided with bolted disconnect

Tender No SCLPS52019E0156401 37

link for isolation of neutral if necessary Selector switches

shall be of rotary typehThe MCCB shall be provided with

rotary drive kit spreader terminals and ONOFFTrip (MCCB)

position of switch handle to be clearly markediDuct Heater

MCCB shall be motorized to control (ONoff) from FCMSjFor

incomers it should be EDO microprocessor based

communicable MCCB (35 kA or above) with numerical

releases for OL SC amp EFR (With mechanical and Electrical

interlocking for operation of only one ACB at any point of

time)

8 MPCBaThe MPCBs should be of 3 pole air break type AC3

Duty continuous rating as specifiedbMPCBs should have at

least 1NO+1NC contactcThese should have trip indication

test trip functiondThe release should be thermal magnetic

having adjustable overload trip settingeThe service breaking

capacity should be equal to ultimate breaking capacities (Icu)

(ie Ics= Icu=100)fThe MPCBs should be suitable for din rail

type mounting

9 Capacitor Bank Supply and installation of Capacitor Bank ‐

Box Type Dry construction Conforming to IS 13340‐41IEC

60831 440V 50Hz Rated Current (In) as per Load Heavy

Duty Dielectric MPP Low loss type with overall loss lt

05WkVAR Delta Connection with Discharge Device

10 ContactoraThe contactor shall be 3 pole air break type AC3

Duty continuous rating for motor starter feeders with non‐

bouncing silver silver alloy contactsbContactor shall be of

electromagnetic type rated for uninterrupted duty as per

relevant standards and also suitable for capacitor duty

cContactor shall be provided with adequate auxiliary contacts

rated for 10Amps 240VAC for interfacing with control

schemedContactor coil rating shall be minimum pick up of

85 of rated voltage and minimum drop out of 75 rated

Tender No SCLPS52019E0156401 38

voltage

11 Control and IndicationsaPush buttons will be heavy duty oil

tight and push to actuate type with integral plate marked

with its functionbEach push button shall be provided with

2NO+2NC contacts rated for 10Amps 240VACcLamps shall

be LED type rated for 240V AC Lens and lamps shall be

replaceable from the front dThe control supply shall be

through a 415V230V transformer and the vendor shall

provide 1 no 415V230V transformer for the same Vendor

shall also provide Power module for 24V DC Supply for the

operation of heaters control module

12 MetersaAll indicating instruments shall be digital

Switchboard type with accuracy class +‐ 2 full scalebMFM

of suitable rating shall be used in the incomer

feedercSelector switches shall be furnished at outgoing

feeders as per SLD for ammeterdAmmeter shall be of analog

type flush mounted industrial pattern of size 96x96 mm with

accuracy class 10 eMultifunction meter shall be of digital

type flush mounted industrial pattern of size 96x96 mm with

accuracy class 10 as per IEC 6205253 suitable for

measurement of Current Voltage Power Frequency Power

factor Energy and ready port to communicate with FCMS

through RS 485 The Meter should have Modbus

communication port as well

13 CT (Current transformer)CT will be cast resin type rated 15VA

or more burden with Maximum accuracy limit of class 1

14 Secondary wiringaPanel shall be fully wired at the factory to

ensure proper functioning of control and protectionbFuse

and links shall be provided to permit individual circuit

protection from bus wires without disturbing other circuits All

spare contacts of relays push buttons and other devices shall

Tender No SCLPS52019E0156401 39

be wired up to terminal blockscWiring shall be done with

flexible 25sqmm copper 1100V grade PVC insulated

switchboard wires Each wire shall be identified at both ends

with permanent markers bearing wire numbers as per wiring

diagramdWire termination shall be done with crimping type

connector with insulating sleeve

15 Powercontrol Terminal BlocksaTerminal block shall be 660V

grade box clamp type with marking strips similar to ELMEX 10

mm2 or equal for ControlbTerminal for CT secondary leads

shall have provision for shortingcNot more than two wires

shall be connected to any terminaldSpare terminals equal in

number to 20 active terminals shall be providedeTerminal

blocks shall be suitably located in cable alleysfFor Power

cable Bus Bar type cable connector (Melamine material) shall

be providedgFor Control cable heavy duty screw type cable

connector (Melamine material) shall be provided

16 Cable terminationaPanel shall be designed for cable entry

from topbEach cable shall be clearly marked at both ends

with an indestructible marker preferably a cable tag made of

Aluminium tacked with indicating cable number amp both end

feeder tags with switchboard tags Cable tags at ends of cable

shall be provided inside the gland plate as well as outside the

gland platecAll provisions and accessories shall be furnished

for termination of cables including removable gland plates

cable supports and terminal blocksdGland plate shall be

minimum 3 mm thick

17 Ground BusA GI ground bus rated to carry the maximum fault

current shall extend full length of Panel The ground bus shall

be provided with 2 bolts with GI bolt and nuts at each end to

receive 50x6mm GI flat

18 NameplateaThe nameplate of approved design shall be

Tender No SCLPS52019E0156401 40

provided for each compartment and also at the top of each

panel Nameplate shall be minimum 20x70mm and 3mm

thickbDrawing Pouch shall be provided at the incomer cable

allay

19 PaintingPanel shall be painted with light grey epoxy painted

(Siemens Gray RAL 7032) and caution notice plate shall be

fixed at the back of each vertical panel

20 Make of Switchgears aMCCBSiemensSchneiderbPush

button SiemensSchneider TekniccSelector

SwitchSiemensSchneider Teknic

dFuseSchneiderSiemenseTimerSiemensSchneiderfContro

l TransformerAEIMPIndcoilgTerminal

BlockElmexConnectwellFTChMeters Conzerv LampT

AEiCTs amp PTsKappaAutomatic

Electric(AE)NippenjContactorsSchneiderSiemenskIndicatio

ns SiemensSchneider

TekniclRelaysSchneiderSiemensPLAmMCBSchneiderSiem

ensnCooling Fan

RexnordSunonoVFDsAllen bradlypThyristor moduleDYDAC

qRCBOSiemensSchneiderrMCB

DBSiemensABBLegrandsLine reactorchokeAllen

BradleytCapacitor BankNeptune Schneider Siemens

21 Local Push Button Station (LPBS)The Scope includes supply

and installation of LPBS for Chiller Pumps AHUs Heaters as

per the BOQ and detailed specification given below aLPBS

shall be indoor metal clad air insulated wallAngle frame

mounted as required single front construction front wired

front connected hinged lockable door LPBS for Chiller Pumps

system shall be suitable for outdoor installationbMinimum

thickness of sheet metal used shall be 2 mm and panel shall

conform to IP54 protection for indoor installation and IP65 for

outdoor type LPBScAll switches push buttons with indicating

Tender No SCLPS52019E0156401 41

LED lamps indicating instruments shall be flush

mounteddThe LPBS shall be used for remote operation of

drives Equipment and HeaterseTo facilitate the localremote

operation LPBS shall have LocalRemote selector switch and

provided with Start push button lockable Stop push button

ammeter of suitable range Terminal Block and lockable

Emergency off Switch etc fLPBS shall be equipped with AC

(230V)DC (24V) Relays Contactors etc for seamless interface

of the operation of Drives from FCMS (PLC)gLPBS should be

suitable for wall mounting and provided with necessary

mounting arrangementhWiring shall be done with flexible

25sqmm copper 650V grade PVC insulated switchboard

wires Each wire shall be identified at both ends with

permanent markers bearing wire numbers as per wiring

diagramiWire termination shall be done with crimping type

connector with insulating sleevejGland plate shall be

minimum 3 mm thickkThe nameplate of approved design

shall be provided for each compartment and also at the top of

each panel Nameplate shall be minimum 20x70mm and 3mm

thicklLPBS shall be painted with light grey epoxy painted

(Siemens Gray RAL 7032)

22 Make of Electrical panel As per DOS Approved Panel

manufacturer list (attached)

TECHNICAL SPECIFICATION‐3

Item Specifications ‐III

Sl No Specifications Compliance

(Yes No)

Offered Specifications Remarks

Tender No SCLPS52019E0156401 42

1 Fire Detection System Scope for fire detection system

includes supply installation testing commissioning of Fire

panel Addressable Fire detection devices Manual Call Points

Addressable loop sounders Switch Monitoring unit (SMU) UV

IR sensor for detection of methanol flame Cable MS junction

boxes for loop in loop out of cable as per specifications and

integrating the same with existing repeater panel as per the

requirement The detailed specifications for the different

component of fire deduction system are as follows

2 A Multi‐sensor Detectors The smoke detectors shall be multi‐

sensor (heat and smoke) detector with isolator suitable for

detecting a wide range of smoke from slow smoldering and

fast flaming fire The detector shall have following features

bullSolid state addressing arrangement in combination with a

hand held programmer to configure the sensor

addressbullElectronics free mounting basebullTwin alarm LEDs for

360 Degree viewing and shall have blinking LED facilitybullThe

sensor shall have s removable chamber for ease of cleaning or

replacementbullAutomatic compensation for smoke sensor

contaminationbullShall have a built in test facility which allows

the fire alarm control panel to adjust the alarm threshold

levels to compensate for contamination and shall have a

maintenance alarm display when threshold can no longer be

adjustedbullOperating temperature ‐ 10 DegC to 50 DegC and

operating RH at 40 DegC‐95 RH

3 B Manual call stations Manual Call Stations should have in

built monitor module and pressbreak and resettable

capability constructed of high impact LEXAN sheet with clearly

visible operating instructions on the cover and the word FIRE

shall appear on front and suitable for surface mountingflush

mounting complete as required

Tender No SCLPS52019E0156401 43

4 C UV IR SensorThe UV‐IR flame detector shall operate on 24

VDC 0‐24mA current output suitable for detection of

Methanol flame with automatic built in test for reliable

operations and suitable for installation in Hazardous area zone

1and 2 with Class I Division 12 Gas group A B C The detector

shall not be susceptible to environmental conditions to

generate false alarms The entire system shall be rated for IP

66 or better and supplied with suitable mounting bracket The

system shall comply to the detailed specifications as listed

belowbullDetection Technology UV ‐ IR Electro‐optical

detectionbullDetection range 75 meterbullField of View greater

than equal to 90deg Both Horizontal and verticalbullResponse

Time less than equal to 5 secondsbullBuilt in Test Automatic

bullOperating Temperature Range 0 to + 75degCbullOperating

Humidity Range Continuous 95 non‐condensingbullAnalog

Output signal 4‐20mAbullAlarms amp Fault Normal 4 mA Fault

02 mA Alarm 20 mA + 10 verifiedbullOperating voltage 24

VDC ( 18‐32VDC)bullPower consumption Vendor to specify for

Standby and Alarm conditionbullSensor Calibration

Verification Sensor calibration as per OEM for certified

performancebullSensor Life 2 Years (minimum)bullSensor

Calibration vendor to carry out sensor calibration at site and

submit calibration certificate valid for one yearbullRFI EMI

SusceptibilitybullRequired EN 616326‐3 and EN 6100006‐3 or

equivalent IP protectionbullIP protection IP 66 or betterbullFault

Diagnostic Sensor Fault (end of life) other informationbullSelf‐

Check Test Automatic during start‐upbullHousing SS 316

Epoxy Painted Aluminium die castbullStart‐up Time Vendor to

specifybullApprovalcertification PESO and ATEX ‐ Ex d IIC C

Class 1 Div 12 Group A B C DNote Vendor shall arrange

the 230V AC to 24V DC Power supply module along with half

an hour Battery Back up in MS powder coated Enclosure

Input Power supply (230V AC) for Power Supply module shall

Tender No SCLPS52019E0156401 44

be provided by SCL

5 D SMU Unit for UV IR sensor Supply installation testing and

commissioning of Switch Monitoring Unit (SMU) to configure

the UV IR sensors with fire detection system as requiredE

SoundersAddressable Sounders shall be loop powered with

all fixing materials complete as required The sound level shall

be 100dB (A)

6 F Fire Alarm Control Panel (FACP) bullFACP shall be of 2

loopsbullFACP shall be suitable for 230V 50 Hz AC supply and

detectors shall be powered using FACP based detection

circuits Devices shall receive power and communication from

the same pair of conductorsbullFACP shall provide for resetting

detectors fault isolation and sensor loop operationbullFACP

shall be suitable for mixing different fire devices and beam

smoke detectors within the same loop to optimize field

wiringbullFACP shall have alarm indication of individual sensors

detector trouble alarm indication for dust accumulation The

panel shall check detector once in every 24 hours for

contamination for this purposebullThe FACP shall regularly

supervise all the sensors and devices on the loop and initiate

fire or trouble alarm whenever requiredbullFACP shall have 2

wire circuits to connect minimum of 126 addressable devices

per loopbullFACP shall be with repeater interface and suitable

24V battery with built in software and 2 x 40 character

alphanumeric LCD display and necessary front panel control

keys FACP shall display the date time and description for

Analog sensors to indicate alarms and trouble

situationsbullFACP switches shall allow authorized personnel to

accomplish the following ‐bullInitiate a general alarm

conditionbullSilence the local audiblebullSilence the alarm

signalsbullReset all zonespointsbullFACP shall have walk test

facilitybullShall have facility for programming from the key

board or utilizing PC set up software via laptopdesk top

Tender No SCLPS52019E0156401 45

computerbullShall have memory data for panel configuration

and operation reside in non‐volatile memory (EPROM)bullFACP

shall have facility for speech processor (to record pre‐

recorded message of 20 S) and also have Auto Dialer facility

(can dial up to 8 different lines)bullAll addressable units shall be

connected to the FACP through the loop cards and shall be

addressed though individualized numbers The FACP shall be

able to obtain analog value for all detectors in the circuit

through a pulsed digitized current data The FACP shall be

able to analyze all analog inputs from all addressable units

and though its own software and ambient level screening the

FACP shall be able to identify fire possible fire or fault

conditions The unit supervision shall be dynamic and

continuousbullThe FACP shall itself have all loop cards in it No

isolated mother board or transponder shall be

consideredbullShortopen circuit units shall also be reported at

the FACP in such cases the system through the use of fault

isolators shall be able to isolate that segment between the

two fault isolators The missing DetectorsDevices shall also

be reported to the FACP with identification of the

locationbullThe FACP shall have the facility to set smoke sensor

sensitivity remotely to either high sensitivity manually or on a

pre‐programmed sequence (Ie DayNight) period When an

alarm condition is sensed at the FACP from a smoke or heat

detector a delay timealarm verification period shall be

started If the sensor is still in alarm after the delay time

expired an alarm condition is reported The delay time shall

be adjustable from 0 to 990 secondsbullThe FACP shall have

either an in‐built or external printer coupled to the FACP

which shall log all events with time The printout shall clearly

indicate the event‐FirePre‐AlarmFault etc with the unit

address and timebullThe FACP shall also be able to discriminate

between false alarms and fire conditions as well as priority

selection of alarm in case alarm activities in two or more

Tender No SCLPS52019E0156401 46

remotely located units simultaneously In such cases the

Manual Call stations shall have the highest prioritybullThe FACP

shall also be able to actuate switches automatically in case of

Fire condition of AHUs and power supply or other system such

as piped pressurized gas supplybullThe system shall be fail safe

and adequate safe guards should be under taken that in the

event of a failure of a part of the system it shall not handicap

the complete system The loop cards shall be of Modular

constructionbullThe FACP shall have its own battery backup of a

minimum of 48 hours in normal run and then half an hour in

alarm condition The backup time calculation shall be done as

per TAC standards The Battery shall be 2 x 12V (24V) DC and

of sealed maintenance free type housed inside the FACPbullIt

shall be able to withstand temperature variations from 0

Degree Centigrade to 55 Degree Centigrade Further Relative

Humidity (non‐condensing type) up to 93 shall not hamper

its performance The voltage rating shall be from 17V DC to

31V DC though the voltage may be change depending upon

the working voltages of a proprietary FACPbullThe FACP shall be

totally enclosed dust and vermin proof type made of

minimum 16‐gauge dust inhibited sheet with even baked

finish The FACP shall be of completely solid state designbullThe

logic circuitry shall be based on high noise immunity solid‐

state hardware employing modular construction Logic cards

shall be of epoxy fiber glass constructionbullThe FACP shall have

EN 54ULFM approvalbullThe panel shall have an extra loop

card to serve as standby in case of burnout or malfunctioning

of any operating loop cardsbullThe FACP shall be capable of

being networked (future expansion) with other similar FACPs

located at different locations of SCL premises through a single

RS 485 busbullThe FACP shall have provision for interfacing with

the Public Address System

7 G Repeater panelScope comprises of supply and installation

Tender No SCLPS52019E0156401 47

of Repeater Panel which display fire fault message

simultaneously with the FACP bullIt shall be capable of

interfacing with the FACP on a single RS 485 Bus bullThe panel

shall be capable of operating on 24V DC supplybullThe

independent 24V DC supply source to be installed in MS

cubicle Box duly powder coated paint along with repeater

panelbullThe panel shall have 2 x 40‐character backlit display

which shall display date time and description of alarm

trouble events are that displayed in the panel shall be

powered from the FACPbullIt shall have control keys for sound

silence mute and to reset the FACP from the repeater

stationsbullThe repeater panel shall have the following LEDs

indicationsbullSupply bullFault bullMute bullSilent bullDisabled

bullFire

8 H Fire CableSupply and installation of 2Cx15mm2 Copper

extruded PVC inner sheath armored and overall FRLS PVC

outer sheathed 11 KV grade as per IS 7098 (Part I bearing ISI

certification) on existing cable traywallsoft soilhard soil as

required

9 I Fire Cable terminationSupplying and making end

termination with brass compression gland and copper lugs for

2Cx15mm2 Copper cable in MS Box of Size 4X4 installed

above the false ceilingwallsurface as required

10 J Junction Box for Fire devicesSupply installation testing and

commissioning of MS painted box Size 4X4 with ELMEX type

terminal block for loop in loop out of 2c x15 sq mm copper

armored cable and connection to the fire detector device on

wallsurfacerecess including wall cutting and providing

necessary hardware for mounting fixing including all

material for fixing as required

Tender No SCLPS52019E0156401 48

TECHNICAL SPECIFICATION‐4

Item Specifications ‐IV

Sl No Specifications Compliance

(Yes No)

Offered Specifications Remarks

1 A NetworksLAN The detailed specification for the network

rack switch cable cords IOs face plates etc and the

required accessories shall be as below CAT 6A or better cable

shall be laid in the PVC Conduit The detailed specifications

for the different component of networksLAN are as follows

2 bull Rack Supply installation testing and commissioning of UL

listed modular type 12U network rack with front glass door

and rear perforated door floor mounted Size 550x550 with

1 No of 5 port Octagonal PDU 515Amp with MCB and Fan

Tray with minimum 2 Fans The rack should have provision of

2 nos of cable manager duct type 1U and 2 vertical manager‐

concealed type Rack should be three sides openable with

front glass door and rear perforated door and provision of

cable entry from top and bottom both with proper earthing

kit as requiredRecommended Make Rittal Netrack

Schneider Valrack

3 bull Network Switch Supply amp installation of Network Switch in

Network Rack with the following specification as belowSwitch

shall haveamp61607Port Density Minimum 8 101001000

BaseT Ports amp 4‐1G SFP Ports ready for use with SFP module

Ports shall support PoE on all ports with PoE budget of

180Wamp61607Architecture Stand‐alone rack

mountableamp61607Bandwidth minimum 56Gbps of

switching bandwidth to support above listed ports in non‐

blocking configurationamp61607StackableScable support for

Tender No SCLPS52019E0156401 49

stacking multiple switchesamp61607Stacking backplane

bandwidth Access switch shall have additional port(s) for

providing minimum 40 Gbps stacking bandwidthamp61607L2

Features 8021x authentication spanning tree

etcamp61607Networkjflowsflow or equivalent provision for

Networkjflowsflow or equivalent supportamp61607Network

Management support Network Management through

command line interface (CLI) SNMP v1 v2c v3

httpsamp61607IPv6 Readiness IPv6 Readiness from day

1amp61607RegulatorySafety confirming to UL60950 amp

EN60950amp61607EALNIAP certified Model No shall be EAL

or NIAPNDPP certifiedRecommended Make Cisco Juniper

HP Brocade dell

4 bull CAT 6A Cable Supply and installationlaying of category 6A

or better 4 pair shielded cable UFTP or FUTP in PVC

Conduit sheath type low smoke zero halogen (LSZH) with

transmission properties amp electrical properties tested

minimum up to 500MHz amp verified by ETL amp comply with

ANSITIAEIA‐568‐C2 amp ISOIEC 11801 Recommended make

Commscope Schneider Molex Siemon

5 bull Patch Panel Supply installation testing and commissioning

of CAT6A PatchJack Panel of 24 Port fully loaded in Network

rack with port identification number with self‐adhesive clear

label holder Each portjack on the panel should be

individually removable on field from the panel and have

integrated rear cable management metallic shelf and have a

separate provision of grounding Recommended make

Commscope Schneider Molex Siemon

6 bull Patch Cords (1 meter) Supply installation testing and

commissioning of Patch Cords Cat 6A shielded 1 meter in

Network rack with 4 pair shielded copper wire factory pre

terminated with shielded RJ45 plugs Aluminumpolyester

Tender No SCLPS52019E0156401 50

shield screen material with low smoke Zero halogen sheath

comply to TIA‐568‐C2 Cat 6A in IOs of Network

RackRecommended make Commscope Schneider Molex

Siemon

7 bull Patch Cords (3 meter) Supply installation testing and

commissioning of Patch Cords Cat 6A shielded 3 meter in

Network rack with 4 pair shielded copper wire factory pre

terminated with shielded RJ45 plugs Aluminumpolyester

shield screen material with low smoke Zero halogen sheath

comply to TIA‐568‐C2 Cat 6A at field side Recommended

make Commscope Schneider Molex Siemon

8 bull Information outlet Supply and installation of Shielded Cat

6A information outlet UFTP or FUTP compliance to category

6A or better TIA568C2‐500MHz at field sideRecommended

make Commscope Schneider Molex Siemon

9 bull Face Plate (Dual) Supply and installation of single gang

square face plate (Dual) and SMB Box with a provision to

support variety of jacks‐ UTP STP etc at the field

sideRecommended make Commscope Schneider Molex

SiemonbullFace plate (single) Supply and installation of square

face plate ( single) with a provision to support variety of jacks‐

UTP STP etc at the field sideRecommended make

Commscope Schneider Molex Siemon

10 bull SMB Box Supply and installation of SMB Box for face plate

(DualSingle) as required Recommended make Commscope

Schneider Molex Siemon

11 bull Other Accessories amp61607Supply and Installation of

25mm electrical grade ISI mark PVC Conduit in

wallfloorslabsurface including wallfloor cutting and

making good the same as required Recommended make

Reputed ISI Markamp61607Supply and installation of OFC SM

Tender No SCLPS52019E0156401 51

OS2 Cable in existing 32mm HDPE pipe as

requiredamp61607Supply and Laying of 32mm HDPE pipe

direct in ground including excavation sand cushioning

protective covering and refilling the trench including standard

cable route marker etc as requiredamp61607Supply and

installation of SC simplex single‐mode LSZH pigtail 1m as

requiredamp61607Supply and installation of adaptor plate

with 3 SC duplex SM adaptors as requiredamp61607Splicing of

OFC as per Core as requiredamp61607Supply and installation

of accessories for making the Chamber Pit‐ 1Mtr Depth with

Lid for housing OFC as requiredamp61607Trenching of

HardSoft Soil as required

12 B Paging The scope includes supply installation testing and

commissioning of Supply and installation of IP 65 or better

explosion proofWP loud speaker anticorrosive powder

coated red (RAL‐3000) suitable for Zone I amp II Class II C

Hardware SS304 as per IS2148 and equivalent to model FLSR

25 of Baliga with necessary support gland as required and

installing the same on wallsurface with GI supports as

required and connecting the same with wire The Scope also

includes supply and installation of 2Cx15mm2 FRLS armored

and PVC sheath twisted pair wire their termination tagging

glanding earthing etc as required for speakers and other

accessories requires for smooth commissioning of the paging

system

Vendor Specificied Terms

Description Vendor Terms

Tender No SCLPS52019E0156401 52

1Delivery Term

Prices shall be quoted on F O R destination basis ie S C L S A S Nagar Mohali

Punjab exclusive of GST and taxes as may be applicable

2 GST

Purchaser is entitled to concessional GST of 5 as per Ministry of Finance

Department of Revenue Notification No 472017 Integrated Tax (Rate) both

dated 14th November 2017 respectively and would accordingly issue Exemption

Certificate in favour of the contractor quoting in Indian Rupees The bidder

should take note of the same while quoting the prices in Indian Rupees GST on

installation services shall be applicable 18

3 DELIVERY SCHEDULEPERIOD OF COMPLETION

The time allowed for supply installation testing and commissioning of the entire

works shall be 06 (Six) months to be reckoned form the 7th day of issue of

purchase order

4 IMPORTANT

This being a two part Tender Technical and Commercial parts separate the

bidder should not attach any document(s) containing pricing information with

technical part The Contractor will provide Un priced commercial offer in

envelope 1 (Technical Part) as an attachment

The tenders containing price information in Technical Part will be treated as

unsolicited offers and rejected Contractor to confirm that Price bid is not

attached in Envelope 1 ie Technical Part

Priced Commercial offer if any should be attached in Envelope 2 (Price Bid)

under Supporting Documents from Vendor (Commercial) as an attachment

5 The prices shall remain firm until completion of entire project including

extended period if any No cost escalation shall be applicable for the work

Tender No SCLPS52019E0156401 53

6 SECURITY DEPOSIT

a) On acceptance of the tender the Contractor shall submit security deposit for

ten percent (10 percent) of the value of the Contract within 15 days from the

date of purchase order If the Contractor fails toprovide the security within the

period specified such failure shall constitute a breach of the Contract and the

Purchaser shall be entitled to make other arrangements for the re purchase of

the stores contracted at the cost and risk of the Contractor

b) Security Deposit shall be submitted through Demand Draft Bankers Cheque

fixed deposit receipt or Bank Guarantee from any of the Scheduled Banks

executed on nonjudicial stamp paper of appropriate value and shall be valid for

a period of sixty (60) days beyond the date for completion of the Purchase

OrderContract

c) In case the contractor fails to furnish the security deposit within the specified

date or extended due date the Purchase OrderContract shall be cancelled and

in addition appropriate penal action may also be considered

d) After the Purchase OrderContract is successfully executed in all respects the

Bank Guarantee towards Security Deposit may be discharged and retained

amount shall be refunded to vendors

e) In the event of non execution of the Purchase orderContract or breach of any

terms and conditions of the Purchase Order the Security Deposit shall be

forfeited

7 Warranty

The Contractor shall provide for the tendered job comprehensive warranty for

parts as well as labour for a period of 12 months from the date of successful

installation commissioning and testing of the system at Purchasers site at no

extra charges against any manufacturing defectfaulty workmanship In case any

defect arises during warranty period the Contractor should replacerectify the

same at its own cost at siteworks

The LED light fittings and its driver unit etc shall have warranty for a period of 5

Tender No SCLPS52019E0156401 54

years from the date of installation and commissioning

8 Warranty Replacements

All replacement parts if any shall be supplied by the Contractor free of cost on F

O R Purchaser site at S A S Nagar Punjab basis

9 TERMS OF PAYMENT

The payment shall be remitted as under

90 of the value of the materials supplied shall be paid within 30 days of the

receipt of the materials at purchaser site and the balance 10 amount along

with 100 installation charges shall be payable on successful installation

commissioning and acceptance of the entire project at Purchasers site against a

Performance Bank Guarantee

10 PERFORMANCE BANK GUARANTEE (PBG)

The Contractor shall furnish a Bank Guarantee (as per format given by purchaser)

from any nationalized scheduled bank for an amount equivalent to 10 of the

value of the Contract and shall be valid for a period of 60 days beyond the expiry

date of warranty period On the performance and completion of the Contract in

all respects the Bank Guarantee will be returned to the Contractor without any

interest

11 VALIDITY

The tender must be valid for a minimum period of 120 days from the date of

opening of Technical bid and 90 days after opening of Price bid

The tender where the validity period is shorter than the period specified in the

tender enquiry shall be excluded from the procurement process

12 Quantity Variation

The quantities indicated against each items in the Bill of Quantities (BOQ) are

indicative and are for the purpose of bidding only Variation in quantities up to

Tender No SCLPS52019E0156401 55

+25 percent shall be carried out by the contractor on the agreedPurchase order

(PO) rates and terms amp conditions as in the purchase order (PO)

13 GUARANTEED TIME DELIVERY

The time for and the date of delivery stipulated in the Purchase Order shall be

deemed to be the essence of the Contract Delivery must be completed within

the date specified therein

14 Extra Items

In case of extra items (that are completely new and are in addition to the items

contained in the contract) the contractor may claim rates supported by proper

analysis and purchaser engineer in charge of the work shall after giving

consideration to the analysis of the rates submitted by the contractor determine

the rates on the basis of market rates and the contractor shall be paid in

accordance with the rates so determined The contractor(s) profit amp OH shall be

factored in the rate analysis 15

15 CONSIGNEE

Sr Purchase and Stores Officer (Stores)

Semi Conductor Laboratory

Sector 72 SAS Nagar (Mohali) Punjab

India 160 071

16 INSTALLATION AND COMMISSIONING

Installation commissioning and demonstration of performance of the tendered

stores as per Purchaser tendered specifications shall be carried out by the

Contractor at Purchaser site at S A S Nagar Punjab India

The Contractor shall provide in advance guidelines for preparation of the

installation site and list of items to be supplied by Purchaser during installation

Tender No SCLPS52019E0156401 56

On receipt of intimation from the Purchaser the Contractor shall depute its

engineer(s) to Purchaser site within two weeks to carry out installation and

commissioning and will demonstrate the functionality of the tendered

equipment to Purchaser specifications as per mutually agreed acceptance

procedure The Contractor shall be responsible for any lossdamages sustained

due to delay on the part of the Contractor to send its engineer for installation

and commissioning

Failure to commission the tendered equipment successfully shall entitle

Purchaser to full refund of the payment made and the interest thereon Decision

regarding successful installation and commissioning shall rest solely with the

Purchaser

17 REJECTION

In the event that any of the stores supplied by the Contractor is found defective

in material or workmanship or otherwise not in conformity with the

requirements of the Contract specifications the purchaser shall either reject the

stores or request the Contractor in writing to rectify the same The Contractor

on receipt of such notification shall either rectify or replace the defective stores

free of cost to the purchaser If the Contractor fails to do so the purchaser may

at his option either

a) replace or rectify such defective stores and recover the extra cost so involved

from the Contractor or

b) terminate the Contract for default as provided in this tender document

18 EXTENSION OF TIME

If the completion of supply of stores is delayed due to reason of force majeure

such as acts of god acts of public enemy acts of Government fires floods

epidemics quarantine restriction strikes freight embargoes etc the

Contractor shall give notice within 15 days to the purchaser in writing of his

claim for an extension of time The purchaser on receipt of such notice after

verification if necessary may agree to extend the Contract delivery date as may

Tender No SCLPS52019E0156401 57

be reasonable but without prejudice to other terms and conditions of the

Contract

19 DELAY IN COMPLETIONLIQUIDATED DAMAGES

If the Contractor fails to deliver the stores within the time specified in the

Contract or any extension thereof the purchaser shall recover from the

Contractor as liquidated damages a sum of one half of one percent (05 percent)

of the Contract price of the undelivered stores for each calendar week of delay

The total liquidated damages shall not exceed ten percent (10 percent) of the

Contract price of the unit or units so delayed Stores will be deemed to have

been delivered only when all their component parts are also delivered If certain

components are not delivered in time the stores will be considered as delayed

until such time as the missing parts are delivered Delivery of stores shall be

complete on Installation commissioning Testing and Acceptance

20 INSPECTION AND ACCEPTANCE TEST

The Purchasers representatives shall also be entitled at all reasonable times

during manufacture to inspect examine and test on the Contractors premises

the material and workmanship of all stores to be supplied under this Contract

and if part of the said stores is being manufactured on other premises the

Contractor shall obtain for the purchasers representative permission to inspect

examine and test as if the equipment were being manufactured on the

Contractors premises

Such inspection examination and testing shall not release the Contractor from

the obligations under this Contract

For tests on the premises of the Contractor or of any of his sub Contractors the

Contractor shall provide free of cost assistance labour material electricity fuel

and instruments as may be required or as may be reasonably needed by the

purchasers representative to carry out the tests efficiently

When the stores have passed the specified test the purchaser representative

shall furnish a certificate to the effect in writing to the Contractor The

Tender No SCLPS52019E0156401 58

Contractor shall provide copies of the tests certificates to the purchaser as may

be required

21 Labour Law Contractor shall abide by all labour laws rules and regulations

which are prevailing and as enforced from time to time and SCL shall not be

responsible for any accident or mishap during the course of the contract to any

of engineer labour employee by the Contractor The contractor shall also ensure

that the statutory obligations with regards to the employment of labour under

law are complied properly and timely

22 ARBITRATION

In the event of any disputes differences or claims arising out of or relating to

the interpretation and application of the Contract such disputes or differences

or claims shall be settled amicably by mutual consultations of the good Offices

of the respective Parties and recognizing their mutual interests attempt to reach

a solution satisfactory to both the parties If such a resolution is not possible

within 30 days from the date of receipt of written notice of the existence of such

disputes then the unresolved disputes or differences or claims shall be

referred to the Sole Arbitrator appointed by the Parties by mutual consent in

accordance with the rules and procedures of Arbitration and Conciliation Act

1996 as amended from time to time The arbitration shall be conducted in New

Delhi in the Arbitration and Conciliation Centre New Delhi (Domestic and

International) as per its rules and regulations The expenses for the Arbitration

shall be shared equally or as may be determined by the Arbitrator The

considered and written decision of the Arbitrator shall be final and binding

between the Parties The applicable language for Arbitration shall be English

only Work under the Contract shall be continued by the CONTRACTOR during

the pendency of arbitration proceedings without prejudice to a final adjustment

in accordance with the decision of the Arbitrator unless otherwise directed in

writing by the DEPARTMENT or unless the matter is such that the works cannot

be possibly continued until the decision (whether final or interim) of the

Arbitrator is obtained

23 APPLICABLE LAWS The contract shall be interpreted construed and

Tender No SCLPS52019E0156401 59

governed by laws of IndiaThe contract shall be subject to exclusive Jurisdiction

of the Court of SAS Nagar (Mohali) Punjab India irrespective of anything

mentioned in any correspondences or otherwise

24 Any Other Term

Tender No SCLPS52019E0156401 60

Supporting Documents from Vendor

Attachment ‐ I

Attachment ‐ II

Price Bid Form

Item Description Slab Range Qty UOM Currency Unit Price Total Price

Supply of MCC Panels cables

cable trays lightings etc for

electrical distribution system

including fire detection

system LAN Paging etc for

the Chemical Store building as

per detailed specifications

technical write‐updrawings

attached

‐ 1 Lot ‐ ‐ ‐

Installation Testing and

Commissioning of MCC

Panels cables cable trays

lightings etc for electrical

distribution system including

fire detection system LAN

Paging etc for the Chemical

Store building as per detailed

specifications technical write‐

updrawings attached

‐ 1 Lot ‐ ‐ ‐

Tender No SCLPS52019E0156401 61

Break‐up of other taxes and other costs should be specified in respective narration columns

Sum of these Break‐up values should be specified in respective value columns

Supporting Documents from Vendor (Commercial)

Document attachment with price bid

Attachment ‐ I

Attachment ‐ II

  • pdf_document_tndr_notc_electrical_distribution_system_051119
  • pdf_document_tndr_doc_electrical_distribution_system_051119
Page 36: -72, -160071 चंडीगढ़ के समीप पंजाब भारत...स म -क डक टर ल ब र टर /Semi-Conductor Laboratory अ त रक ष वभ

Tender No SCLPS52019E0156401 35

contact to facilitate local operation from MCC and remote

operation from FCMSPLC Vendor shall provide with each

drive module automanual selector switch and each drive

module shall be wired up to the terminal block for localauto

selection ON OFF trip feedback to SCLrsquos control station and

ONOFF command room FCMSPLC as welleMCC panel and

LPBS shall have selector switches for MCCLocal and

LocalRemote selection respectively Control (OnOff) of the

Drivesheaters will be as per following selection If selector

switch (SS) at MCC is selected to MCC ONOFF operation can

be done from MCC only irrespective of position of SS at LPBSIf

selector switches both at MCC amp LPBS are selected to LOCAL

ONOFF operation can be done from LPBS onlyIf SS at MCC is

selected to LOCAL and SS at LPBS is selected to REMOTE

ONOFF operation can be done from FCMS only

4 VFDVFD shall be of Allen Bradley PF400 series having

redundant Control Net communication option as well to

communicate with the existing Facilities Control amp Monitoring

System (FCMs) Control Net Bridge Coaxial Straight T‐Tap

1786‐TPS must also be supplied along with VFDs Line

reactorchoke of suitable rating shall be connected before the

VFD

5 Thyristor based Heater ControlaDYDAC Make Thyristor

power controller Type 3003 or equivalent rating 85kW

Control input 4‐20mA Thyristor input supply 415VAC (3‐Ouml)

Thyristor output supply 415VAC (3‐Ouml) which shall be provided

by the vendor in a separate compartment of the MCC 4‐20mA

Control signal from the heater PID will modulate the thyristor

controller output to maintain the fresh air temperature at set

value Heater ON and OFF set points shall be adjustable in the

SCADA in FCMSbThyristor controller run command run

feedback 4‐20mA modulating signal shall be wired up to the

terminal block in the cable alley in the MCC Thyristor

Tender No SCLPS52019E0156401 36

Panelcompartment shall be complete with inter module

control and power wiring 220V AC supply shall be drawn from

one of the phase and neutral of the incoming 415VAC and

connect to the Thyristor supply terminals through MCB

Circuit breaker lsquoswitch ONrsquo and Thyristor control unit lsquoRUN

commandrsquo will get activated from FCMS if air temperature is

below ON set point Circuit breaker lsquoswitch OFFrsquo and Thyristor

control unit lsquoRUN command withdraws will get activated

from FCMS when temperature becomes above OFF set point

6 Fire Suppression system amp Fire Protection systemPanel shall

be equipped with required materials such as fire suppression

cylinders filled with fire suppression agents Fire detection

tubes Heat sensor tubes end of line adaptor with gauge

electrical Relays differential pressure valves etc to provide

the fire suppression and fire protection system in cable alley

and bus bar chambers of the electrical panel

7 MCCBaThe MCCBs should be extra current limiting type with

trip time of less than 10 m sec under short circuit conditions

The current limiting action should be achieved with repulsion

principle The MCCBs should preferably have an anti‐reclosing

featurebThe MCCBs should be 3 or 4 poles as per SLDcThe

MCCBs should have a Service short circuit breaking capacity

(Ics) of not less than 35 kA rms at 415 Volts 50Hz AC for

incomer The service breaking capacity should be equal to

ultimate breaking capacities (Icu) (ie Ics= Icu=100)dThe

release should be thermal magnetic having adjustable

overload and short circuiteSwitches shall be triple pole air

break AC23 motor duty for motor starter feedersfCubicle

doors of incoming and outgoing shall be mechanically

interlocked with switchgear to prevent unintentional openings

of the door while the unit is in energized condition However

defeat interlock provision is also to be providedgAll incoming

and outgoing feeders shall be provided with bolted disconnect

Tender No SCLPS52019E0156401 37

link for isolation of neutral if necessary Selector switches

shall be of rotary typehThe MCCB shall be provided with

rotary drive kit spreader terminals and ONOFFTrip (MCCB)

position of switch handle to be clearly markediDuct Heater

MCCB shall be motorized to control (ONoff) from FCMSjFor

incomers it should be EDO microprocessor based

communicable MCCB (35 kA or above) with numerical

releases for OL SC amp EFR (With mechanical and Electrical

interlocking for operation of only one ACB at any point of

time)

8 MPCBaThe MPCBs should be of 3 pole air break type AC3

Duty continuous rating as specifiedbMPCBs should have at

least 1NO+1NC contactcThese should have trip indication

test trip functiondThe release should be thermal magnetic

having adjustable overload trip settingeThe service breaking

capacity should be equal to ultimate breaking capacities (Icu)

(ie Ics= Icu=100)fThe MPCBs should be suitable for din rail

type mounting

9 Capacitor Bank Supply and installation of Capacitor Bank ‐

Box Type Dry construction Conforming to IS 13340‐41IEC

60831 440V 50Hz Rated Current (In) as per Load Heavy

Duty Dielectric MPP Low loss type with overall loss lt

05WkVAR Delta Connection with Discharge Device

10 ContactoraThe contactor shall be 3 pole air break type AC3

Duty continuous rating for motor starter feeders with non‐

bouncing silver silver alloy contactsbContactor shall be of

electromagnetic type rated for uninterrupted duty as per

relevant standards and also suitable for capacitor duty

cContactor shall be provided with adequate auxiliary contacts

rated for 10Amps 240VAC for interfacing with control

schemedContactor coil rating shall be minimum pick up of

85 of rated voltage and minimum drop out of 75 rated

Tender No SCLPS52019E0156401 38

voltage

11 Control and IndicationsaPush buttons will be heavy duty oil

tight and push to actuate type with integral plate marked

with its functionbEach push button shall be provided with

2NO+2NC contacts rated for 10Amps 240VACcLamps shall

be LED type rated for 240V AC Lens and lamps shall be

replaceable from the front dThe control supply shall be

through a 415V230V transformer and the vendor shall

provide 1 no 415V230V transformer for the same Vendor

shall also provide Power module for 24V DC Supply for the

operation of heaters control module

12 MetersaAll indicating instruments shall be digital

Switchboard type with accuracy class +‐ 2 full scalebMFM

of suitable rating shall be used in the incomer

feedercSelector switches shall be furnished at outgoing

feeders as per SLD for ammeterdAmmeter shall be of analog

type flush mounted industrial pattern of size 96x96 mm with

accuracy class 10 eMultifunction meter shall be of digital

type flush mounted industrial pattern of size 96x96 mm with

accuracy class 10 as per IEC 6205253 suitable for

measurement of Current Voltage Power Frequency Power

factor Energy and ready port to communicate with FCMS

through RS 485 The Meter should have Modbus

communication port as well

13 CT (Current transformer)CT will be cast resin type rated 15VA

or more burden with Maximum accuracy limit of class 1

14 Secondary wiringaPanel shall be fully wired at the factory to

ensure proper functioning of control and protectionbFuse

and links shall be provided to permit individual circuit

protection from bus wires without disturbing other circuits All

spare contacts of relays push buttons and other devices shall

Tender No SCLPS52019E0156401 39

be wired up to terminal blockscWiring shall be done with

flexible 25sqmm copper 1100V grade PVC insulated

switchboard wires Each wire shall be identified at both ends

with permanent markers bearing wire numbers as per wiring

diagramdWire termination shall be done with crimping type

connector with insulating sleeve

15 Powercontrol Terminal BlocksaTerminal block shall be 660V

grade box clamp type with marking strips similar to ELMEX 10

mm2 or equal for ControlbTerminal for CT secondary leads

shall have provision for shortingcNot more than two wires

shall be connected to any terminaldSpare terminals equal in

number to 20 active terminals shall be providedeTerminal

blocks shall be suitably located in cable alleysfFor Power

cable Bus Bar type cable connector (Melamine material) shall

be providedgFor Control cable heavy duty screw type cable

connector (Melamine material) shall be provided

16 Cable terminationaPanel shall be designed for cable entry

from topbEach cable shall be clearly marked at both ends

with an indestructible marker preferably a cable tag made of

Aluminium tacked with indicating cable number amp both end

feeder tags with switchboard tags Cable tags at ends of cable

shall be provided inside the gland plate as well as outside the

gland platecAll provisions and accessories shall be furnished

for termination of cables including removable gland plates

cable supports and terminal blocksdGland plate shall be

minimum 3 mm thick

17 Ground BusA GI ground bus rated to carry the maximum fault

current shall extend full length of Panel The ground bus shall

be provided with 2 bolts with GI bolt and nuts at each end to

receive 50x6mm GI flat

18 NameplateaThe nameplate of approved design shall be

Tender No SCLPS52019E0156401 40

provided for each compartment and also at the top of each

panel Nameplate shall be minimum 20x70mm and 3mm

thickbDrawing Pouch shall be provided at the incomer cable

allay

19 PaintingPanel shall be painted with light grey epoxy painted

(Siemens Gray RAL 7032) and caution notice plate shall be

fixed at the back of each vertical panel

20 Make of Switchgears aMCCBSiemensSchneiderbPush

button SiemensSchneider TekniccSelector

SwitchSiemensSchneider Teknic

dFuseSchneiderSiemenseTimerSiemensSchneiderfContro

l TransformerAEIMPIndcoilgTerminal

BlockElmexConnectwellFTChMeters Conzerv LampT

AEiCTs amp PTsKappaAutomatic

Electric(AE)NippenjContactorsSchneiderSiemenskIndicatio

ns SiemensSchneider

TekniclRelaysSchneiderSiemensPLAmMCBSchneiderSiem

ensnCooling Fan

RexnordSunonoVFDsAllen bradlypThyristor moduleDYDAC

qRCBOSiemensSchneiderrMCB

DBSiemensABBLegrandsLine reactorchokeAllen

BradleytCapacitor BankNeptune Schneider Siemens

21 Local Push Button Station (LPBS)The Scope includes supply

and installation of LPBS for Chiller Pumps AHUs Heaters as

per the BOQ and detailed specification given below aLPBS

shall be indoor metal clad air insulated wallAngle frame

mounted as required single front construction front wired

front connected hinged lockable door LPBS for Chiller Pumps

system shall be suitable for outdoor installationbMinimum

thickness of sheet metal used shall be 2 mm and panel shall

conform to IP54 protection for indoor installation and IP65 for

outdoor type LPBScAll switches push buttons with indicating

Tender No SCLPS52019E0156401 41

LED lamps indicating instruments shall be flush

mounteddThe LPBS shall be used for remote operation of

drives Equipment and HeaterseTo facilitate the localremote

operation LPBS shall have LocalRemote selector switch and

provided with Start push button lockable Stop push button

ammeter of suitable range Terminal Block and lockable

Emergency off Switch etc fLPBS shall be equipped with AC

(230V)DC (24V) Relays Contactors etc for seamless interface

of the operation of Drives from FCMS (PLC)gLPBS should be

suitable for wall mounting and provided with necessary

mounting arrangementhWiring shall be done with flexible

25sqmm copper 650V grade PVC insulated switchboard

wires Each wire shall be identified at both ends with

permanent markers bearing wire numbers as per wiring

diagramiWire termination shall be done with crimping type

connector with insulating sleevejGland plate shall be

minimum 3 mm thickkThe nameplate of approved design

shall be provided for each compartment and also at the top of

each panel Nameplate shall be minimum 20x70mm and 3mm

thicklLPBS shall be painted with light grey epoxy painted

(Siemens Gray RAL 7032)

22 Make of Electrical panel As per DOS Approved Panel

manufacturer list (attached)

TECHNICAL SPECIFICATION‐3

Item Specifications ‐III

Sl No Specifications Compliance

(Yes No)

Offered Specifications Remarks

Tender No SCLPS52019E0156401 42

1 Fire Detection System Scope for fire detection system

includes supply installation testing commissioning of Fire

panel Addressable Fire detection devices Manual Call Points

Addressable loop sounders Switch Monitoring unit (SMU) UV

IR sensor for detection of methanol flame Cable MS junction

boxes for loop in loop out of cable as per specifications and

integrating the same with existing repeater panel as per the

requirement The detailed specifications for the different

component of fire deduction system are as follows

2 A Multi‐sensor Detectors The smoke detectors shall be multi‐

sensor (heat and smoke) detector with isolator suitable for

detecting a wide range of smoke from slow smoldering and

fast flaming fire The detector shall have following features

bullSolid state addressing arrangement in combination with a

hand held programmer to configure the sensor

addressbullElectronics free mounting basebullTwin alarm LEDs for

360 Degree viewing and shall have blinking LED facilitybullThe

sensor shall have s removable chamber for ease of cleaning or

replacementbullAutomatic compensation for smoke sensor

contaminationbullShall have a built in test facility which allows

the fire alarm control panel to adjust the alarm threshold

levels to compensate for contamination and shall have a

maintenance alarm display when threshold can no longer be

adjustedbullOperating temperature ‐ 10 DegC to 50 DegC and

operating RH at 40 DegC‐95 RH

3 B Manual call stations Manual Call Stations should have in

built monitor module and pressbreak and resettable

capability constructed of high impact LEXAN sheet with clearly

visible operating instructions on the cover and the word FIRE

shall appear on front and suitable for surface mountingflush

mounting complete as required

Tender No SCLPS52019E0156401 43

4 C UV IR SensorThe UV‐IR flame detector shall operate on 24

VDC 0‐24mA current output suitable for detection of

Methanol flame with automatic built in test for reliable

operations and suitable for installation in Hazardous area zone

1and 2 with Class I Division 12 Gas group A B C The detector

shall not be susceptible to environmental conditions to

generate false alarms The entire system shall be rated for IP

66 or better and supplied with suitable mounting bracket The

system shall comply to the detailed specifications as listed

belowbullDetection Technology UV ‐ IR Electro‐optical

detectionbullDetection range 75 meterbullField of View greater

than equal to 90deg Both Horizontal and verticalbullResponse

Time less than equal to 5 secondsbullBuilt in Test Automatic

bullOperating Temperature Range 0 to + 75degCbullOperating

Humidity Range Continuous 95 non‐condensingbullAnalog

Output signal 4‐20mAbullAlarms amp Fault Normal 4 mA Fault

02 mA Alarm 20 mA + 10 verifiedbullOperating voltage 24

VDC ( 18‐32VDC)bullPower consumption Vendor to specify for

Standby and Alarm conditionbullSensor Calibration

Verification Sensor calibration as per OEM for certified

performancebullSensor Life 2 Years (minimum)bullSensor

Calibration vendor to carry out sensor calibration at site and

submit calibration certificate valid for one yearbullRFI EMI

SusceptibilitybullRequired EN 616326‐3 and EN 6100006‐3 or

equivalent IP protectionbullIP protection IP 66 or betterbullFault

Diagnostic Sensor Fault (end of life) other informationbullSelf‐

Check Test Automatic during start‐upbullHousing SS 316

Epoxy Painted Aluminium die castbullStart‐up Time Vendor to

specifybullApprovalcertification PESO and ATEX ‐ Ex d IIC C

Class 1 Div 12 Group A B C DNote Vendor shall arrange

the 230V AC to 24V DC Power supply module along with half

an hour Battery Back up in MS powder coated Enclosure

Input Power supply (230V AC) for Power Supply module shall

Tender No SCLPS52019E0156401 44

be provided by SCL

5 D SMU Unit for UV IR sensor Supply installation testing and

commissioning of Switch Monitoring Unit (SMU) to configure

the UV IR sensors with fire detection system as requiredE

SoundersAddressable Sounders shall be loop powered with

all fixing materials complete as required The sound level shall

be 100dB (A)

6 F Fire Alarm Control Panel (FACP) bullFACP shall be of 2

loopsbullFACP shall be suitable for 230V 50 Hz AC supply and

detectors shall be powered using FACP based detection

circuits Devices shall receive power and communication from

the same pair of conductorsbullFACP shall provide for resetting

detectors fault isolation and sensor loop operationbullFACP

shall be suitable for mixing different fire devices and beam

smoke detectors within the same loop to optimize field

wiringbullFACP shall have alarm indication of individual sensors

detector trouble alarm indication for dust accumulation The

panel shall check detector once in every 24 hours for

contamination for this purposebullThe FACP shall regularly

supervise all the sensors and devices on the loop and initiate

fire or trouble alarm whenever requiredbullFACP shall have 2

wire circuits to connect minimum of 126 addressable devices

per loopbullFACP shall be with repeater interface and suitable

24V battery with built in software and 2 x 40 character

alphanumeric LCD display and necessary front panel control

keys FACP shall display the date time and description for

Analog sensors to indicate alarms and trouble

situationsbullFACP switches shall allow authorized personnel to

accomplish the following ‐bullInitiate a general alarm

conditionbullSilence the local audiblebullSilence the alarm

signalsbullReset all zonespointsbullFACP shall have walk test

facilitybullShall have facility for programming from the key

board or utilizing PC set up software via laptopdesk top

Tender No SCLPS52019E0156401 45

computerbullShall have memory data for panel configuration

and operation reside in non‐volatile memory (EPROM)bullFACP

shall have facility for speech processor (to record pre‐

recorded message of 20 S) and also have Auto Dialer facility

(can dial up to 8 different lines)bullAll addressable units shall be

connected to the FACP through the loop cards and shall be

addressed though individualized numbers The FACP shall be

able to obtain analog value for all detectors in the circuit

through a pulsed digitized current data The FACP shall be

able to analyze all analog inputs from all addressable units

and though its own software and ambient level screening the

FACP shall be able to identify fire possible fire or fault

conditions The unit supervision shall be dynamic and

continuousbullThe FACP shall itself have all loop cards in it No

isolated mother board or transponder shall be

consideredbullShortopen circuit units shall also be reported at

the FACP in such cases the system through the use of fault

isolators shall be able to isolate that segment between the

two fault isolators The missing DetectorsDevices shall also

be reported to the FACP with identification of the

locationbullThe FACP shall have the facility to set smoke sensor

sensitivity remotely to either high sensitivity manually or on a

pre‐programmed sequence (Ie DayNight) period When an

alarm condition is sensed at the FACP from a smoke or heat

detector a delay timealarm verification period shall be

started If the sensor is still in alarm after the delay time

expired an alarm condition is reported The delay time shall

be adjustable from 0 to 990 secondsbullThe FACP shall have

either an in‐built or external printer coupled to the FACP

which shall log all events with time The printout shall clearly

indicate the event‐FirePre‐AlarmFault etc with the unit

address and timebullThe FACP shall also be able to discriminate

between false alarms and fire conditions as well as priority

selection of alarm in case alarm activities in two or more

Tender No SCLPS52019E0156401 46

remotely located units simultaneously In such cases the

Manual Call stations shall have the highest prioritybullThe FACP

shall also be able to actuate switches automatically in case of

Fire condition of AHUs and power supply or other system such

as piped pressurized gas supplybullThe system shall be fail safe

and adequate safe guards should be under taken that in the

event of a failure of a part of the system it shall not handicap

the complete system The loop cards shall be of Modular

constructionbullThe FACP shall have its own battery backup of a

minimum of 48 hours in normal run and then half an hour in

alarm condition The backup time calculation shall be done as

per TAC standards The Battery shall be 2 x 12V (24V) DC and

of sealed maintenance free type housed inside the FACPbullIt

shall be able to withstand temperature variations from 0

Degree Centigrade to 55 Degree Centigrade Further Relative

Humidity (non‐condensing type) up to 93 shall not hamper

its performance The voltage rating shall be from 17V DC to

31V DC though the voltage may be change depending upon

the working voltages of a proprietary FACPbullThe FACP shall be

totally enclosed dust and vermin proof type made of

minimum 16‐gauge dust inhibited sheet with even baked

finish The FACP shall be of completely solid state designbullThe

logic circuitry shall be based on high noise immunity solid‐

state hardware employing modular construction Logic cards

shall be of epoxy fiber glass constructionbullThe FACP shall have

EN 54ULFM approvalbullThe panel shall have an extra loop

card to serve as standby in case of burnout or malfunctioning

of any operating loop cardsbullThe FACP shall be capable of

being networked (future expansion) with other similar FACPs

located at different locations of SCL premises through a single

RS 485 busbullThe FACP shall have provision for interfacing with

the Public Address System

7 G Repeater panelScope comprises of supply and installation

Tender No SCLPS52019E0156401 47

of Repeater Panel which display fire fault message

simultaneously with the FACP bullIt shall be capable of

interfacing with the FACP on a single RS 485 Bus bullThe panel

shall be capable of operating on 24V DC supplybullThe

independent 24V DC supply source to be installed in MS

cubicle Box duly powder coated paint along with repeater

panelbullThe panel shall have 2 x 40‐character backlit display

which shall display date time and description of alarm

trouble events are that displayed in the panel shall be

powered from the FACPbullIt shall have control keys for sound

silence mute and to reset the FACP from the repeater

stationsbullThe repeater panel shall have the following LEDs

indicationsbullSupply bullFault bullMute bullSilent bullDisabled

bullFire

8 H Fire CableSupply and installation of 2Cx15mm2 Copper

extruded PVC inner sheath armored and overall FRLS PVC

outer sheathed 11 KV grade as per IS 7098 (Part I bearing ISI

certification) on existing cable traywallsoft soilhard soil as

required

9 I Fire Cable terminationSupplying and making end

termination with brass compression gland and copper lugs for

2Cx15mm2 Copper cable in MS Box of Size 4X4 installed

above the false ceilingwallsurface as required

10 J Junction Box for Fire devicesSupply installation testing and

commissioning of MS painted box Size 4X4 with ELMEX type

terminal block for loop in loop out of 2c x15 sq mm copper

armored cable and connection to the fire detector device on

wallsurfacerecess including wall cutting and providing

necessary hardware for mounting fixing including all

material for fixing as required

Tender No SCLPS52019E0156401 48

TECHNICAL SPECIFICATION‐4

Item Specifications ‐IV

Sl No Specifications Compliance

(Yes No)

Offered Specifications Remarks

1 A NetworksLAN The detailed specification for the network

rack switch cable cords IOs face plates etc and the

required accessories shall be as below CAT 6A or better cable

shall be laid in the PVC Conduit The detailed specifications

for the different component of networksLAN are as follows

2 bull Rack Supply installation testing and commissioning of UL

listed modular type 12U network rack with front glass door

and rear perforated door floor mounted Size 550x550 with

1 No of 5 port Octagonal PDU 515Amp with MCB and Fan

Tray with minimum 2 Fans The rack should have provision of

2 nos of cable manager duct type 1U and 2 vertical manager‐

concealed type Rack should be three sides openable with

front glass door and rear perforated door and provision of

cable entry from top and bottom both with proper earthing

kit as requiredRecommended Make Rittal Netrack

Schneider Valrack

3 bull Network Switch Supply amp installation of Network Switch in

Network Rack with the following specification as belowSwitch

shall haveamp61607Port Density Minimum 8 101001000

BaseT Ports amp 4‐1G SFP Ports ready for use with SFP module

Ports shall support PoE on all ports with PoE budget of

180Wamp61607Architecture Stand‐alone rack

mountableamp61607Bandwidth minimum 56Gbps of

switching bandwidth to support above listed ports in non‐

blocking configurationamp61607StackableScable support for

Tender No SCLPS52019E0156401 49

stacking multiple switchesamp61607Stacking backplane

bandwidth Access switch shall have additional port(s) for

providing minimum 40 Gbps stacking bandwidthamp61607L2

Features 8021x authentication spanning tree

etcamp61607Networkjflowsflow or equivalent provision for

Networkjflowsflow or equivalent supportamp61607Network

Management support Network Management through

command line interface (CLI) SNMP v1 v2c v3

httpsamp61607IPv6 Readiness IPv6 Readiness from day

1amp61607RegulatorySafety confirming to UL60950 amp

EN60950amp61607EALNIAP certified Model No shall be EAL

or NIAPNDPP certifiedRecommended Make Cisco Juniper

HP Brocade dell

4 bull CAT 6A Cable Supply and installationlaying of category 6A

or better 4 pair shielded cable UFTP or FUTP in PVC

Conduit sheath type low smoke zero halogen (LSZH) with

transmission properties amp electrical properties tested

minimum up to 500MHz amp verified by ETL amp comply with

ANSITIAEIA‐568‐C2 amp ISOIEC 11801 Recommended make

Commscope Schneider Molex Siemon

5 bull Patch Panel Supply installation testing and commissioning

of CAT6A PatchJack Panel of 24 Port fully loaded in Network

rack with port identification number with self‐adhesive clear

label holder Each portjack on the panel should be

individually removable on field from the panel and have

integrated rear cable management metallic shelf and have a

separate provision of grounding Recommended make

Commscope Schneider Molex Siemon

6 bull Patch Cords (1 meter) Supply installation testing and

commissioning of Patch Cords Cat 6A shielded 1 meter in

Network rack with 4 pair shielded copper wire factory pre

terminated with shielded RJ45 plugs Aluminumpolyester

Tender No SCLPS52019E0156401 50

shield screen material with low smoke Zero halogen sheath

comply to TIA‐568‐C2 Cat 6A in IOs of Network

RackRecommended make Commscope Schneider Molex

Siemon

7 bull Patch Cords (3 meter) Supply installation testing and

commissioning of Patch Cords Cat 6A shielded 3 meter in

Network rack with 4 pair shielded copper wire factory pre

terminated with shielded RJ45 plugs Aluminumpolyester

shield screen material with low smoke Zero halogen sheath

comply to TIA‐568‐C2 Cat 6A at field side Recommended

make Commscope Schneider Molex Siemon

8 bull Information outlet Supply and installation of Shielded Cat

6A information outlet UFTP or FUTP compliance to category

6A or better TIA568C2‐500MHz at field sideRecommended

make Commscope Schneider Molex Siemon

9 bull Face Plate (Dual) Supply and installation of single gang

square face plate (Dual) and SMB Box with a provision to

support variety of jacks‐ UTP STP etc at the field

sideRecommended make Commscope Schneider Molex

SiemonbullFace plate (single) Supply and installation of square

face plate ( single) with a provision to support variety of jacks‐

UTP STP etc at the field sideRecommended make

Commscope Schneider Molex Siemon

10 bull SMB Box Supply and installation of SMB Box for face plate

(DualSingle) as required Recommended make Commscope

Schneider Molex Siemon

11 bull Other Accessories amp61607Supply and Installation of

25mm electrical grade ISI mark PVC Conduit in

wallfloorslabsurface including wallfloor cutting and

making good the same as required Recommended make

Reputed ISI Markamp61607Supply and installation of OFC SM

Tender No SCLPS52019E0156401 51

OS2 Cable in existing 32mm HDPE pipe as

requiredamp61607Supply and Laying of 32mm HDPE pipe

direct in ground including excavation sand cushioning

protective covering and refilling the trench including standard

cable route marker etc as requiredamp61607Supply and

installation of SC simplex single‐mode LSZH pigtail 1m as

requiredamp61607Supply and installation of adaptor plate

with 3 SC duplex SM adaptors as requiredamp61607Splicing of

OFC as per Core as requiredamp61607Supply and installation

of accessories for making the Chamber Pit‐ 1Mtr Depth with

Lid for housing OFC as requiredamp61607Trenching of

HardSoft Soil as required

12 B Paging The scope includes supply installation testing and

commissioning of Supply and installation of IP 65 or better

explosion proofWP loud speaker anticorrosive powder

coated red (RAL‐3000) suitable for Zone I amp II Class II C

Hardware SS304 as per IS2148 and equivalent to model FLSR

25 of Baliga with necessary support gland as required and

installing the same on wallsurface with GI supports as

required and connecting the same with wire The Scope also

includes supply and installation of 2Cx15mm2 FRLS armored

and PVC sheath twisted pair wire their termination tagging

glanding earthing etc as required for speakers and other

accessories requires for smooth commissioning of the paging

system

Vendor Specificied Terms

Description Vendor Terms

Tender No SCLPS52019E0156401 52

1Delivery Term

Prices shall be quoted on F O R destination basis ie S C L S A S Nagar Mohali

Punjab exclusive of GST and taxes as may be applicable

2 GST

Purchaser is entitled to concessional GST of 5 as per Ministry of Finance

Department of Revenue Notification No 472017 Integrated Tax (Rate) both

dated 14th November 2017 respectively and would accordingly issue Exemption

Certificate in favour of the contractor quoting in Indian Rupees The bidder

should take note of the same while quoting the prices in Indian Rupees GST on

installation services shall be applicable 18

3 DELIVERY SCHEDULEPERIOD OF COMPLETION

The time allowed for supply installation testing and commissioning of the entire

works shall be 06 (Six) months to be reckoned form the 7th day of issue of

purchase order

4 IMPORTANT

This being a two part Tender Technical and Commercial parts separate the

bidder should not attach any document(s) containing pricing information with

technical part The Contractor will provide Un priced commercial offer in

envelope 1 (Technical Part) as an attachment

The tenders containing price information in Technical Part will be treated as

unsolicited offers and rejected Contractor to confirm that Price bid is not

attached in Envelope 1 ie Technical Part

Priced Commercial offer if any should be attached in Envelope 2 (Price Bid)

under Supporting Documents from Vendor (Commercial) as an attachment

5 The prices shall remain firm until completion of entire project including

extended period if any No cost escalation shall be applicable for the work

Tender No SCLPS52019E0156401 53

6 SECURITY DEPOSIT

a) On acceptance of the tender the Contractor shall submit security deposit for

ten percent (10 percent) of the value of the Contract within 15 days from the

date of purchase order If the Contractor fails toprovide the security within the

period specified such failure shall constitute a breach of the Contract and the

Purchaser shall be entitled to make other arrangements for the re purchase of

the stores contracted at the cost and risk of the Contractor

b) Security Deposit shall be submitted through Demand Draft Bankers Cheque

fixed deposit receipt or Bank Guarantee from any of the Scheduled Banks

executed on nonjudicial stamp paper of appropriate value and shall be valid for

a period of sixty (60) days beyond the date for completion of the Purchase

OrderContract

c) In case the contractor fails to furnish the security deposit within the specified

date or extended due date the Purchase OrderContract shall be cancelled and

in addition appropriate penal action may also be considered

d) After the Purchase OrderContract is successfully executed in all respects the

Bank Guarantee towards Security Deposit may be discharged and retained

amount shall be refunded to vendors

e) In the event of non execution of the Purchase orderContract or breach of any

terms and conditions of the Purchase Order the Security Deposit shall be

forfeited

7 Warranty

The Contractor shall provide for the tendered job comprehensive warranty for

parts as well as labour for a period of 12 months from the date of successful

installation commissioning and testing of the system at Purchasers site at no

extra charges against any manufacturing defectfaulty workmanship In case any

defect arises during warranty period the Contractor should replacerectify the

same at its own cost at siteworks

The LED light fittings and its driver unit etc shall have warranty for a period of 5

Tender No SCLPS52019E0156401 54

years from the date of installation and commissioning

8 Warranty Replacements

All replacement parts if any shall be supplied by the Contractor free of cost on F

O R Purchaser site at S A S Nagar Punjab basis

9 TERMS OF PAYMENT

The payment shall be remitted as under

90 of the value of the materials supplied shall be paid within 30 days of the

receipt of the materials at purchaser site and the balance 10 amount along

with 100 installation charges shall be payable on successful installation

commissioning and acceptance of the entire project at Purchasers site against a

Performance Bank Guarantee

10 PERFORMANCE BANK GUARANTEE (PBG)

The Contractor shall furnish a Bank Guarantee (as per format given by purchaser)

from any nationalized scheduled bank for an amount equivalent to 10 of the

value of the Contract and shall be valid for a period of 60 days beyond the expiry

date of warranty period On the performance and completion of the Contract in

all respects the Bank Guarantee will be returned to the Contractor without any

interest

11 VALIDITY

The tender must be valid for a minimum period of 120 days from the date of

opening of Technical bid and 90 days after opening of Price bid

The tender where the validity period is shorter than the period specified in the

tender enquiry shall be excluded from the procurement process

12 Quantity Variation

The quantities indicated against each items in the Bill of Quantities (BOQ) are

indicative and are for the purpose of bidding only Variation in quantities up to

Tender No SCLPS52019E0156401 55

+25 percent shall be carried out by the contractor on the agreedPurchase order

(PO) rates and terms amp conditions as in the purchase order (PO)

13 GUARANTEED TIME DELIVERY

The time for and the date of delivery stipulated in the Purchase Order shall be

deemed to be the essence of the Contract Delivery must be completed within

the date specified therein

14 Extra Items

In case of extra items (that are completely new and are in addition to the items

contained in the contract) the contractor may claim rates supported by proper

analysis and purchaser engineer in charge of the work shall after giving

consideration to the analysis of the rates submitted by the contractor determine

the rates on the basis of market rates and the contractor shall be paid in

accordance with the rates so determined The contractor(s) profit amp OH shall be

factored in the rate analysis 15

15 CONSIGNEE

Sr Purchase and Stores Officer (Stores)

Semi Conductor Laboratory

Sector 72 SAS Nagar (Mohali) Punjab

India 160 071

16 INSTALLATION AND COMMISSIONING

Installation commissioning and demonstration of performance of the tendered

stores as per Purchaser tendered specifications shall be carried out by the

Contractor at Purchaser site at S A S Nagar Punjab India

The Contractor shall provide in advance guidelines for preparation of the

installation site and list of items to be supplied by Purchaser during installation

Tender No SCLPS52019E0156401 56

On receipt of intimation from the Purchaser the Contractor shall depute its

engineer(s) to Purchaser site within two weeks to carry out installation and

commissioning and will demonstrate the functionality of the tendered

equipment to Purchaser specifications as per mutually agreed acceptance

procedure The Contractor shall be responsible for any lossdamages sustained

due to delay on the part of the Contractor to send its engineer for installation

and commissioning

Failure to commission the tendered equipment successfully shall entitle

Purchaser to full refund of the payment made and the interest thereon Decision

regarding successful installation and commissioning shall rest solely with the

Purchaser

17 REJECTION

In the event that any of the stores supplied by the Contractor is found defective

in material or workmanship or otherwise not in conformity with the

requirements of the Contract specifications the purchaser shall either reject the

stores or request the Contractor in writing to rectify the same The Contractor

on receipt of such notification shall either rectify or replace the defective stores

free of cost to the purchaser If the Contractor fails to do so the purchaser may

at his option either

a) replace or rectify such defective stores and recover the extra cost so involved

from the Contractor or

b) terminate the Contract for default as provided in this tender document

18 EXTENSION OF TIME

If the completion of supply of stores is delayed due to reason of force majeure

such as acts of god acts of public enemy acts of Government fires floods

epidemics quarantine restriction strikes freight embargoes etc the

Contractor shall give notice within 15 days to the purchaser in writing of his

claim for an extension of time The purchaser on receipt of such notice after

verification if necessary may agree to extend the Contract delivery date as may

Tender No SCLPS52019E0156401 57

be reasonable but without prejudice to other terms and conditions of the

Contract

19 DELAY IN COMPLETIONLIQUIDATED DAMAGES

If the Contractor fails to deliver the stores within the time specified in the

Contract or any extension thereof the purchaser shall recover from the

Contractor as liquidated damages a sum of one half of one percent (05 percent)

of the Contract price of the undelivered stores for each calendar week of delay

The total liquidated damages shall not exceed ten percent (10 percent) of the

Contract price of the unit or units so delayed Stores will be deemed to have

been delivered only when all their component parts are also delivered If certain

components are not delivered in time the stores will be considered as delayed

until such time as the missing parts are delivered Delivery of stores shall be

complete on Installation commissioning Testing and Acceptance

20 INSPECTION AND ACCEPTANCE TEST

The Purchasers representatives shall also be entitled at all reasonable times

during manufacture to inspect examine and test on the Contractors premises

the material and workmanship of all stores to be supplied under this Contract

and if part of the said stores is being manufactured on other premises the

Contractor shall obtain for the purchasers representative permission to inspect

examine and test as if the equipment were being manufactured on the

Contractors premises

Such inspection examination and testing shall not release the Contractor from

the obligations under this Contract

For tests on the premises of the Contractor or of any of his sub Contractors the

Contractor shall provide free of cost assistance labour material electricity fuel

and instruments as may be required or as may be reasonably needed by the

purchasers representative to carry out the tests efficiently

When the stores have passed the specified test the purchaser representative

shall furnish a certificate to the effect in writing to the Contractor The

Tender No SCLPS52019E0156401 58

Contractor shall provide copies of the tests certificates to the purchaser as may

be required

21 Labour Law Contractor shall abide by all labour laws rules and regulations

which are prevailing and as enforced from time to time and SCL shall not be

responsible for any accident or mishap during the course of the contract to any

of engineer labour employee by the Contractor The contractor shall also ensure

that the statutory obligations with regards to the employment of labour under

law are complied properly and timely

22 ARBITRATION

In the event of any disputes differences or claims arising out of or relating to

the interpretation and application of the Contract such disputes or differences

or claims shall be settled amicably by mutual consultations of the good Offices

of the respective Parties and recognizing their mutual interests attempt to reach

a solution satisfactory to both the parties If such a resolution is not possible

within 30 days from the date of receipt of written notice of the existence of such

disputes then the unresolved disputes or differences or claims shall be

referred to the Sole Arbitrator appointed by the Parties by mutual consent in

accordance with the rules and procedures of Arbitration and Conciliation Act

1996 as amended from time to time The arbitration shall be conducted in New

Delhi in the Arbitration and Conciliation Centre New Delhi (Domestic and

International) as per its rules and regulations The expenses for the Arbitration

shall be shared equally or as may be determined by the Arbitrator The

considered and written decision of the Arbitrator shall be final and binding

between the Parties The applicable language for Arbitration shall be English

only Work under the Contract shall be continued by the CONTRACTOR during

the pendency of arbitration proceedings without prejudice to a final adjustment

in accordance with the decision of the Arbitrator unless otherwise directed in

writing by the DEPARTMENT or unless the matter is such that the works cannot

be possibly continued until the decision (whether final or interim) of the

Arbitrator is obtained

23 APPLICABLE LAWS The contract shall be interpreted construed and

Tender No SCLPS52019E0156401 59

governed by laws of IndiaThe contract shall be subject to exclusive Jurisdiction

of the Court of SAS Nagar (Mohali) Punjab India irrespective of anything

mentioned in any correspondences or otherwise

24 Any Other Term

Tender No SCLPS52019E0156401 60

Supporting Documents from Vendor

Attachment ‐ I

Attachment ‐ II

Price Bid Form

Item Description Slab Range Qty UOM Currency Unit Price Total Price

Supply of MCC Panels cables

cable trays lightings etc for

electrical distribution system

including fire detection

system LAN Paging etc for

the Chemical Store building as

per detailed specifications

technical write‐updrawings

attached

‐ 1 Lot ‐ ‐ ‐

Installation Testing and

Commissioning of MCC

Panels cables cable trays

lightings etc for electrical

distribution system including

fire detection system LAN

Paging etc for the Chemical

Store building as per detailed

specifications technical write‐

updrawings attached

‐ 1 Lot ‐ ‐ ‐

Tender No SCLPS52019E0156401 61

Break‐up of other taxes and other costs should be specified in respective narration columns

Sum of these Break‐up values should be specified in respective value columns

Supporting Documents from Vendor (Commercial)

Document attachment with price bid

Attachment ‐ I

Attachment ‐ II

  • pdf_document_tndr_notc_electrical_distribution_system_051119
  • pdf_document_tndr_doc_electrical_distribution_system_051119
Page 37: -72, -160071 चंडीगढ़ के समीप पंजाब भारत...स म -क डक टर ल ब र टर /Semi-Conductor Laboratory अ त रक ष वभ

Tender No SCLPS52019E0156401 36

Panelcompartment shall be complete with inter module

control and power wiring 220V AC supply shall be drawn from

one of the phase and neutral of the incoming 415VAC and

connect to the Thyristor supply terminals through MCB

Circuit breaker lsquoswitch ONrsquo and Thyristor control unit lsquoRUN

commandrsquo will get activated from FCMS if air temperature is

below ON set point Circuit breaker lsquoswitch OFFrsquo and Thyristor

control unit lsquoRUN command withdraws will get activated

from FCMS when temperature becomes above OFF set point

6 Fire Suppression system amp Fire Protection systemPanel shall

be equipped with required materials such as fire suppression

cylinders filled with fire suppression agents Fire detection

tubes Heat sensor tubes end of line adaptor with gauge

electrical Relays differential pressure valves etc to provide

the fire suppression and fire protection system in cable alley

and bus bar chambers of the electrical panel

7 MCCBaThe MCCBs should be extra current limiting type with

trip time of less than 10 m sec under short circuit conditions

The current limiting action should be achieved with repulsion

principle The MCCBs should preferably have an anti‐reclosing

featurebThe MCCBs should be 3 or 4 poles as per SLDcThe

MCCBs should have a Service short circuit breaking capacity

(Ics) of not less than 35 kA rms at 415 Volts 50Hz AC for

incomer The service breaking capacity should be equal to

ultimate breaking capacities (Icu) (ie Ics= Icu=100)dThe

release should be thermal magnetic having adjustable

overload and short circuiteSwitches shall be triple pole air

break AC23 motor duty for motor starter feedersfCubicle

doors of incoming and outgoing shall be mechanically

interlocked with switchgear to prevent unintentional openings

of the door while the unit is in energized condition However

defeat interlock provision is also to be providedgAll incoming

and outgoing feeders shall be provided with bolted disconnect

Tender No SCLPS52019E0156401 37

link for isolation of neutral if necessary Selector switches

shall be of rotary typehThe MCCB shall be provided with

rotary drive kit spreader terminals and ONOFFTrip (MCCB)

position of switch handle to be clearly markediDuct Heater

MCCB shall be motorized to control (ONoff) from FCMSjFor

incomers it should be EDO microprocessor based

communicable MCCB (35 kA or above) with numerical

releases for OL SC amp EFR (With mechanical and Electrical

interlocking for operation of only one ACB at any point of

time)

8 MPCBaThe MPCBs should be of 3 pole air break type AC3

Duty continuous rating as specifiedbMPCBs should have at

least 1NO+1NC contactcThese should have trip indication

test trip functiondThe release should be thermal magnetic

having adjustable overload trip settingeThe service breaking

capacity should be equal to ultimate breaking capacities (Icu)

(ie Ics= Icu=100)fThe MPCBs should be suitable for din rail

type mounting

9 Capacitor Bank Supply and installation of Capacitor Bank ‐

Box Type Dry construction Conforming to IS 13340‐41IEC

60831 440V 50Hz Rated Current (In) as per Load Heavy

Duty Dielectric MPP Low loss type with overall loss lt

05WkVAR Delta Connection with Discharge Device

10 ContactoraThe contactor shall be 3 pole air break type AC3

Duty continuous rating for motor starter feeders with non‐

bouncing silver silver alloy contactsbContactor shall be of

electromagnetic type rated for uninterrupted duty as per

relevant standards and also suitable for capacitor duty

cContactor shall be provided with adequate auxiliary contacts

rated for 10Amps 240VAC for interfacing with control

schemedContactor coil rating shall be minimum pick up of

85 of rated voltage and minimum drop out of 75 rated

Tender No SCLPS52019E0156401 38

voltage

11 Control and IndicationsaPush buttons will be heavy duty oil

tight and push to actuate type with integral plate marked

with its functionbEach push button shall be provided with

2NO+2NC contacts rated for 10Amps 240VACcLamps shall

be LED type rated for 240V AC Lens and lamps shall be

replaceable from the front dThe control supply shall be

through a 415V230V transformer and the vendor shall

provide 1 no 415V230V transformer for the same Vendor

shall also provide Power module for 24V DC Supply for the

operation of heaters control module

12 MetersaAll indicating instruments shall be digital

Switchboard type with accuracy class +‐ 2 full scalebMFM

of suitable rating shall be used in the incomer

feedercSelector switches shall be furnished at outgoing

feeders as per SLD for ammeterdAmmeter shall be of analog

type flush mounted industrial pattern of size 96x96 mm with

accuracy class 10 eMultifunction meter shall be of digital

type flush mounted industrial pattern of size 96x96 mm with

accuracy class 10 as per IEC 6205253 suitable for

measurement of Current Voltage Power Frequency Power

factor Energy and ready port to communicate with FCMS

through RS 485 The Meter should have Modbus

communication port as well

13 CT (Current transformer)CT will be cast resin type rated 15VA

or more burden with Maximum accuracy limit of class 1

14 Secondary wiringaPanel shall be fully wired at the factory to

ensure proper functioning of control and protectionbFuse

and links shall be provided to permit individual circuit

protection from bus wires without disturbing other circuits All

spare contacts of relays push buttons and other devices shall

Tender No SCLPS52019E0156401 39

be wired up to terminal blockscWiring shall be done with

flexible 25sqmm copper 1100V grade PVC insulated

switchboard wires Each wire shall be identified at both ends

with permanent markers bearing wire numbers as per wiring

diagramdWire termination shall be done with crimping type

connector with insulating sleeve

15 Powercontrol Terminal BlocksaTerminal block shall be 660V

grade box clamp type with marking strips similar to ELMEX 10

mm2 or equal for ControlbTerminal for CT secondary leads

shall have provision for shortingcNot more than two wires

shall be connected to any terminaldSpare terminals equal in

number to 20 active terminals shall be providedeTerminal

blocks shall be suitably located in cable alleysfFor Power

cable Bus Bar type cable connector (Melamine material) shall

be providedgFor Control cable heavy duty screw type cable

connector (Melamine material) shall be provided

16 Cable terminationaPanel shall be designed for cable entry

from topbEach cable shall be clearly marked at both ends

with an indestructible marker preferably a cable tag made of

Aluminium tacked with indicating cable number amp both end

feeder tags with switchboard tags Cable tags at ends of cable

shall be provided inside the gland plate as well as outside the

gland platecAll provisions and accessories shall be furnished

for termination of cables including removable gland plates

cable supports and terminal blocksdGland plate shall be

minimum 3 mm thick

17 Ground BusA GI ground bus rated to carry the maximum fault

current shall extend full length of Panel The ground bus shall

be provided with 2 bolts with GI bolt and nuts at each end to

receive 50x6mm GI flat

18 NameplateaThe nameplate of approved design shall be

Tender No SCLPS52019E0156401 40

provided for each compartment and also at the top of each

panel Nameplate shall be minimum 20x70mm and 3mm

thickbDrawing Pouch shall be provided at the incomer cable

allay

19 PaintingPanel shall be painted with light grey epoxy painted

(Siemens Gray RAL 7032) and caution notice plate shall be

fixed at the back of each vertical panel

20 Make of Switchgears aMCCBSiemensSchneiderbPush

button SiemensSchneider TekniccSelector

SwitchSiemensSchneider Teknic

dFuseSchneiderSiemenseTimerSiemensSchneiderfContro

l TransformerAEIMPIndcoilgTerminal

BlockElmexConnectwellFTChMeters Conzerv LampT

AEiCTs amp PTsKappaAutomatic

Electric(AE)NippenjContactorsSchneiderSiemenskIndicatio

ns SiemensSchneider

TekniclRelaysSchneiderSiemensPLAmMCBSchneiderSiem

ensnCooling Fan

RexnordSunonoVFDsAllen bradlypThyristor moduleDYDAC

qRCBOSiemensSchneiderrMCB

DBSiemensABBLegrandsLine reactorchokeAllen

BradleytCapacitor BankNeptune Schneider Siemens

21 Local Push Button Station (LPBS)The Scope includes supply

and installation of LPBS for Chiller Pumps AHUs Heaters as

per the BOQ and detailed specification given below aLPBS

shall be indoor metal clad air insulated wallAngle frame

mounted as required single front construction front wired

front connected hinged lockable door LPBS for Chiller Pumps

system shall be suitable for outdoor installationbMinimum

thickness of sheet metal used shall be 2 mm and panel shall

conform to IP54 protection for indoor installation and IP65 for

outdoor type LPBScAll switches push buttons with indicating

Tender No SCLPS52019E0156401 41

LED lamps indicating instruments shall be flush

mounteddThe LPBS shall be used for remote operation of

drives Equipment and HeaterseTo facilitate the localremote

operation LPBS shall have LocalRemote selector switch and

provided with Start push button lockable Stop push button

ammeter of suitable range Terminal Block and lockable

Emergency off Switch etc fLPBS shall be equipped with AC

(230V)DC (24V) Relays Contactors etc for seamless interface

of the operation of Drives from FCMS (PLC)gLPBS should be

suitable for wall mounting and provided with necessary

mounting arrangementhWiring shall be done with flexible

25sqmm copper 650V grade PVC insulated switchboard

wires Each wire shall be identified at both ends with

permanent markers bearing wire numbers as per wiring

diagramiWire termination shall be done with crimping type

connector with insulating sleevejGland plate shall be

minimum 3 mm thickkThe nameplate of approved design

shall be provided for each compartment and also at the top of

each panel Nameplate shall be minimum 20x70mm and 3mm

thicklLPBS shall be painted with light grey epoxy painted

(Siemens Gray RAL 7032)

22 Make of Electrical panel As per DOS Approved Panel

manufacturer list (attached)

TECHNICAL SPECIFICATION‐3

Item Specifications ‐III

Sl No Specifications Compliance

(Yes No)

Offered Specifications Remarks

Tender No SCLPS52019E0156401 42

1 Fire Detection System Scope for fire detection system

includes supply installation testing commissioning of Fire

panel Addressable Fire detection devices Manual Call Points

Addressable loop sounders Switch Monitoring unit (SMU) UV

IR sensor for detection of methanol flame Cable MS junction

boxes for loop in loop out of cable as per specifications and

integrating the same with existing repeater panel as per the

requirement The detailed specifications for the different

component of fire deduction system are as follows

2 A Multi‐sensor Detectors The smoke detectors shall be multi‐

sensor (heat and smoke) detector with isolator suitable for

detecting a wide range of smoke from slow smoldering and

fast flaming fire The detector shall have following features

bullSolid state addressing arrangement in combination with a

hand held programmer to configure the sensor

addressbullElectronics free mounting basebullTwin alarm LEDs for

360 Degree viewing and shall have blinking LED facilitybullThe

sensor shall have s removable chamber for ease of cleaning or

replacementbullAutomatic compensation for smoke sensor

contaminationbullShall have a built in test facility which allows

the fire alarm control panel to adjust the alarm threshold

levels to compensate for contamination and shall have a

maintenance alarm display when threshold can no longer be

adjustedbullOperating temperature ‐ 10 DegC to 50 DegC and

operating RH at 40 DegC‐95 RH

3 B Manual call stations Manual Call Stations should have in

built monitor module and pressbreak and resettable

capability constructed of high impact LEXAN sheet with clearly

visible operating instructions on the cover and the word FIRE

shall appear on front and suitable for surface mountingflush

mounting complete as required

Tender No SCLPS52019E0156401 43

4 C UV IR SensorThe UV‐IR flame detector shall operate on 24

VDC 0‐24mA current output suitable for detection of

Methanol flame with automatic built in test for reliable

operations and suitable for installation in Hazardous area zone

1and 2 with Class I Division 12 Gas group A B C The detector

shall not be susceptible to environmental conditions to

generate false alarms The entire system shall be rated for IP

66 or better and supplied with suitable mounting bracket The

system shall comply to the detailed specifications as listed

belowbullDetection Technology UV ‐ IR Electro‐optical

detectionbullDetection range 75 meterbullField of View greater

than equal to 90deg Both Horizontal and verticalbullResponse

Time less than equal to 5 secondsbullBuilt in Test Automatic

bullOperating Temperature Range 0 to + 75degCbullOperating

Humidity Range Continuous 95 non‐condensingbullAnalog

Output signal 4‐20mAbullAlarms amp Fault Normal 4 mA Fault

02 mA Alarm 20 mA + 10 verifiedbullOperating voltage 24

VDC ( 18‐32VDC)bullPower consumption Vendor to specify for

Standby and Alarm conditionbullSensor Calibration

Verification Sensor calibration as per OEM for certified

performancebullSensor Life 2 Years (minimum)bullSensor

Calibration vendor to carry out sensor calibration at site and

submit calibration certificate valid for one yearbullRFI EMI

SusceptibilitybullRequired EN 616326‐3 and EN 6100006‐3 or

equivalent IP protectionbullIP protection IP 66 or betterbullFault

Diagnostic Sensor Fault (end of life) other informationbullSelf‐

Check Test Automatic during start‐upbullHousing SS 316

Epoxy Painted Aluminium die castbullStart‐up Time Vendor to

specifybullApprovalcertification PESO and ATEX ‐ Ex d IIC C

Class 1 Div 12 Group A B C DNote Vendor shall arrange

the 230V AC to 24V DC Power supply module along with half

an hour Battery Back up in MS powder coated Enclosure

Input Power supply (230V AC) for Power Supply module shall

Tender No SCLPS52019E0156401 44

be provided by SCL

5 D SMU Unit for UV IR sensor Supply installation testing and

commissioning of Switch Monitoring Unit (SMU) to configure

the UV IR sensors with fire detection system as requiredE

SoundersAddressable Sounders shall be loop powered with

all fixing materials complete as required The sound level shall

be 100dB (A)

6 F Fire Alarm Control Panel (FACP) bullFACP shall be of 2

loopsbullFACP shall be suitable for 230V 50 Hz AC supply and

detectors shall be powered using FACP based detection

circuits Devices shall receive power and communication from

the same pair of conductorsbullFACP shall provide for resetting

detectors fault isolation and sensor loop operationbullFACP

shall be suitable for mixing different fire devices and beam

smoke detectors within the same loop to optimize field

wiringbullFACP shall have alarm indication of individual sensors

detector trouble alarm indication for dust accumulation The

panel shall check detector once in every 24 hours for

contamination for this purposebullThe FACP shall regularly

supervise all the sensors and devices on the loop and initiate

fire or trouble alarm whenever requiredbullFACP shall have 2

wire circuits to connect minimum of 126 addressable devices

per loopbullFACP shall be with repeater interface and suitable

24V battery with built in software and 2 x 40 character

alphanumeric LCD display and necessary front panel control

keys FACP shall display the date time and description for

Analog sensors to indicate alarms and trouble

situationsbullFACP switches shall allow authorized personnel to

accomplish the following ‐bullInitiate a general alarm

conditionbullSilence the local audiblebullSilence the alarm

signalsbullReset all zonespointsbullFACP shall have walk test

facilitybullShall have facility for programming from the key

board or utilizing PC set up software via laptopdesk top

Tender No SCLPS52019E0156401 45

computerbullShall have memory data for panel configuration

and operation reside in non‐volatile memory (EPROM)bullFACP

shall have facility for speech processor (to record pre‐

recorded message of 20 S) and also have Auto Dialer facility

(can dial up to 8 different lines)bullAll addressable units shall be

connected to the FACP through the loop cards and shall be

addressed though individualized numbers The FACP shall be

able to obtain analog value for all detectors in the circuit

through a pulsed digitized current data The FACP shall be

able to analyze all analog inputs from all addressable units

and though its own software and ambient level screening the

FACP shall be able to identify fire possible fire or fault

conditions The unit supervision shall be dynamic and

continuousbullThe FACP shall itself have all loop cards in it No

isolated mother board or transponder shall be

consideredbullShortopen circuit units shall also be reported at

the FACP in such cases the system through the use of fault

isolators shall be able to isolate that segment between the

two fault isolators The missing DetectorsDevices shall also

be reported to the FACP with identification of the

locationbullThe FACP shall have the facility to set smoke sensor

sensitivity remotely to either high sensitivity manually or on a

pre‐programmed sequence (Ie DayNight) period When an

alarm condition is sensed at the FACP from a smoke or heat

detector a delay timealarm verification period shall be

started If the sensor is still in alarm after the delay time

expired an alarm condition is reported The delay time shall

be adjustable from 0 to 990 secondsbullThe FACP shall have

either an in‐built or external printer coupled to the FACP

which shall log all events with time The printout shall clearly

indicate the event‐FirePre‐AlarmFault etc with the unit

address and timebullThe FACP shall also be able to discriminate

between false alarms and fire conditions as well as priority

selection of alarm in case alarm activities in two or more

Tender No SCLPS52019E0156401 46

remotely located units simultaneously In such cases the

Manual Call stations shall have the highest prioritybullThe FACP

shall also be able to actuate switches automatically in case of

Fire condition of AHUs and power supply or other system such

as piped pressurized gas supplybullThe system shall be fail safe

and adequate safe guards should be under taken that in the

event of a failure of a part of the system it shall not handicap

the complete system The loop cards shall be of Modular

constructionbullThe FACP shall have its own battery backup of a

minimum of 48 hours in normal run and then half an hour in

alarm condition The backup time calculation shall be done as

per TAC standards The Battery shall be 2 x 12V (24V) DC and

of sealed maintenance free type housed inside the FACPbullIt

shall be able to withstand temperature variations from 0

Degree Centigrade to 55 Degree Centigrade Further Relative

Humidity (non‐condensing type) up to 93 shall not hamper

its performance The voltage rating shall be from 17V DC to

31V DC though the voltage may be change depending upon

the working voltages of a proprietary FACPbullThe FACP shall be

totally enclosed dust and vermin proof type made of

minimum 16‐gauge dust inhibited sheet with even baked

finish The FACP shall be of completely solid state designbullThe

logic circuitry shall be based on high noise immunity solid‐

state hardware employing modular construction Logic cards

shall be of epoxy fiber glass constructionbullThe FACP shall have

EN 54ULFM approvalbullThe panel shall have an extra loop

card to serve as standby in case of burnout or malfunctioning

of any operating loop cardsbullThe FACP shall be capable of

being networked (future expansion) with other similar FACPs

located at different locations of SCL premises through a single

RS 485 busbullThe FACP shall have provision for interfacing with

the Public Address System

7 G Repeater panelScope comprises of supply and installation

Tender No SCLPS52019E0156401 47

of Repeater Panel which display fire fault message

simultaneously with the FACP bullIt shall be capable of

interfacing with the FACP on a single RS 485 Bus bullThe panel

shall be capable of operating on 24V DC supplybullThe

independent 24V DC supply source to be installed in MS

cubicle Box duly powder coated paint along with repeater

panelbullThe panel shall have 2 x 40‐character backlit display

which shall display date time and description of alarm

trouble events are that displayed in the panel shall be

powered from the FACPbullIt shall have control keys for sound

silence mute and to reset the FACP from the repeater

stationsbullThe repeater panel shall have the following LEDs

indicationsbullSupply bullFault bullMute bullSilent bullDisabled

bullFire

8 H Fire CableSupply and installation of 2Cx15mm2 Copper

extruded PVC inner sheath armored and overall FRLS PVC

outer sheathed 11 KV grade as per IS 7098 (Part I bearing ISI

certification) on existing cable traywallsoft soilhard soil as

required

9 I Fire Cable terminationSupplying and making end

termination with brass compression gland and copper lugs for

2Cx15mm2 Copper cable in MS Box of Size 4X4 installed

above the false ceilingwallsurface as required

10 J Junction Box for Fire devicesSupply installation testing and

commissioning of MS painted box Size 4X4 with ELMEX type

terminal block for loop in loop out of 2c x15 sq mm copper

armored cable and connection to the fire detector device on

wallsurfacerecess including wall cutting and providing

necessary hardware for mounting fixing including all

material for fixing as required

Tender No SCLPS52019E0156401 48

TECHNICAL SPECIFICATION‐4

Item Specifications ‐IV

Sl No Specifications Compliance

(Yes No)

Offered Specifications Remarks

1 A NetworksLAN The detailed specification for the network

rack switch cable cords IOs face plates etc and the

required accessories shall be as below CAT 6A or better cable

shall be laid in the PVC Conduit The detailed specifications

for the different component of networksLAN are as follows

2 bull Rack Supply installation testing and commissioning of UL

listed modular type 12U network rack with front glass door

and rear perforated door floor mounted Size 550x550 with

1 No of 5 port Octagonal PDU 515Amp with MCB and Fan

Tray with minimum 2 Fans The rack should have provision of

2 nos of cable manager duct type 1U and 2 vertical manager‐

concealed type Rack should be three sides openable with

front glass door and rear perforated door and provision of

cable entry from top and bottom both with proper earthing

kit as requiredRecommended Make Rittal Netrack

Schneider Valrack

3 bull Network Switch Supply amp installation of Network Switch in

Network Rack with the following specification as belowSwitch

shall haveamp61607Port Density Minimum 8 101001000

BaseT Ports amp 4‐1G SFP Ports ready for use with SFP module

Ports shall support PoE on all ports with PoE budget of

180Wamp61607Architecture Stand‐alone rack

mountableamp61607Bandwidth minimum 56Gbps of

switching bandwidth to support above listed ports in non‐

blocking configurationamp61607StackableScable support for

Tender No SCLPS52019E0156401 49

stacking multiple switchesamp61607Stacking backplane

bandwidth Access switch shall have additional port(s) for

providing minimum 40 Gbps stacking bandwidthamp61607L2

Features 8021x authentication spanning tree

etcamp61607Networkjflowsflow or equivalent provision for

Networkjflowsflow or equivalent supportamp61607Network

Management support Network Management through

command line interface (CLI) SNMP v1 v2c v3

httpsamp61607IPv6 Readiness IPv6 Readiness from day

1amp61607RegulatorySafety confirming to UL60950 amp

EN60950amp61607EALNIAP certified Model No shall be EAL

or NIAPNDPP certifiedRecommended Make Cisco Juniper

HP Brocade dell

4 bull CAT 6A Cable Supply and installationlaying of category 6A

or better 4 pair shielded cable UFTP or FUTP in PVC

Conduit sheath type low smoke zero halogen (LSZH) with

transmission properties amp electrical properties tested

minimum up to 500MHz amp verified by ETL amp comply with

ANSITIAEIA‐568‐C2 amp ISOIEC 11801 Recommended make

Commscope Schneider Molex Siemon

5 bull Patch Panel Supply installation testing and commissioning

of CAT6A PatchJack Panel of 24 Port fully loaded in Network

rack with port identification number with self‐adhesive clear

label holder Each portjack on the panel should be

individually removable on field from the panel and have

integrated rear cable management metallic shelf and have a

separate provision of grounding Recommended make

Commscope Schneider Molex Siemon

6 bull Patch Cords (1 meter) Supply installation testing and

commissioning of Patch Cords Cat 6A shielded 1 meter in

Network rack with 4 pair shielded copper wire factory pre

terminated with shielded RJ45 plugs Aluminumpolyester

Tender No SCLPS52019E0156401 50

shield screen material with low smoke Zero halogen sheath

comply to TIA‐568‐C2 Cat 6A in IOs of Network

RackRecommended make Commscope Schneider Molex

Siemon

7 bull Patch Cords (3 meter) Supply installation testing and

commissioning of Patch Cords Cat 6A shielded 3 meter in

Network rack with 4 pair shielded copper wire factory pre

terminated with shielded RJ45 plugs Aluminumpolyester

shield screen material with low smoke Zero halogen sheath

comply to TIA‐568‐C2 Cat 6A at field side Recommended

make Commscope Schneider Molex Siemon

8 bull Information outlet Supply and installation of Shielded Cat

6A information outlet UFTP or FUTP compliance to category

6A or better TIA568C2‐500MHz at field sideRecommended

make Commscope Schneider Molex Siemon

9 bull Face Plate (Dual) Supply and installation of single gang

square face plate (Dual) and SMB Box with a provision to

support variety of jacks‐ UTP STP etc at the field

sideRecommended make Commscope Schneider Molex

SiemonbullFace plate (single) Supply and installation of square

face plate ( single) with a provision to support variety of jacks‐

UTP STP etc at the field sideRecommended make

Commscope Schneider Molex Siemon

10 bull SMB Box Supply and installation of SMB Box for face plate

(DualSingle) as required Recommended make Commscope

Schneider Molex Siemon

11 bull Other Accessories amp61607Supply and Installation of

25mm electrical grade ISI mark PVC Conduit in

wallfloorslabsurface including wallfloor cutting and

making good the same as required Recommended make

Reputed ISI Markamp61607Supply and installation of OFC SM

Tender No SCLPS52019E0156401 51

OS2 Cable in existing 32mm HDPE pipe as

requiredamp61607Supply and Laying of 32mm HDPE pipe

direct in ground including excavation sand cushioning

protective covering and refilling the trench including standard

cable route marker etc as requiredamp61607Supply and

installation of SC simplex single‐mode LSZH pigtail 1m as

requiredamp61607Supply and installation of adaptor plate

with 3 SC duplex SM adaptors as requiredamp61607Splicing of

OFC as per Core as requiredamp61607Supply and installation

of accessories for making the Chamber Pit‐ 1Mtr Depth with

Lid for housing OFC as requiredamp61607Trenching of

HardSoft Soil as required

12 B Paging The scope includes supply installation testing and

commissioning of Supply and installation of IP 65 or better

explosion proofWP loud speaker anticorrosive powder

coated red (RAL‐3000) suitable for Zone I amp II Class II C

Hardware SS304 as per IS2148 and equivalent to model FLSR

25 of Baliga with necessary support gland as required and

installing the same on wallsurface with GI supports as

required and connecting the same with wire The Scope also

includes supply and installation of 2Cx15mm2 FRLS armored

and PVC sheath twisted pair wire their termination tagging

glanding earthing etc as required for speakers and other

accessories requires for smooth commissioning of the paging

system

Vendor Specificied Terms

Description Vendor Terms

Tender No SCLPS52019E0156401 52

1Delivery Term

Prices shall be quoted on F O R destination basis ie S C L S A S Nagar Mohali

Punjab exclusive of GST and taxes as may be applicable

2 GST

Purchaser is entitled to concessional GST of 5 as per Ministry of Finance

Department of Revenue Notification No 472017 Integrated Tax (Rate) both

dated 14th November 2017 respectively and would accordingly issue Exemption

Certificate in favour of the contractor quoting in Indian Rupees The bidder

should take note of the same while quoting the prices in Indian Rupees GST on

installation services shall be applicable 18

3 DELIVERY SCHEDULEPERIOD OF COMPLETION

The time allowed for supply installation testing and commissioning of the entire

works shall be 06 (Six) months to be reckoned form the 7th day of issue of

purchase order

4 IMPORTANT

This being a two part Tender Technical and Commercial parts separate the

bidder should not attach any document(s) containing pricing information with

technical part The Contractor will provide Un priced commercial offer in

envelope 1 (Technical Part) as an attachment

The tenders containing price information in Technical Part will be treated as

unsolicited offers and rejected Contractor to confirm that Price bid is not

attached in Envelope 1 ie Technical Part

Priced Commercial offer if any should be attached in Envelope 2 (Price Bid)

under Supporting Documents from Vendor (Commercial) as an attachment

5 The prices shall remain firm until completion of entire project including

extended period if any No cost escalation shall be applicable for the work

Tender No SCLPS52019E0156401 53

6 SECURITY DEPOSIT

a) On acceptance of the tender the Contractor shall submit security deposit for

ten percent (10 percent) of the value of the Contract within 15 days from the

date of purchase order If the Contractor fails toprovide the security within the

period specified such failure shall constitute a breach of the Contract and the

Purchaser shall be entitled to make other arrangements for the re purchase of

the stores contracted at the cost and risk of the Contractor

b) Security Deposit shall be submitted through Demand Draft Bankers Cheque

fixed deposit receipt or Bank Guarantee from any of the Scheduled Banks

executed on nonjudicial stamp paper of appropriate value and shall be valid for

a period of sixty (60) days beyond the date for completion of the Purchase

OrderContract

c) In case the contractor fails to furnish the security deposit within the specified

date or extended due date the Purchase OrderContract shall be cancelled and

in addition appropriate penal action may also be considered

d) After the Purchase OrderContract is successfully executed in all respects the

Bank Guarantee towards Security Deposit may be discharged and retained

amount shall be refunded to vendors

e) In the event of non execution of the Purchase orderContract or breach of any

terms and conditions of the Purchase Order the Security Deposit shall be

forfeited

7 Warranty

The Contractor shall provide for the tendered job comprehensive warranty for

parts as well as labour for a period of 12 months from the date of successful

installation commissioning and testing of the system at Purchasers site at no

extra charges against any manufacturing defectfaulty workmanship In case any

defect arises during warranty period the Contractor should replacerectify the

same at its own cost at siteworks

The LED light fittings and its driver unit etc shall have warranty for a period of 5

Tender No SCLPS52019E0156401 54

years from the date of installation and commissioning

8 Warranty Replacements

All replacement parts if any shall be supplied by the Contractor free of cost on F

O R Purchaser site at S A S Nagar Punjab basis

9 TERMS OF PAYMENT

The payment shall be remitted as under

90 of the value of the materials supplied shall be paid within 30 days of the

receipt of the materials at purchaser site and the balance 10 amount along

with 100 installation charges shall be payable on successful installation

commissioning and acceptance of the entire project at Purchasers site against a

Performance Bank Guarantee

10 PERFORMANCE BANK GUARANTEE (PBG)

The Contractor shall furnish a Bank Guarantee (as per format given by purchaser)

from any nationalized scheduled bank for an amount equivalent to 10 of the

value of the Contract and shall be valid for a period of 60 days beyond the expiry

date of warranty period On the performance and completion of the Contract in

all respects the Bank Guarantee will be returned to the Contractor without any

interest

11 VALIDITY

The tender must be valid for a minimum period of 120 days from the date of

opening of Technical bid and 90 days after opening of Price bid

The tender where the validity period is shorter than the period specified in the

tender enquiry shall be excluded from the procurement process

12 Quantity Variation

The quantities indicated against each items in the Bill of Quantities (BOQ) are

indicative and are for the purpose of bidding only Variation in quantities up to

Tender No SCLPS52019E0156401 55

+25 percent shall be carried out by the contractor on the agreedPurchase order

(PO) rates and terms amp conditions as in the purchase order (PO)

13 GUARANTEED TIME DELIVERY

The time for and the date of delivery stipulated in the Purchase Order shall be

deemed to be the essence of the Contract Delivery must be completed within

the date specified therein

14 Extra Items

In case of extra items (that are completely new and are in addition to the items

contained in the contract) the contractor may claim rates supported by proper

analysis and purchaser engineer in charge of the work shall after giving

consideration to the analysis of the rates submitted by the contractor determine

the rates on the basis of market rates and the contractor shall be paid in

accordance with the rates so determined The contractor(s) profit amp OH shall be

factored in the rate analysis 15

15 CONSIGNEE

Sr Purchase and Stores Officer (Stores)

Semi Conductor Laboratory

Sector 72 SAS Nagar (Mohali) Punjab

India 160 071

16 INSTALLATION AND COMMISSIONING

Installation commissioning and demonstration of performance of the tendered

stores as per Purchaser tendered specifications shall be carried out by the

Contractor at Purchaser site at S A S Nagar Punjab India

The Contractor shall provide in advance guidelines for preparation of the

installation site and list of items to be supplied by Purchaser during installation

Tender No SCLPS52019E0156401 56

On receipt of intimation from the Purchaser the Contractor shall depute its

engineer(s) to Purchaser site within two weeks to carry out installation and

commissioning and will demonstrate the functionality of the tendered

equipment to Purchaser specifications as per mutually agreed acceptance

procedure The Contractor shall be responsible for any lossdamages sustained

due to delay on the part of the Contractor to send its engineer for installation

and commissioning

Failure to commission the tendered equipment successfully shall entitle

Purchaser to full refund of the payment made and the interest thereon Decision

regarding successful installation and commissioning shall rest solely with the

Purchaser

17 REJECTION

In the event that any of the stores supplied by the Contractor is found defective

in material or workmanship or otherwise not in conformity with the

requirements of the Contract specifications the purchaser shall either reject the

stores or request the Contractor in writing to rectify the same The Contractor

on receipt of such notification shall either rectify or replace the defective stores

free of cost to the purchaser If the Contractor fails to do so the purchaser may

at his option either

a) replace or rectify such defective stores and recover the extra cost so involved

from the Contractor or

b) terminate the Contract for default as provided in this tender document

18 EXTENSION OF TIME

If the completion of supply of stores is delayed due to reason of force majeure

such as acts of god acts of public enemy acts of Government fires floods

epidemics quarantine restriction strikes freight embargoes etc the

Contractor shall give notice within 15 days to the purchaser in writing of his

claim for an extension of time The purchaser on receipt of such notice after

verification if necessary may agree to extend the Contract delivery date as may

Tender No SCLPS52019E0156401 57

be reasonable but without prejudice to other terms and conditions of the

Contract

19 DELAY IN COMPLETIONLIQUIDATED DAMAGES

If the Contractor fails to deliver the stores within the time specified in the

Contract or any extension thereof the purchaser shall recover from the

Contractor as liquidated damages a sum of one half of one percent (05 percent)

of the Contract price of the undelivered stores for each calendar week of delay

The total liquidated damages shall not exceed ten percent (10 percent) of the

Contract price of the unit or units so delayed Stores will be deemed to have

been delivered only when all their component parts are also delivered If certain

components are not delivered in time the stores will be considered as delayed

until such time as the missing parts are delivered Delivery of stores shall be

complete on Installation commissioning Testing and Acceptance

20 INSPECTION AND ACCEPTANCE TEST

The Purchasers representatives shall also be entitled at all reasonable times

during manufacture to inspect examine and test on the Contractors premises

the material and workmanship of all stores to be supplied under this Contract

and if part of the said stores is being manufactured on other premises the

Contractor shall obtain for the purchasers representative permission to inspect

examine and test as if the equipment were being manufactured on the

Contractors premises

Such inspection examination and testing shall not release the Contractor from

the obligations under this Contract

For tests on the premises of the Contractor or of any of his sub Contractors the

Contractor shall provide free of cost assistance labour material electricity fuel

and instruments as may be required or as may be reasonably needed by the

purchasers representative to carry out the tests efficiently

When the stores have passed the specified test the purchaser representative

shall furnish a certificate to the effect in writing to the Contractor The

Tender No SCLPS52019E0156401 58

Contractor shall provide copies of the tests certificates to the purchaser as may

be required

21 Labour Law Contractor shall abide by all labour laws rules and regulations

which are prevailing and as enforced from time to time and SCL shall not be

responsible for any accident or mishap during the course of the contract to any

of engineer labour employee by the Contractor The contractor shall also ensure

that the statutory obligations with regards to the employment of labour under

law are complied properly and timely

22 ARBITRATION

In the event of any disputes differences or claims arising out of or relating to

the interpretation and application of the Contract such disputes or differences

or claims shall be settled amicably by mutual consultations of the good Offices

of the respective Parties and recognizing their mutual interests attempt to reach

a solution satisfactory to both the parties If such a resolution is not possible

within 30 days from the date of receipt of written notice of the existence of such

disputes then the unresolved disputes or differences or claims shall be

referred to the Sole Arbitrator appointed by the Parties by mutual consent in

accordance with the rules and procedures of Arbitration and Conciliation Act

1996 as amended from time to time The arbitration shall be conducted in New

Delhi in the Arbitration and Conciliation Centre New Delhi (Domestic and

International) as per its rules and regulations The expenses for the Arbitration

shall be shared equally or as may be determined by the Arbitrator The

considered and written decision of the Arbitrator shall be final and binding

between the Parties The applicable language for Arbitration shall be English

only Work under the Contract shall be continued by the CONTRACTOR during

the pendency of arbitration proceedings without prejudice to a final adjustment

in accordance with the decision of the Arbitrator unless otherwise directed in

writing by the DEPARTMENT or unless the matter is such that the works cannot

be possibly continued until the decision (whether final or interim) of the

Arbitrator is obtained

23 APPLICABLE LAWS The contract shall be interpreted construed and

Tender No SCLPS52019E0156401 59

governed by laws of IndiaThe contract shall be subject to exclusive Jurisdiction

of the Court of SAS Nagar (Mohali) Punjab India irrespective of anything

mentioned in any correspondences or otherwise

24 Any Other Term

Tender No SCLPS52019E0156401 60

Supporting Documents from Vendor

Attachment ‐ I

Attachment ‐ II

Price Bid Form

Item Description Slab Range Qty UOM Currency Unit Price Total Price

Supply of MCC Panels cables

cable trays lightings etc for

electrical distribution system

including fire detection

system LAN Paging etc for

the Chemical Store building as

per detailed specifications

technical write‐updrawings

attached

‐ 1 Lot ‐ ‐ ‐

Installation Testing and

Commissioning of MCC

Panels cables cable trays

lightings etc for electrical

distribution system including

fire detection system LAN

Paging etc for the Chemical

Store building as per detailed

specifications technical write‐

updrawings attached

‐ 1 Lot ‐ ‐ ‐

Tender No SCLPS52019E0156401 61

Break‐up of other taxes and other costs should be specified in respective narration columns

Sum of these Break‐up values should be specified in respective value columns

Supporting Documents from Vendor (Commercial)

Document attachment with price bid

Attachment ‐ I

Attachment ‐ II

  • pdf_document_tndr_notc_electrical_distribution_system_051119
  • pdf_document_tndr_doc_electrical_distribution_system_051119
Page 38: -72, -160071 चंडीगढ़ के समीप पंजाब भारत...स म -क डक टर ल ब र टर /Semi-Conductor Laboratory अ त रक ष वभ

Tender No SCLPS52019E0156401 37

link for isolation of neutral if necessary Selector switches

shall be of rotary typehThe MCCB shall be provided with

rotary drive kit spreader terminals and ONOFFTrip (MCCB)

position of switch handle to be clearly markediDuct Heater

MCCB shall be motorized to control (ONoff) from FCMSjFor

incomers it should be EDO microprocessor based

communicable MCCB (35 kA or above) with numerical

releases for OL SC amp EFR (With mechanical and Electrical

interlocking for operation of only one ACB at any point of

time)

8 MPCBaThe MPCBs should be of 3 pole air break type AC3

Duty continuous rating as specifiedbMPCBs should have at

least 1NO+1NC contactcThese should have trip indication

test trip functiondThe release should be thermal magnetic

having adjustable overload trip settingeThe service breaking

capacity should be equal to ultimate breaking capacities (Icu)

(ie Ics= Icu=100)fThe MPCBs should be suitable for din rail

type mounting

9 Capacitor Bank Supply and installation of Capacitor Bank ‐

Box Type Dry construction Conforming to IS 13340‐41IEC

60831 440V 50Hz Rated Current (In) as per Load Heavy

Duty Dielectric MPP Low loss type with overall loss lt

05WkVAR Delta Connection with Discharge Device

10 ContactoraThe contactor shall be 3 pole air break type AC3

Duty continuous rating for motor starter feeders with non‐

bouncing silver silver alloy contactsbContactor shall be of

electromagnetic type rated for uninterrupted duty as per

relevant standards and also suitable for capacitor duty

cContactor shall be provided with adequate auxiliary contacts

rated for 10Amps 240VAC for interfacing with control

schemedContactor coil rating shall be minimum pick up of

85 of rated voltage and minimum drop out of 75 rated

Tender No SCLPS52019E0156401 38

voltage

11 Control and IndicationsaPush buttons will be heavy duty oil

tight and push to actuate type with integral plate marked

with its functionbEach push button shall be provided with

2NO+2NC contacts rated for 10Amps 240VACcLamps shall

be LED type rated for 240V AC Lens and lamps shall be

replaceable from the front dThe control supply shall be

through a 415V230V transformer and the vendor shall

provide 1 no 415V230V transformer for the same Vendor

shall also provide Power module for 24V DC Supply for the

operation of heaters control module

12 MetersaAll indicating instruments shall be digital

Switchboard type with accuracy class +‐ 2 full scalebMFM

of suitable rating shall be used in the incomer

feedercSelector switches shall be furnished at outgoing

feeders as per SLD for ammeterdAmmeter shall be of analog

type flush mounted industrial pattern of size 96x96 mm with

accuracy class 10 eMultifunction meter shall be of digital

type flush mounted industrial pattern of size 96x96 mm with

accuracy class 10 as per IEC 6205253 suitable for

measurement of Current Voltage Power Frequency Power

factor Energy and ready port to communicate with FCMS

through RS 485 The Meter should have Modbus

communication port as well

13 CT (Current transformer)CT will be cast resin type rated 15VA

or more burden with Maximum accuracy limit of class 1

14 Secondary wiringaPanel shall be fully wired at the factory to

ensure proper functioning of control and protectionbFuse

and links shall be provided to permit individual circuit

protection from bus wires without disturbing other circuits All

spare contacts of relays push buttons and other devices shall

Tender No SCLPS52019E0156401 39

be wired up to terminal blockscWiring shall be done with

flexible 25sqmm copper 1100V grade PVC insulated

switchboard wires Each wire shall be identified at both ends

with permanent markers bearing wire numbers as per wiring

diagramdWire termination shall be done with crimping type

connector with insulating sleeve

15 Powercontrol Terminal BlocksaTerminal block shall be 660V

grade box clamp type with marking strips similar to ELMEX 10

mm2 or equal for ControlbTerminal for CT secondary leads

shall have provision for shortingcNot more than two wires

shall be connected to any terminaldSpare terminals equal in

number to 20 active terminals shall be providedeTerminal

blocks shall be suitably located in cable alleysfFor Power

cable Bus Bar type cable connector (Melamine material) shall

be providedgFor Control cable heavy duty screw type cable

connector (Melamine material) shall be provided

16 Cable terminationaPanel shall be designed for cable entry

from topbEach cable shall be clearly marked at both ends

with an indestructible marker preferably a cable tag made of

Aluminium tacked with indicating cable number amp both end

feeder tags with switchboard tags Cable tags at ends of cable

shall be provided inside the gland plate as well as outside the

gland platecAll provisions and accessories shall be furnished

for termination of cables including removable gland plates

cable supports and terminal blocksdGland plate shall be

minimum 3 mm thick

17 Ground BusA GI ground bus rated to carry the maximum fault

current shall extend full length of Panel The ground bus shall

be provided with 2 bolts with GI bolt and nuts at each end to

receive 50x6mm GI flat

18 NameplateaThe nameplate of approved design shall be

Tender No SCLPS52019E0156401 40

provided for each compartment and also at the top of each

panel Nameplate shall be minimum 20x70mm and 3mm

thickbDrawing Pouch shall be provided at the incomer cable

allay

19 PaintingPanel shall be painted with light grey epoxy painted

(Siemens Gray RAL 7032) and caution notice plate shall be

fixed at the back of each vertical panel

20 Make of Switchgears aMCCBSiemensSchneiderbPush

button SiemensSchneider TekniccSelector

SwitchSiemensSchneider Teknic

dFuseSchneiderSiemenseTimerSiemensSchneiderfContro

l TransformerAEIMPIndcoilgTerminal

BlockElmexConnectwellFTChMeters Conzerv LampT

AEiCTs amp PTsKappaAutomatic

Electric(AE)NippenjContactorsSchneiderSiemenskIndicatio

ns SiemensSchneider

TekniclRelaysSchneiderSiemensPLAmMCBSchneiderSiem

ensnCooling Fan

RexnordSunonoVFDsAllen bradlypThyristor moduleDYDAC

qRCBOSiemensSchneiderrMCB

DBSiemensABBLegrandsLine reactorchokeAllen

BradleytCapacitor BankNeptune Schneider Siemens

21 Local Push Button Station (LPBS)The Scope includes supply

and installation of LPBS for Chiller Pumps AHUs Heaters as

per the BOQ and detailed specification given below aLPBS

shall be indoor metal clad air insulated wallAngle frame

mounted as required single front construction front wired

front connected hinged lockable door LPBS for Chiller Pumps

system shall be suitable for outdoor installationbMinimum

thickness of sheet metal used shall be 2 mm and panel shall

conform to IP54 protection for indoor installation and IP65 for

outdoor type LPBScAll switches push buttons with indicating

Tender No SCLPS52019E0156401 41

LED lamps indicating instruments shall be flush

mounteddThe LPBS shall be used for remote operation of

drives Equipment and HeaterseTo facilitate the localremote

operation LPBS shall have LocalRemote selector switch and

provided with Start push button lockable Stop push button

ammeter of suitable range Terminal Block and lockable

Emergency off Switch etc fLPBS shall be equipped with AC

(230V)DC (24V) Relays Contactors etc for seamless interface

of the operation of Drives from FCMS (PLC)gLPBS should be

suitable for wall mounting and provided with necessary

mounting arrangementhWiring shall be done with flexible

25sqmm copper 650V grade PVC insulated switchboard

wires Each wire shall be identified at both ends with

permanent markers bearing wire numbers as per wiring

diagramiWire termination shall be done with crimping type

connector with insulating sleevejGland plate shall be

minimum 3 mm thickkThe nameplate of approved design

shall be provided for each compartment and also at the top of

each panel Nameplate shall be minimum 20x70mm and 3mm

thicklLPBS shall be painted with light grey epoxy painted

(Siemens Gray RAL 7032)

22 Make of Electrical panel As per DOS Approved Panel

manufacturer list (attached)

TECHNICAL SPECIFICATION‐3

Item Specifications ‐III

Sl No Specifications Compliance

(Yes No)

Offered Specifications Remarks

Tender No SCLPS52019E0156401 42

1 Fire Detection System Scope for fire detection system

includes supply installation testing commissioning of Fire

panel Addressable Fire detection devices Manual Call Points

Addressable loop sounders Switch Monitoring unit (SMU) UV

IR sensor for detection of methanol flame Cable MS junction

boxes for loop in loop out of cable as per specifications and

integrating the same with existing repeater panel as per the

requirement The detailed specifications for the different

component of fire deduction system are as follows

2 A Multi‐sensor Detectors The smoke detectors shall be multi‐

sensor (heat and smoke) detector with isolator suitable for

detecting a wide range of smoke from slow smoldering and

fast flaming fire The detector shall have following features

bullSolid state addressing arrangement in combination with a

hand held programmer to configure the sensor

addressbullElectronics free mounting basebullTwin alarm LEDs for

360 Degree viewing and shall have blinking LED facilitybullThe

sensor shall have s removable chamber for ease of cleaning or

replacementbullAutomatic compensation for smoke sensor

contaminationbullShall have a built in test facility which allows

the fire alarm control panel to adjust the alarm threshold

levels to compensate for contamination and shall have a

maintenance alarm display when threshold can no longer be

adjustedbullOperating temperature ‐ 10 DegC to 50 DegC and

operating RH at 40 DegC‐95 RH

3 B Manual call stations Manual Call Stations should have in

built monitor module and pressbreak and resettable

capability constructed of high impact LEXAN sheet with clearly

visible operating instructions on the cover and the word FIRE

shall appear on front and suitable for surface mountingflush

mounting complete as required

Tender No SCLPS52019E0156401 43

4 C UV IR SensorThe UV‐IR flame detector shall operate on 24

VDC 0‐24mA current output suitable for detection of

Methanol flame with automatic built in test for reliable

operations and suitable for installation in Hazardous area zone

1and 2 with Class I Division 12 Gas group A B C The detector

shall not be susceptible to environmental conditions to

generate false alarms The entire system shall be rated for IP

66 or better and supplied with suitable mounting bracket The

system shall comply to the detailed specifications as listed

belowbullDetection Technology UV ‐ IR Electro‐optical

detectionbullDetection range 75 meterbullField of View greater

than equal to 90deg Both Horizontal and verticalbullResponse

Time less than equal to 5 secondsbullBuilt in Test Automatic

bullOperating Temperature Range 0 to + 75degCbullOperating

Humidity Range Continuous 95 non‐condensingbullAnalog

Output signal 4‐20mAbullAlarms amp Fault Normal 4 mA Fault

02 mA Alarm 20 mA + 10 verifiedbullOperating voltage 24

VDC ( 18‐32VDC)bullPower consumption Vendor to specify for

Standby and Alarm conditionbullSensor Calibration

Verification Sensor calibration as per OEM for certified

performancebullSensor Life 2 Years (minimum)bullSensor

Calibration vendor to carry out sensor calibration at site and

submit calibration certificate valid for one yearbullRFI EMI

SusceptibilitybullRequired EN 616326‐3 and EN 6100006‐3 or

equivalent IP protectionbullIP protection IP 66 or betterbullFault

Diagnostic Sensor Fault (end of life) other informationbullSelf‐

Check Test Automatic during start‐upbullHousing SS 316

Epoxy Painted Aluminium die castbullStart‐up Time Vendor to

specifybullApprovalcertification PESO and ATEX ‐ Ex d IIC C

Class 1 Div 12 Group A B C DNote Vendor shall arrange

the 230V AC to 24V DC Power supply module along with half

an hour Battery Back up in MS powder coated Enclosure

Input Power supply (230V AC) for Power Supply module shall

Tender No SCLPS52019E0156401 44

be provided by SCL

5 D SMU Unit for UV IR sensor Supply installation testing and

commissioning of Switch Monitoring Unit (SMU) to configure

the UV IR sensors with fire detection system as requiredE

SoundersAddressable Sounders shall be loop powered with

all fixing materials complete as required The sound level shall

be 100dB (A)

6 F Fire Alarm Control Panel (FACP) bullFACP shall be of 2

loopsbullFACP shall be suitable for 230V 50 Hz AC supply and

detectors shall be powered using FACP based detection

circuits Devices shall receive power and communication from

the same pair of conductorsbullFACP shall provide for resetting

detectors fault isolation and sensor loop operationbullFACP

shall be suitable for mixing different fire devices and beam

smoke detectors within the same loop to optimize field

wiringbullFACP shall have alarm indication of individual sensors

detector trouble alarm indication for dust accumulation The

panel shall check detector once in every 24 hours for

contamination for this purposebullThe FACP shall regularly

supervise all the sensors and devices on the loop and initiate

fire or trouble alarm whenever requiredbullFACP shall have 2

wire circuits to connect minimum of 126 addressable devices

per loopbullFACP shall be with repeater interface and suitable

24V battery with built in software and 2 x 40 character

alphanumeric LCD display and necessary front panel control

keys FACP shall display the date time and description for

Analog sensors to indicate alarms and trouble

situationsbullFACP switches shall allow authorized personnel to

accomplish the following ‐bullInitiate a general alarm

conditionbullSilence the local audiblebullSilence the alarm

signalsbullReset all zonespointsbullFACP shall have walk test

facilitybullShall have facility for programming from the key

board or utilizing PC set up software via laptopdesk top

Tender No SCLPS52019E0156401 45

computerbullShall have memory data for panel configuration

and operation reside in non‐volatile memory (EPROM)bullFACP

shall have facility for speech processor (to record pre‐

recorded message of 20 S) and also have Auto Dialer facility

(can dial up to 8 different lines)bullAll addressable units shall be

connected to the FACP through the loop cards and shall be

addressed though individualized numbers The FACP shall be

able to obtain analog value for all detectors in the circuit

through a pulsed digitized current data The FACP shall be

able to analyze all analog inputs from all addressable units

and though its own software and ambient level screening the

FACP shall be able to identify fire possible fire or fault

conditions The unit supervision shall be dynamic and

continuousbullThe FACP shall itself have all loop cards in it No

isolated mother board or transponder shall be

consideredbullShortopen circuit units shall also be reported at

the FACP in such cases the system through the use of fault

isolators shall be able to isolate that segment between the

two fault isolators The missing DetectorsDevices shall also

be reported to the FACP with identification of the

locationbullThe FACP shall have the facility to set smoke sensor

sensitivity remotely to either high sensitivity manually or on a

pre‐programmed sequence (Ie DayNight) period When an

alarm condition is sensed at the FACP from a smoke or heat

detector a delay timealarm verification period shall be

started If the sensor is still in alarm after the delay time

expired an alarm condition is reported The delay time shall

be adjustable from 0 to 990 secondsbullThe FACP shall have

either an in‐built or external printer coupled to the FACP

which shall log all events with time The printout shall clearly

indicate the event‐FirePre‐AlarmFault etc with the unit

address and timebullThe FACP shall also be able to discriminate

between false alarms and fire conditions as well as priority

selection of alarm in case alarm activities in two or more

Tender No SCLPS52019E0156401 46

remotely located units simultaneously In such cases the

Manual Call stations shall have the highest prioritybullThe FACP

shall also be able to actuate switches automatically in case of

Fire condition of AHUs and power supply or other system such

as piped pressurized gas supplybullThe system shall be fail safe

and adequate safe guards should be under taken that in the

event of a failure of a part of the system it shall not handicap

the complete system The loop cards shall be of Modular

constructionbullThe FACP shall have its own battery backup of a

minimum of 48 hours in normal run and then half an hour in

alarm condition The backup time calculation shall be done as

per TAC standards The Battery shall be 2 x 12V (24V) DC and

of sealed maintenance free type housed inside the FACPbullIt

shall be able to withstand temperature variations from 0

Degree Centigrade to 55 Degree Centigrade Further Relative

Humidity (non‐condensing type) up to 93 shall not hamper

its performance The voltage rating shall be from 17V DC to

31V DC though the voltage may be change depending upon

the working voltages of a proprietary FACPbullThe FACP shall be

totally enclosed dust and vermin proof type made of

minimum 16‐gauge dust inhibited sheet with even baked

finish The FACP shall be of completely solid state designbullThe

logic circuitry shall be based on high noise immunity solid‐

state hardware employing modular construction Logic cards

shall be of epoxy fiber glass constructionbullThe FACP shall have

EN 54ULFM approvalbullThe panel shall have an extra loop

card to serve as standby in case of burnout or malfunctioning

of any operating loop cardsbullThe FACP shall be capable of

being networked (future expansion) with other similar FACPs

located at different locations of SCL premises through a single

RS 485 busbullThe FACP shall have provision for interfacing with

the Public Address System

7 G Repeater panelScope comprises of supply and installation

Tender No SCLPS52019E0156401 47

of Repeater Panel which display fire fault message

simultaneously with the FACP bullIt shall be capable of

interfacing with the FACP on a single RS 485 Bus bullThe panel

shall be capable of operating on 24V DC supplybullThe

independent 24V DC supply source to be installed in MS

cubicle Box duly powder coated paint along with repeater

panelbullThe panel shall have 2 x 40‐character backlit display

which shall display date time and description of alarm

trouble events are that displayed in the panel shall be

powered from the FACPbullIt shall have control keys for sound

silence mute and to reset the FACP from the repeater

stationsbullThe repeater panel shall have the following LEDs

indicationsbullSupply bullFault bullMute bullSilent bullDisabled

bullFire

8 H Fire CableSupply and installation of 2Cx15mm2 Copper

extruded PVC inner sheath armored and overall FRLS PVC

outer sheathed 11 KV grade as per IS 7098 (Part I bearing ISI

certification) on existing cable traywallsoft soilhard soil as

required

9 I Fire Cable terminationSupplying and making end

termination with brass compression gland and copper lugs for

2Cx15mm2 Copper cable in MS Box of Size 4X4 installed

above the false ceilingwallsurface as required

10 J Junction Box for Fire devicesSupply installation testing and

commissioning of MS painted box Size 4X4 with ELMEX type

terminal block for loop in loop out of 2c x15 sq mm copper

armored cable and connection to the fire detector device on

wallsurfacerecess including wall cutting and providing

necessary hardware for mounting fixing including all

material for fixing as required

Tender No SCLPS52019E0156401 48

TECHNICAL SPECIFICATION‐4

Item Specifications ‐IV

Sl No Specifications Compliance

(Yes No)

Offered Specifications Remarks

1 A NetworksLAN The detailed specification for the network

rack switch cable cords IOs face plates etc and the

required accessories shall be as below CAT 6A or better cable

shall be laid in the PVC Conduit The detailed specifications

for the different component of networksLAN are as follows

2 bull Rack Supply installation testing and commissioning of UL

listed modular type 12U network rack with front glass door

and rear perforated door floor mounted Size 550x550 with

1 No of 5 port Octagonal PDU 515Amp with MCB and Fan

Tray with minimum 2 Fans The rack should have provision of

2 nos of cable manager duct type 1U and 2 vertical manager‐

concealed type Rack should be three sides openable with

front glass door and rear perforated door and provision of

cable entry from top and bottom both with proper earthing

kit as requiredRecommended Make Rittal Netrack

Schneider Valrack

3 bull Network Switch Supply amp installation of Network Switch in

Network Rack with the following specification as belowSwitch

shall haveamp61607Port Density Minimum 8 101001000

BaseT Ports amp 4‐1G SFP Ports ready for use with SFP module

Ports shall support PoE on all ports with PoE budget of

180Wamp61607Architecture Stand‐alone rack

mountableamp61607Bandwidth minimum 56Gbps of

switching bandwidth to support above listed ports in non‐

blocking configurationamp61607StackableScable support for

Tender No SCLPS52019E0156401 49

stacking multiple switchesamp61607Stacking backplane

bandwidth Access switch shall have additional port(s) for

providing minimum 40 Gbps stacking bandwidthamp61607L2

Features 8021x authentication spanning tree

etcamp61607Networkjflowsflow or equivalent provision for

Networkjflowsflow or equivalent supportamp61607Network

Management support Network Management through

command line interface (CLI) SNMP v1 v2c v3

httpsamp61607IPv6 Readiness IPv6 Readiness from day

1amp61607RegulatorySafety confirming to UL60950 amp

EN60950amp61607EALNIAP certified Model No shall be EAL

or NIAPNDPP certifiedRecommended Make Cisco Juniper

HP Brocade dell

4 bull CAT 6A Cable Supply and installationlaying of category 6A

or better 4 pair shielded cable UFTP or FUTP in PVC

Conduit sheath type low smoke zero halogen (LSZH) with

transmission properties amp electrical properties tested

minimum up to 500MHz amp verified by ETL amp comply with

ANSITIAEIA‐568‐C2 amp ISOIEC 11801 Recommended make

Commscope Schneider Molex Siemon

5 bull Patch Panel Supply installation testing and commissioning

of CAT6A PatchJack Panel of 24 Port fully loaded in Network

rack with port identification number with self‐adhesive clear

label holder Each portjack on the panel should be

individually removable on field from the panel and have

integrated rear cable management metallic shelf and have a

separate provision of grounding Recommended make

Commscope Schneider Molex Siemon

6 bull Patch Cords (1 meter) Supply installation testing and

commissioning of Patch Cords Cat 6A shielded 1 meter in

Network rack with 4 pair shielded copper wire factory pre

terminated with shielded RJ45 plugs Aluminumpolyester

Tender No SCLPS52019E0156401 50

shield screen material with low smoke Zero halogen sheath

comply to TIA‐568‐C2 Cat 6A in IOs of Network

RackRecommended make Commscope Schneider Molex

Siemon

7 bull Patch Cords (3 meter) Supply installation testing and

commissioning of Patch Cords Cat 6A shielded 3 meter in

Network rack with 4 pair shielded copper wire factory pre

terminated with shielded RJ45 plugs Aluminumpolyester

shield screen material with low smoke Zero halogen sheath

comply to TIA‐568‐C2 Cat 6A at field side Recommended

make Commscope Schneider Molex Siemon

8 bull Information outlet Supply and installation of Shielded Cat

6A information outlet UFTP or FUTP compliance to category

6A or better TIA568C2‐500MHz at field sideRecommended

make Commscope Schneider Molex Siemon

9 bull Face Plate (Dual) Supply and installation of single gang

square face plate (Dual) and SMB Box with a provision to

support variety of jacks‐ UTP STP etc at the field

sideRecommended make Commscope Schneider Molex

SiemonbullFace plate (single) Supply and installation of square

face plate ( single) with a provision to support variety of jacks‐

UTP STP etc at the field sideRecommended make

Commscope Schneider Molex Siemon

10 bull SMB Box Supply and installation of SMB Box for face plate

(DualSingle) as required Recommended make Commscope

Schneider Molex Siemon

11 bull Other Accessories amp61607Supply and Installation of

25mm electrical grade ISI mark PVC Conduit in

wallfloorslabsurface including wallfloor cutting and

making good the same as required Recommended make

Reputed ISI Markamp61607Supply and installation of OFC SM

Tender No SCLPS52019E0156401 51

OS2 Cable in existing 32mm HDPE pipe as

requiredamp61607Supply and Laying of 32mm HDPE pipe

direct in ground including excavation sand cushioning

protective covering and refilling the trench including standard

cable route marker etc as requiredamp61607Supply and

installation of SC simplex single‐mode LSZH pigtail 1m as

requiredamp61607Supply and installation of adaptor plate

with 3 SC duplex SM adaptors as requiredamp61607Splicing of

OFC as per Core as requiredamp61607Supply and installation

of accessories for making the Chamber Pit‐ 1Mtr Depth with

Lid for housing OFC as requiredamp61607Trenching of

HardSoft Soil as required

12 B Paging The scope includes supply installation testing and

commissioning of Supply and installation of IP 65 or better

explosion proofWP loud speaker anticorrosive powder

coated red (RAL‐3000) suitable for Zone I amp II Class II C

Hardware SS304 as per IS2148 and equivalent to model FLSR

25 of Baliga with necessary support gland as required and

installing the same on wallsurface with GI supports as

required and connecting the same with wire The Scope also

includes supply and installation of 2Cx15mm2 FRLS armored

and PVC sheath twisted pair wire their termination tagging

glanding earthing etc as required for speakers and other

accessories requires for smooth commissioning of the paging

system

Vendor Specificied Terms

Description Vendor Terms

Tender No SCLPS52019E0156401 52

1Delivery Term

Prices shall be quoted on F O R destination basis ie S C L S A S Nagar Mohali

Punjab exclusive of GST and taxes as may be applicable

2 GST

Purchaser is entitled to concessional GST of 5 as per Ministry of Finance

Department of Revenue Notification No 472017 Integrated Tax (Rate) both

dated 14th November 2017 respectively and would accordingly issue Exemption

Certificate in favour of the contractor quoting in Indian Rupees The bidder

should take note of the same while quoting the prices in Indian Rupees GST on

installation services shall be applicable 18

3 DELIVERY SCHEDULEPERIOD OF COMPLETION

The time allowed for supply installation testing and commissioning of the entire

works shall be 06 (Six) months to be reckoned form the 7th day of issue of

purchase order

4 IMPORTANT

This being a two part Tender Technical and Commercial parts separate the

bidder should not attach any document(s) containing pricing information with

technical part The Contractor will provide Un priced commercial offer in

envelope 1 (Technical Part) as an attachment

The tenders containing price information in Technical Part will be treated as

unsolicited offers and rejected Contractor to confirm that Price bid is not

attached in Envelope 1 ie Technical Part

Priced Commercial offer if any should be attached in Envelope 2 (Price Bid)

under Supporting Documents from Vendor (Commercial) as an attachment

5 The prices shall remain firm until completion of entire project including

extended period if any No cost escalation shall be applicable for the work

Tender No SCLPS52019E0156401 53

6 SECURITY DEPOSIT

a) On acceptance of the tender the Contractor shall submit security deposit for

ten percent (10 percent) of the value of the Contract within 15 days from the

date of purchase order If the Contractor fails toprovide the security within the

period specified such failure shall constitute a breach of the Contract and the

Purchaser shall be entitled to make other arrangements for the re purchase of

the stores contracted at the cost and risk of the Contractor

b) Security Deposit shall be submitted through Demand Draft Bankers Cheque

fixed deposit receipt or Bank Guarantee from any of the Scheduled Banks

executed on nonjudicial stamp paper of appropriate value and shall be valid for

a period of sixty (60) days beyond the date for completion of the Purchase

OrderContract

c) In case the contractor fails to furnish the security deposit within the specified

date or extended due date the Purchase OrderContract shall be cancelled and

in addition appropriate penal action may also be considered

d) After the Purchase OrderContract is successfully executed in all respects the

Bank Guarantee towards Security Deposit may be discharged and retained

amount shall be refunded to vendors

e) In the event of non execution of the Purchase orderContract or breach of any

terms and conditions of the Purchase Order the Security Deposit shall be

forfeited

7 Warranty

The Contractor shall provide for the tendered job comprehensive warranty for

parts as well as labour for a period of 12 months from the date of successful

installation commissioning and testing of the system at Purchasers site at no

extra charges against any manufacturing defectfaulty workmanship In case any

defect arises during warranty period the Contractor should replacerectify the

same at its own cost at siteworks

The LED light fittings and its driver unit etc shall have warranty for a period of 5

Tender No SCLPS52019E0156401 54

years from the date of installation and commissioning

8 Warranty Replacements

All replacement parts if any shall be supplied by the Contractor free of cost on F

O R Purchaser site at S A S Nagar Punjab basis

9 TERMS OF PAYMENT

The payment shall be remitted as under

90 of the value of the materials supplied shall be paid within 30 days of the

receipt of the materials at purchaser site and the balance 10 amount along

with 100 installation charges shall be payable on successful installation

commissioning and acceptance of the entire project at Purchasers site against a

Performance Bank Guarantee

10 PERFORMANCE BANK GUARANTEE (PBG)

The Contractor shall furnish a Bank Guarantee (as per format given by purchaser)

from any nationalized scheduled bank for an amount equivalent to 10 of the

value of the Contract and shall be valid for a period of 60 days beyond the expiry

date of warranty period On the performance and completion of the Contract in

all respects the Bank Guarantee will be returned to the Contractor without any

interest

11 VALIDITY

The tender must be valid for a minimum period of 120 days from the date of

opening of Technical bid and 90 days after opening of Price bid

The tender where the validity period is shorter than the period specified in the

tender enquiry shall be excluded from the procurement process

12 Quantity Variation

The quantities indicated against each items in the Bill of Quantities (BOQ) are

indicative and are for the purpose of bidding only Variation in quantities up to

Tender No SCLPS52019E0156401 55

+25 percent shall be carried out by the contractor on the agreedPurchase order

(PO) rates and terms amp conditions as in the purchase order (PO)

13 GUARANTEED TIME DELIVERY

The time for and the date of delivery stipulated in the Purchase Order shall be

deemed to be the essence of the Contract Delivery must be completed within

the date specified therein

14 Extra Items

In case of extra items (that are completely new and are in addition to the items

contained in the contract) the contractor may claim rates supported by proper

analysis and purchaser engineer in charge of the work shall after giving

consideration to the analysis of the rates submitted by the contractor determine

the rates on the basis of market rates and the contractor shall be paid in

accordance with the rates so determined The contractor(s) profit amp OH shall be

factored in the rate analysis 15

15 CONSIGNEE

Sr Purchase and Stores Officer (Stores)

Semi Conductor Laboratory

Sector 72 SAS Nagar (Mohali) Punjab

India 160 071

16 INSTALLATION AND COMMISSIONING

Installation commissioning and demonstration of performance of the tendered

stores as per Purchaser tendered specifications shall be carried out by the

Contractor at Purchaser site at S A S Nagar Punjab India

The Contractor shall provide in advance guidelines for preparation of the

installation site and list of items to be supplied by Purchaser during installation

Tender No SCLPS52019E0156401 56

On receipt of intimation from the Purchaser the Contractor shall depute its

engineer(s) to Purchaser site within two weeks to carry out installation and

commissioning and will demonstrate the functionality of the tendered

equipment to Purchaser specifications as per mutually agreed acceptance

procedure The Contractor shall be responsible for any lossdamages sustained

due to delay on the part of the Contractor to send its engineer for installation

and commissioning

Failure to commission the tendered equipment successfully shall entitle

Purchaser to full refund of the payment made and the interest thereon Decision

regarding successful installation and commissioning shall rest solely with the

Purchaser

17 REJECTION

In the event that any of the stores supplied by the Contractor is found defective

in material or workmanship or otherwise not in conformity with the

requirements of the Contract specifications the purchaser shall either reject the

stores or request the Contractor in writing to rectify the same The Contractor

on receipt of such notification shall either rectify or replace the defective stores

free of cost to the purchaser If the Contractor fails to do so the purchaser may

at his option either

a) replace or rectify such defective stores and recover the extra cost so involved

from the Contractor or

b) terminate the Contract for default as provided in this tender document

18 EXTENSION OF TIME

If the completion of supply of stores is delayed due to reason of force majeure

such as acts of god acts of public enemy acts of Government fires floods

epidemics quarantine restriction strikes freight embargoes etc the

Contractor shall give notice within 15 days to the purchaser in writing of his

claim for an extension of time The purchaser on receipt of such notice after

verification if necessary may agree to extend the Contract delivery date as may

Tender No SCLPS52019E0156401 57

be reasonable but without prejudice to other terms and conditions of the

Contract

19 DELAY IN COMPLETIONLIQUIDATED DAMAGES

If the Contractor fails to deliver the stores within the time specified in the

Contract or any extension thereof the purchaser shall recover from the

Contractor as liquidated damages a sum of one half of one percent (05 percent)

of the Contract price of the undelivered stores for each calendar week of delay

The total liquidated damages shall not exceed ten percent (10 percent) of the

Contract price of the unit or units so delayed Stores will be deemed to have

been delivered only when all their component parts are also delivered If certain

components are not delivered in time the stores will be considered as delayed

until such time as the missing parts are delivered Delivery of stores shall be

complete on Installation commissioning Testing and Acceptance

20 INSPECTION AND ACCEPTANCE TEST

The Purchasers representatives shall also be entitled at all reasonable times

during manufacture to inspect examine and test on the Contractors premises

the material and workmanship of all stores to be supplied under this Contract

and if part of the said stores is being manufactured on other premises the

Contractor shall obtain for the purchasers representative permission to inspect

examine and test as if the equipment were being manufactured on the

Contractors premises

Such inspection examination and testing shall not release the Contractor from

the obligations under this Contract

For tests on the premises of the Contractor or of any of his sub Contractors the

Contractor shall provide free of cost assistance labour material electricity fuel

and instruments as may be required or as may be reasonably needed by the

purchasers representative to carry out the tests efficiently

When the stores have passed the specified test the purchaser representative

shall furnish a certificate to the effect in writing to the Contractor The

Tender No SCLPS52019E0156401 58

Contractor shall provide copies of the tests certificates to the purchaser as may

be required

21 Labour Law Contractor shall abide by all labour laws rules and regulations

which are prevailing and as enforced from time to time and SCL shall not be

responsible for any accident or mishap during the course of the contract to any

of engineer labour employee by the Contractor The contractor shall also ensure

that the statutory obligations with regards to the employment of labour under

law are complied properly and timely

22 ARBITRATION

In the event of any disputes differences or claims arising out of or relating to

the interpretation and application of the Contract such disputes or differences

or claims shall be settled amicably by mutual consultations of the good Offices

of the respective Parties and recognizing their mutual interests attempt to reach

a solution satisfactory to both the parties If such a resolution is not possible

within 30 days from the date of receipt of written notice of the existence of such

disputes then the unresolved disputes or differences or claims shall be

referred to the Sole Arbitrator appointed by the Parties by mutual consent in

accordance with the rules and procedures of Arbitration and Conciliation Act

1996 as amended from time to time The arbitration shall be conducted in New

Delhi in the Arbitration and Conciliation Centre New Delhi (Domestic and

International) as per its rules and regulations The expenses for the Arbitration

shall be shared equally or as may be determined by the Arbitrator The

considered and written decision of the Arbitrator shall be final and binding

between the Parties The applicable language for Arbitration shall be English

only Work under the Contract shall be continued by the CONTRACTOR during

the pendency of arbitration proceedings without prejudice to a final adjustment

in accordance with the decision of the Arbitrator unless otherwise directed in

writing by the DEPARTMENT or unless the matter is such that the works cannot

be possibly continued until the decision (whether final or interim) of the

Arbitrator is obtained

23 APPLICABLE LAWS The contract shall be interpreted construed and

Tender No SCLPS52019E0156401 59

governed by laws of IndiaThe contract shall be subject to exclusive Jurisdiction

of the Court of SAS Nagar (Mohali) Punjab India irrespective of anything

mentioned in any correspondences or otherwise

24 Any Other Term

Tender No SCLPS52019E0156401 60

Supporting Documents from Vendor

Attachment ‐ I

Attachment ‐ II

Price Bid Form

Item Description Slab Range Qty UOM Currency Unit Price Total Price

Supply of MCC Panels cables

cable trays lightings etc for

electrical distribution system

including fire detection

system LAN Paging etc for

the Chemical Store building as

per detailed specifications

technical write‐updrawings

attached

‐ 1 Lot ‐ ‐ ‐

Installation Testing and

Commissioning of MCC

Panels cables cable trays

lightings etc for electrical

distribution system including

fire detection system LAN

Paging etc for the Chemical

Store building as per detailed

specifications technical write‐

updrawings attached

‐ 1 Lot ‐ ‐ ‐

Tender No SCLPS52019E0156401 61

Break‐up of other taxes and other costs should be specified in respective narration columns

Sum of these Break‐up values should be specified in respective value columns

Supporting Documents from Vendor (Commercial)

Document attachment with price bid

Attachment ‐ I

Attachment ‐ II

  • pdf_document_tndr_notc_electrical_distribution_system_051119
  • pdf_document_tndr_doc_electrical_distribution_system_051119
Page 39: -72, -160071 चंडीगढ़ के समीप पंजाब भारत...स म -क डक टर ल ब र टर /Semi-Conductor Laboratory अ त रक ष वभ

Tender No SCLPS52019E0156401 38

voltage

11 Control and IndicationsaPush buttons will be heavy duty oil

tight and push to actuate type with integral plate marked

with its functionbEach push button shall be provided with

2NO+2NC contacts rated for 10Amps 240VACcLamps shall

be LED type rated for 240V AC Lens and lamps shall be

replaceable from the front dThe control supply shall be

through a 415V230V transformer and the vendor shall

provide 1 no 415V230V transformer for the same Vendor

shall also provide Power module for 24V DC Supply for the

operation of heaters control module

12 MetersaAll indicating instruments shall be digital

Switchboard type with accuracy class +‐ 2 full scalebMFM

of suitable rating shall be used in the incomer

feedercSelector switches shall be furnished at outgoing

feeders as per SLD for ammeterdAmmeter shall be of analog

type flush mounted industrial pattern of size 96x96 mm with

accuracy class 10 eMultifunction meter shall be of digital

type flush mounted industrial pattern of size 96x96 mm with

accuracy class 10 as per IEC 6205253 suitable for

measurement of Current Voltage Power Frequency Power

factor Energy and ready port to communicate with FCMS

through RS 485 The Meter should have Modbus

communication port as well

13 CT (Current transformer)CT will be cast resin type rated 15VA

or more burden with Maximum accuracy limit of class 1

14 Secondary wiringaPanel shall be fully wired at the factory to

ensure proper functioning of control and protectionbFuse

and links shall be provided to permit individual circuit

protection from bus wires without disturbing other circuits All

spare contacts of relays push buttons and other devices shall

Tender No SCLPS52019E0156401 39

be wired up to terminal blockscWiring shall be done with

flexible 25sqmm copper 1100V grade PVC insulated

switchboard wires Each wire shall be identified at both ends

with permanent markers bearing wire numbers as per wiring

diagramdWire termination shall be done with crimping type

connector with insulating sleeve

15 Powercontrol Terminal BlocksaTerminal block shall be 660V

grade box clamp type with marking strips similar to ELMEX 10

mm2 or equal for ControlbTerminal for CT secondary leads

shall have provision for shortingcNot more than two wires

shall be connected to any terminaldSpare terminals equal in

number to 20 active terminals shall be providedeTerminal

blocks shall be suitably located in cable alleysfFor Power

cable Bus Bar type cable connector (Melamine material) shall

be providedgFor Control cable heavy duty screw type cable

connector (Melamine material) shall be provided

16 Cable terminationaPanel shall be designed for cable entry

from topbEach cable shall be clearly marked at both ends

with an indestructible marker preferably a cable tag made of

Aluminium tacked with indicating cable number amp both end

feeder tags with switchboard tags Cable tags at ends of cable

shall be provided inside the gland plate as well as outside the

gland platecAll provisions and accessories shall be furnished

for termination of cables including removable gland plates

cable supports and terminal blocksdGland plate shall be

minimum 3 mm thick

17 Ground BusA GI ground bus rated to carry the maximum fault

current shall extend full length of Panel The ground bus shall

be provided with 2 bolts with GI bolt and nuts at each end to

receive 50x6mm GI flat

18 NameplateaThe nameplate of approved design shall be

Tender No SCLPS52019E0156401 40

provided for each compartment and also at the top of each

panel Nameplate shall be minimum 20x70mm and 3mm

thickbDrawing Pouch shall be provided at the incomer cable

allay

19 PaintingPanel shall be painted with light grey epoxy painted

(Siemens Gray RAL 7032) and caution notice plate shall be

fixed at the back of each vertical panel

20 Make of Switchgears aMCCBSiemensSchneiderbPush

button SiemensSchneider TekniccSelector

SwitchSiemensSchneider Teknic

dFuseSchneiderSiemenseTimerSiemensSchneiderfContro

l TransformerAEIMPIndcoilgTerminal

BlockElmexConnectwellFTChMeters Conzerv LampT

AEiCTs amp PTsKappaAutomatic

Electric(AE)NippenjContactorsSchneiderSiemenskIndicatio

ns SiemensSchneider

TekniclRelaysSchneiderSiemensPLAmMCBSchneiderSiem

ensnCooling Fan

RexnordSunonoVFDsAllen bradlypThyristor moduleDYDAC

qRCBOSiemensSchneiderrMCB

DBSiemensABBLegrandsLine reactorchokeAllen

BradleytCapacitor BankNeptune Schneider Siemens

21 Local Push Button Station (LPBS)The Scope includes supply

and installation of LPBS for Chiller Pumps AHUs Heaters as

per the BOQ and detailed specification given below aLPBS

shall be indoor metal clad air insulated wallAngle frame

mounted as required single front construction front wired

front connected hinged lockable door LPBS for Chiller Pumps

system shall be suitable for outdoor installationbMinimum

thickness of sheet metal used shall be 2 mm and panel shall

conform to IP54 protection for indoor installation and IP65 for

outdoor type LPBScAll switches push buttons with indicating

Tender No SCLPS52019E0156401 41

LED lamps indicating instruments shall be flush

mounteddThe LPBS shall be used for remote operation of

drives Equipment and HeaterseTo facilitate the localremote

operation LPBS shall have LocalRemote selector switch and

provided with Start push button lockable Stop push button

ammeter of suitable range Terminal Block and lockable

Emergency off Switch etc fLPBS shall be equipped with AC

(230V)DC (24V) Relays Contactors etc for seamless interface

of the operation of Drives from FCMS (PLC)gLPBS should be

suitable for wall mounting and provided with necessary

mounting arrangementhWiring shall be done with flexible

25sqmm copper 650V grade PVC insulated switchboard

wires Each wire shall be identified at both ends with

permanent markers bearing wire numbers as per wiring

diagramiWire termination shall be done with crimping type

connector with insulating sleevejGland plate shall be

minimum 3 mm thickkThe nameplate of approved design

shall be provided for each compartment and also at the top of

each panel Nameplate shall be minimum 20x70mm and 3mm

thicklLPBS shall be painted with light grey epoxy painted

(Siemens Gray RAL 7032)

22 Make of Electrical panel As per DOS Approved Panel

manufacturer list (attached)

TECHNICAL SPECIFICATION‐3

Item Specifications ‐III

Sl No Specifications Compliance

(Yes No)

Offered Specifications Remarks

Tender No SCLPS52019E0156401 42

1 Fire Detection System Scope for fire detection system

includes supply installation testing commissioning of Fire

panel Addressable Fire detection devices Manual Call Points

Addressable loop sounders Switch Monitoring unit (SMU) UV

IR sensor for detection of methanol flame Cable MS junction

boxes for loop in loop out of cable as per specifications and

integrating the same with existing repeater panel as per the

requirement The detailed specifications for the different

component of fire deduction system are as follows

2 A Multi‐sensor Detectors The smoke detectors shall be multi‐

sensor (heat and smoke) detector with isolator suitable for

detecting a wide range of smoke from slow smoldering and

fast flaming fire The detector shall have following features

bullSolid state addressing arrangement in combination with a

hand held programmer to configure the sensor

addressbullElectronics free mounting basebullTwin alarm LEDs for

360 Degree viewing and shall have blinking LED facilitybullThe

sensor shall have s removable chamber for ease of cleaning or

replacementbullAutomatic compensation for smoke sensor

contaminationbullShall have a built in test facility which allows

the fire alarm control panel to adjust the alarm threshold

levels to compensate for contamination and shall have a

maintenance alarm display when threshold can no longer be

adjustedbullOperating temperature ‐ 10 DegC to 50 DegC and

operating RH at 40 DegC‐95 RH

3 B Manual call stations Manual Call Stations should have in

built monitor module and pressbreak and resettable

capability constructed of high impact LEXAN sheet with clearly

visible operating instructions on the cover and the word FIRE

shall appear on front and suitable for surface mountingflush

mounting complete as required

Tender No SCLPS52019E0156401 43

4 C UV IR SensorThe UV‐IR flame detector shall operate on 24

VDC 0‐24mA current output suitable for detection of

Methanol flame with automatic built in test for reliable

operations and suitable for installation in Hazardous area zone

1and 2 with Class I Division 12 Gas group A B C The detector

shall not be susceptible to environmental conditions to

generate false alarms The entire system shall be rated for IP

66 or better and supplied with suitable mounting bracket The

system shall comply to the detailed specifications as listed

belowbullDetection Technology UV ‐ IR Electro‐optical

detectionbullDetection range 75 meterbullField of View greater

than equal to 90deg Both Horizontal and verticalbullResponse

Time less than equal to 5 secondsbullBuilt in Test Automatic

bullOperating Temperature Range 0 to + 75degCbullOperating

Humidity Range Continuous 95 non‐condensingbullAnalog

Output signal 4‐20mAbullAlarms amp Fault Normal 4 mA Fault

02 mA Alarm 20 mA + 10 verifiedbullOperating voltage 24

VDC ( 18‐32VDC)bullPower consumption Vendor to specify for

Standby and Alarm conditionbullSensor Calibration

Verification Sensor calibration as per OEM for certified

performancebullSensor Life 2 Years (minimum)bullSensor

Calibration vendor to carry out sensor calibration at site and

submit calibration certificate valid for one yearbullRFI EMI

SusceptibilitybullRequired EN 616326‐3 and EN 6100006‐3 or

equivalent IP protectionbullIP protection IP 66 or betterbullFault

Diagnostic Sensor Fault (end of life) other informationbullSelf‐

Check Test Automatic during start‐upbullHousing SS 316

Epoxy Painted Aluminium die castbullStart‐up Time Vendor to

specifybullApprovalcertification PESO and ATEX ‐ Ex d IIC C

Class 1 Div 12 Group A B C DNote Vendor shall arrange

the 230V AC to 24V DC Power supply module along with half

an hour Battery Back up in MS powder coated Enclosure

Input Power supply (230V AC) for Power Supply module shall

Tender No SCLPS52019E0156401 44

be provided by SCL

5 D SMU Unit for UV IR sensor Supply installation testing and

commissioning of Switch Monitoring Unit (SMU) to configure

the UV IR sensors with fire detection system as requiredE

SoundersAddressable Sounders shall be loop powered with

all fixing materials complete as required The sound level shall

be 100dB (A)

6 F Fire Alarm Control Panel (FACP) bullFACP shall be of 2

loopsbullFACP shall be suitable for 230V 50 Hz AC supply and

detectors shall be powered using FACP based detection

circuits Devices shall receive power and communication from

the same pair of conductorsbullFACP shall provide for resetting

detectors fault isolation and sensor loop operationbullFACP

shall be suitable for mixing different fire devices and beam

smoke detectors within the same loop to optimize field

wiringbullFACP shall have alarm indication of individual sensors

detector trouble alarm indication for dust accumulation The

panel shall check detector once in every 24 hours for

contamination for this purposebullThe FACP shall regularly

supervise all the sensors and devices on the loop and initiate

fire or trouble alarm whenever requiredbullFACP shall have 2

wire circuits to connect minimum of 126 addressable devices

per loopbullFACP shall be with repeater interface and suitable

24V battery with built in software and 2 x 40 character

alphanumeric LCD display and necessary front panel control

keys FACP shall display the date time and description for

Analog sensors to indicate alarms and trouble

situationsbullFACP switches shall allow authorized personnel to

accomplish the following ‐bullInitiate a general alarm

conditionbullSilence the local audiblebullSilence the alarm

signalsbullReset all zonespointsbullFACP shall have walk test

facilitybullShall have facility for programming from the key

board or utilizing PC set up software via laptopdesk top

Tender No SCLPS52019E0156401 45

computerbullShall have memory data for panel configuration

and operation reside in non‐volatile memory (EPROM)bullFACP

shall have facility for speech processor (to record pre‐

recorded message of 20 S) and also have Auto Dialer facility

(can dial up to 8 different lines)bullAll addressable units shall be

connected to the FACP through the loop cards and shall be

addressed though individualized numbers The FACP shall be

able to obtain analog value for all detectors in the circuit

through a pulsed digitized current data The FACP shall be

able to analyze all analog inputs from all addressable units

and though its own software and ambient level screening the

FACP shall be able to identify fire possible fire or fault

conditions The unit supervision shall be dynamic and

continuousbullThe FACP shall itself have all loop cards in it No

isolated mother board or transponder shall be

consideredbullShortopen circuit units shall also be reported at

the FACP in such cases the system through the use of fault

isolators shall be able to isolate that segment between the

two fault isolators The missing DetectorsDevices shall also

be reported to the FACP with identification of the

locationbullThe FACP shall have the facility to set smoke sensor

sensitivity remotely to either high sensitivity manually or on a

pre‐programmed sequence (Ie DayNight) period When an

alarm condition is sensed at the FACP from a smoke or heat

detector a delay timealarm verification period shall be

started If the sensor is still in alarm after the delay time

expired an alarm condition is reported The delay time shall

be adjustable from 0 to 990 secondsbullThe FACP shall have

either an in‐built or external printer coupled to the FACP

which shall log all events with time The printout shall clearly

indicate the event‐FirePre‐AlarmFault etc with the unit

address and timebullThe FACP shall also be able to discriminate

between false alarms and fire conditions as well as priority

selection of alarm in case alarm activities in two or more

Tender No SCLPS52019E0156401 46

remotely located units simultaneously In such cases the

Manual Call stations shall have the highest prioritybullThe FACP

shall also be able to actuate switches automatically in case of

Fire condition of AHUs and power supply or other system such

as piped pressurized gas supplybullThe system shall be fail safe

and adequate safe guards should be under taken that in the

event of a failure of a part of the system it shall not handicap

the complete system The loop cards shall be of Modular

constructionbullThe FACP shall have its own battery backup of a

minimum of 48 hours in normal run and then half an hour in

alarm condition The backup time calculation shall be done as

per TAC standards The Battery shall be 2 x 12V (24V) DC and

of sealed maintenance free type housed inside the FACPbullIt

shall be able to withstand temperature variations from 0

Degree Centigrade to 55 Degree Centigrade Further Relative

Humidity (non‐condensing type) up to 93 shall not hamper

its performance The voltage rating shall be from 17V DC to

31V DC though the voltage may be change depending upon

the working voltages of a proprietary FACPbullThe FACP shall be

totally enclosed dust and vermin proof type made of

minimum 16‐gauge dust inhibited sheet with even baked

finish The FACP shall be of completely solid state designbullThe

logic circuitry shall be based on high noise immunity solid‐

state hardware employing modular construction Logic cards

shall be of epoxy fiber glass constructionbullThe FACP shall have

EN 54ULFM approvalbullThe panel shall have an extra loop

card to serve as standby in case of burnout or malfunctioning

of any operating loop cardsbullThe FACP shall be capable of

being networked (future expansion) with other similar FACPs

located at different locations of SCL premises through a single

RS 485 busbullThe FACP shall have provision for interfacing with

the Public Address System

7 G Repeater panelScope comprises of supply and installation

Tender No SCLPS52019E0156401 47

of Repeater Panel which display fire fault message

simultaneously with the FACP bullIt shall be capable of

interfacing with the FACP on a single RS 485 Bus bullThe panel

shall be capable of operating on 24V DC supplybullThe

independent 24V DC supply source to be installed in MS

cubicle Box duly powder coated paint along with repeater

panelbullThe panel shall have 2 x 40‐character backlit display

which shall display date time and description of alarm

trouble events are that displayed in the panel shall be

powered from the FACPbullIt shall have control keys for sound

silence mute and to reset the FACP from the repeater

stationsbullThe repeater panel shall have the following LEDs

indicationsbullSupply bullFault bullMute bullSilent bullDisabled

bullFire

8 H Fire CableSupply and installation of 2Cx15mm2 Copper

extruded PVC inner sheath armored and overall FRLS PVC

outer sheathed 11 KV grade as per IS 7098 (Part I bearing ISI

certification) on existing cable traywallsoft soilhard soil as

required

9 I Fire Cable terminationSupplying and making end

termination with brass compression gland and copper lugs for

2Cx15mm2 Copper cable in MS Box of Size 4X4 installed

above the false ceilingwallsurface as required

10 J Junction Box for Fire devicesSupply installation testing and

commissioning of MS painted box Size 4X4 with ELMEX type

terminal block for loop in loop out of 2c x15 sq mm copper

armored cable and connection to the fire detector device on

wallsurfacerecess including wall cutting and providing

necessary hardware for mounting fixing including all

material for fixing as required

Tender No SCLPS52019E0156401 48

TECHNICAL SPECIFICATION‐4

Item Specifications ‐IV

Sl No Specifications Compliance

(Yes No)

Offered Specifications Remarks

1 A NetworksLAN The detailed specification for the network

rack switch cable cords IOs face plates etc and the

required accessories shall be as below CAT 6A or better cable

shall be laid in the PVC Conduit The detailed specifications

for the different component of networksLAN are as follows

2 bull Rack Supply installation testing and commissioning of UL

listed modular type 12U network rack with front glass door

and rear perforated door floor mounted Size 550x550 with

1 No of 5 port Octagonal PDU 515Amp with MCB and Fan

Tray with minimum 2 Fans The rack should have provision of

2 nos of cable manager duct type 1U and 2 vertical manager‐

concealed type Rack should be three sides openable with

front glass door and rear perforated door and provision of

cable entry from top and bottom both with proper earthing

kit as requiredRecommended Make Rittal Netrack

Schneider Valrack

3 bull Network Switch Supply amp installation of Network Switch in

Network Rack with the following specification as belowSwitch

shall haveamp61607Port Density Minimum 8 101001000

BaseT Ports amp 4‐1G SFP Ports ready for use with SFP module

Ports shall support PoE on all ports with PoE budget of

180Wamp61607Architecture Stand‐alone rack

mountableamp61607Bandwidth minimum 56Gbps of

switching bandwidth to support above listed ports in non‐

blocking configurationamp61607StackableScable support for

Tender No SCLPS52019E0156401 49

stacking multiple switchesamp61607Stacking backplane

bandwidth Access switch shall have additional port(s) for

providing minimum 40 Gbps stacking bandwidthamp61607L2

Features 8021x authentication spanning tree

etcamp61607Networkjflowsflow or equivalent provision for

Networkjflowsflow or equivalent supportamp61607Network

Management support Network Management through

command line interface (CLI) SNMP v1 v2c v3

httpsamp61607IPv6 Readiness IPv6 Readiness from day

1amp61607RegulatorySafety confirming to UL60950 amp

EN60950amp61607EALNIAP certified Model No shall be EAL

or NIAPNDPP certifiedRecommended Make Cisco Juniper

HP Brocade dell

4 bull CAT 6A Cable Supply and installationlaying of category 6A

or better 4 pair shielded cable UFTP or FUTP in PVC

Conduit sheath type low smoke zero halogen (LSZH) with

transmission properties amp electrical properties tested

minimum up to 500MHz amp verified by ETL amp comply with

ANSITIAEIA‐568‐C2 amp ISOIEC 11801 Recommended make

Commscope Schneider Molex Siemon

5 bull Patch Panel Supply installation testing and commissioning

of CAT6A PatchJack Panel of 24 Port fully loaded in Network

rack with port identification number with self‐adhesive clear

label holder Each portjack on the panel should be

individually removable on field from the panel and have

integrated rear cable management metallic shelf and have a

separate provision of grounding Recommended make

Commscope Schneider Molex Siemon

6 bull Patch Cords (1 meter) Supply installation testing and

commissioning of Patch Cords Cat 6A shielded 1 meter in

Network rack with 4 pair shielded copper wire factory pre

terminated with shielded RJ45 plugs Aluminumpolyester

Tender No SCLPS52019E0156401 50

shield screen material with low smoke Zero halogen sheath

comply to TIA‐568‐C2 Cat 6A in IOs of Network

RackRecommended make Commscope Schneider Molex

Siemon

7 bull Patch Cords (3 meter) Supply installation testing and

commissioning of Patch Cords Cat 6A shielded 3 meter in

Network rack with 4 pair shielded copper wire factory pre

terminated with shielded RJ45 plugs Aluminumpolyester

shield screen material with low smoke Zero halogen sheath

comply to TIA‐568‐C2 Cat 6A at field side Recommended

make Commscope Schneider Molex Siemon

8 bull Information outlet Supply and installation of Shielded Cat

6A information outlet UFTP or FUTP compliance to category

6A or better TIA568C2‐500MHz at field sideRecommended

make Commscope Schneider Molex Siemon

9 bull Face Plate (Dual) Supply and installation of single gang

square face plate (Dual) and SMB Box with a provision to

support variety of jacks‐ UTP STP etc at the field

sideRecommended make Commscope Schneider Molex

SiemonbullFace plate (single) Supply and installation of square

face plate ( single) with a provision to support variety of jacks‐

UTP STP etc at the field sideRecommended make

Commscope Schneider Molex Siemon

10 bull SMB Box Supply and installation of SMB Box for face plate

(DualSingle) as required Recommended make Commscope

Schneider Molex Siemon

11 bull Other Accessories amp61607Supply and Installation of

25mm electrical grade ISI mark PVC Conduit in

wallfloorslabsurface including wallfloor cutting and

making good the same as required Recommended make

Reputed ISI Markamp61607Supply and installation of OFC SM

Tender No SCLPS52019E0156401 51

OS2 Cable in existing 32mm HDPE pipe as

requiredamp61607Supply and Laying of 32mm HDPE pipe

direct in ground including excavation sand cushioning

protective covering and refilling the trench including standard

cable route marker etc as requiredamp61607Supply and

installation of SC simplex single‐mode LSZH pigtail 1m as

requiredamp61607Supply and installation of adaptor plate

with 3 SC duplex SM adaptors as requiredamp61607Splicing of

OFC as per Core as requiredamp61607Supply and installation

of accessories for making the Chamber Pit‐ 1Mtr Depth with

Lid for housing OFC as requiredamp61607Trenching of

HardSoft Soil as required

12 B Paging The scope includes supply installation testing and

commissioning of Supply and installation of IP 65 or better

explosion proofWP loud speaker anticorrosive powder

coated red (RAL‐3000) suitable for Zone I amp II Class II C

Hardware SS304 as per IS2148 and equivalent to model FLSR

25 of Baliga with necessary support gland as required and

installing the same on wallsurface with GI supports as

required and connecting the same with wire The Scope also

includes supply and installation of 2Cx15mm2 FRLS armored

and PVC sheath twisted pair wire their termination tagging

glanding earthing etc as required for speakers and other

accessories requires for smooth commissioning of the paging

system

Vendor Specificied Terms

Description Vendor Terms

Tender No SCLPS52019E0156401 52

1Delivery Term

Prices shall be quoted on F O R destination basis ie S C L S A S Nagar Mohali

Punjab exclusive of GST and taxes as may be applicable

2 GST

Purchaser is entitled to concessional GST of 5 as per Ministry of Finance

Department of Revenue Notification No 472017 Integrated Tax (Rate) both

dated 14th November 2017 respectively and would accordingly issue Exemption

Certificate in favour of the contractor quoting in Indian Rupees The bidder

should take note of the same while quoting the prices in Indian Rupees GST on

installation services shall be applicable 18

3 DELIVERY SCHEDULEPERIOD OF COMPLETION

The time allowed for supply installation testing and commissioning of the entire

works shall be 06 (Six) months to be reckoned form the 7th day of issue of

purchase order

4 IMPORTANT

This being a two part Tender Technical and Commercial parts separate the

bidder should not attach any document(s) containing pricing information with

technical part The Contractor will provide Un priced commercial offer in

envelope 1 (Technical Part) as an attachment

The tenders containing price information in Technical Part will be treated as

unsolicited offers and rejected Contractor to confirm that Price bid is not

attached in Envelope 1 ie Technical Part

Priced Commercial offer if any should be attached in Envelope 2 (Price Bid)

under Supporting Documents from Vendor (Commercial) as an attachment

5 The prices shall remain firm until completion of entire project including

extended period if any No cost escalation shall be applicable for the work

Tender No SCLPS52019E0156401 53

6 SECURITY DEPOSIT

a) On acceptance of the tender the Contractor shall submit security deposit for

ten percent (10 percent) of the value of the Contract within 15 days from the

date of purchase order If the Contractor fails toprovide the security within the

period specified such failure shall constitute a breach of the Contract and the

Purchaser shall be entitled to make other arrangements for the re purchase of

the stores contracted at the cost and risk of the Contractor

b) Security Deposit shall be submitted through Demand Draft Bankers Cheque

fixed deposit receipt or Bank Guarantee from any of the Scheduled Banks

executed on nonjudicial stamp paper of appropriate value and shall be valid for

a period of sixty (60) days beyond the date for completion of the Purchase

OrderContract

c) In case the contractor fails to furnish the security deposit within the specified

date or extended due date the Purchase OrderContract shall be cancelled and

in addition appropriate penal action may also be considered

d) After the Purchase OrderContract is successfully executed in all respects the

Bank Guarantee towards Security Deposit may be discharged and retained

amount shall be refunded to vendors

e) In the event of non execution of the Purchase orderContract or breach of any

terms and conditions of the Purchase Order the Security Deposit shall be

forfeited

7 Warranty

The Contractor shall provide for the tendered job comprehensive warranty for

parts as well as labour for a period of 12 months from the date of successful

installation commissioning and testing of the system at Purchasers site at no

extra charges against any manufacturing defectfaulty workmanship In case any

defect arises during warranty period the Contractor should replacerectify the

same at its own cost at siteworks

The LED light fittings and its driver unit etc shall have warranty for a period of 5

Tender No SCLPS52019E0156401 54

years from the date of installation and commissioning

8 Warranty Replacements

All replacement parts if any shall be supplied by the Contractor free of cost on F

O R Purchaser site at S A S Nagar Punjab basis

9 TERMS OF PAYMENT

The payment shall be remitted as under

90 of the value of the materials supplied shall be paid within 30 days of the

receipt of the materials at purchaser site and the balance 10 amount along

with 100 installation charges shall be payable on successful installation

commissioning and acceptance of the entire project at Purchasers site against a

Performance Bank Guarantee

10 PERFORMANCE BANK GUARANTEE (PBG)

The Contractor shall furnish a Bank Guarantee (as per format given by purchaser)

from any nationalized scheduled bank for an amount equivalent to 10 of the

value of the Contract and shall be valid for a period of 60 days beyond the expiry

date of warranty period On the performance and completion of the Contract in

all respects the Bank Guarantee will be returned to the Contractor without any

interest

11 VALIDITY

The tender must be valid for a minimum period of 120 days from the date of

opening of Technical bid and 90 days after opening of Price bid

The tender where the validity period is shorter than the period specified in the

tender enquiry shall be excluded from the procurement process

12 Quantity Variation

The quantities indicated against each items in the Bill of Quantities (BOQ) are

indicative and are for the purpose of bidding only Variation in quantities up to

Tender No SCLPS52019E0156401 55

+25 percent shall be carried out by the contractor on the agreedPurchase order

(PO) rates and terms amp conditions as in the purchase order (PO)

13 GUARANTEED TIME DELIVERY

The time for and the date of delivery stipulated in the Purchase Order shall be

deemed to be the essence of the Contract Delivery must be completed within

the date specified therein

14 Extra Items

In case of extra items (that are completely new and are in addition to the items

contained in the contract) the contractor may claim rates supported by proper

analysis and purchaser engineer in charge of the work shall after giving

consideration to the analysis of the rates submitted by the contractor determine

the rates on the basis of market rates and the contractor shall be paid in

accordance with the rates so determined The contractor(s) profit amp OH shall be

factored in the rate analysis 15

15 CONSIGNEE

Sr Purchase and Stores Officer (Stores)

Semi Conductor Laboratory

Sector 72 SAS Nagar (Mohali) Punjab

India 160 071

16 INSTALLATION AND COMMISSIONING

Installation commissioning and demonstration of performance of the tendered

stores as per Purchaser tendered specifications shall be carried out by the

Contractor at Purchaser site at S A S Nagar Punjab India

The Contractor shall provide in advance guidelines for preparation of the

installation site and list of items to be supplied by Purchaser during installation

Tender No SCLPS52019E0156401 56

On receipt of intimation from the Purchaser the Contractor shall depute its

engineer(s) to Purchaser site within two weeks to carry out installation and

commissioning and will demonstrate the functionality of the tendered

equipment to Purchaser specifications as per mutually agreed acceptance

procedure The Contractor shall be responsible for any lossdamages sustained

due to delay on the part of the Contractor to send its engineer for installation

and commissioning

Failure to commission the tendered equipment successfully shall entitle

Purchaser to full refund of the payment made and the interest thereon Decision

regarding successful installation and commissioning shall rest solely with the

Purchaser

17 REJECTION

In the event that any of the stores supplied by the Contractor is found defective

in material or workmanship or otherwise not in conformity with the

requirements of the Contract specifications the purchaser shall either reject the

stores or request the Contractor in writing to rectify the same The Contractor

on receipt of such notification shall either rectify or replace the defective stores

free of cost to the purchaser If the Contractor fails to do so the purchaser may

at his option either

a) replace or rectify such defective stores and recover the extra cost so involved

from the Contractor or

b) terminate the Contract for default as provided in this tender document

18 EXTENSION OF TIME

If the completion of supply of stores is delayed due to reason of force majeure

such as acts of god acts of public enemy acts of Government fires floods

epidemics quarantine restriction strikes freight embargoes etc the

Contractor shall give notice within 15 days to the purchaser in writing of his

claim for an extension of time The purchaser on receipt of such notice after

verification if necessary may agree to extend the Contract delivery date as may

Tender No SCLPS52019E0156401 57

be reasonable but without prejudice to other terms and conditions of the

Contract

19 DELAY IN COMPLETIONLIQUIDATED DAMAGES

If the Contractor fails to deliver the stores within the time specified in the

Contract or any extension thereof the purchaser shall recover from the

Contractor as liquidated damages a sum of one half of one percent (05 percent)

of the Contract price of the undelivered stores for each calendar week of delay

The total liquidated damages shall not exceed ten percent (10 percent) of the

Contract price of the unit or units so delayed Stores will be deemed to have

been delivered only when all their component parts are also delivered If certain

components are not delivered in time the stores will be considered as delayed

until such time as the missing parts are delivered Delivery of stores shall be

complete on Installation commissioning Testing and Acceptance

20 INSPECTION AND ACCEPTANCE TEST

The Purchasers representatives shall also be entitled at all reasonable times

during manufacture to inspect examine and test on the Contractors premises

the material and workmanship of all stores to be supplied under this Contract

and if part of the said stores is being manufactured on other premises the

Contractor shall obtain for the purchasers representative permission to inspect

examine and test as if the equipment were being manufactured on the

Contractors premises

Such inspection examination and testing shall not release the Contractor from

the obligations under this Contract

For tests on the premises of the Contractor or of any of his sub Contractors the

Contractor shall provide free of cost assistance labour material electricity fuel

and instruments as may be required or as may be reasonably needed by the

purchasers representative to carry out the tests efficiently

When the stores have passed the specified test the purchaser representative

shall furnish a certificate to the effect in writing to the Contractor The

Tender No SCLPS52019E0156401 58

Contractor shall provide copies of the tests certificates to the purchaser as may

be required

21 Labour Law Contractor shall abide by all labour laws rules and regulations

which are prevailing and as enforced from time to time and SCL shall not be

responsible for any accident or mishap during the course of the contract to any

of engineer labour employee by the Contractor The contractor shall also ensure

that the statutory obligations with regards to the employment of labour under

law are complied properly and timely

22 ARBITRATION

In the event of any disputes differences or claims arising out of or relating to

the interpretation and application of the Contract such disputes or differences

or claims shall be settled amicably by mutual consultations of the good Offices

of the respective Parties and recognizing their mutual interests attempt to reach

a solution satisfactory to both the parties If such a resolution is not possible

within 30 days from the date of receipt of written notice of the existence of such

disputes then the unresolved disputes or differences or claims shall be

referred to the Sole Arbitrator appointed by the Parties by mutual consent in

accordance with the rules and procedures of Arbitration and Conciliation Act

1996 as amended from time to time The arbitration shall be conducted in New

Delhi in the Arbitration and Conciliation Centre New Delhi (Domestic and

International) as per its rules and regulations The expenses for the Arbitration

shall be shared equally or as may be determined by the Arbitrator The

considered and written decision of the Arbitrator shall be final and binding

between the Parties The applicable language for Arbitration shall be English

only Work under the Contract shall be continued by the CONTRACTOR during

the pendency of arbitration proceedings without prejudice to a final adjustment

in accordance with the decision of the Arbitrator unless otherwise directed in

writing by the DEPARTMENT or unless the matter is such that the works cannot

be possibly continued until the decision (whether final or interim) of the

Arbitrator is obtained

23 APPLICABLE LAWS The contract shall be interpreted construed and

Tender No SCLPS52019E0156401 59

governed by laws of IndiaThe contract shall be subject to exclusive Jurisdiction

of the Court of SAS Nagar (Mohali) Punjab India irrespective of anything

mentioned in any correspondences or otherwise

24 Any Other Term

Tender No SCLPS52019E0156401 60

Supporting Documents from Vendor

Attachment ‐ I

Attachment ‐ II

Price Bid Form

Item Description Slab Range Qty UOM Currency Unit Price Total Price

Supply of MCC Panels cables

cable trays lightings etc for

electrical distribution system

including fire detection

system LAN Paging etc for

the Chemical Store building as

per detailed specifications

technical write‐updrawings

attached

‐ 1 Lot ‐ ‐ ‐

Installation Testing and

Commissioning of MCC

Panels cables cable trays

lightings etc for electrical

distribution system including

fire detection system LAN

Paging etc for the Chemical

Store building as per detailed

specifications technical write‐

updrawings attached

‐ 1 Lot ‐ ‐ ‐

Tender No SCLPS52019E0156401 61

Break‐up of other taxes and other costs should be specified in respective narration columns

Sum of these Break‐up values should be specified in respective value columns

Supporting Documents from Vendor (Commercial)

Document attachment with price bid

Attachment ‐ I

Attachment ‐ II

  • pdf_document_tndr_notc_electrical_distribution_system_051119
  • pdf_document_tndr_doc_electrical_distribution_system_051119
Page 40: -72, -160071 चंडीगढ़ के समीप पंजाब भारत...स म -क डक टर ल ब र टर /Semi-Conductor Laboratory अ त रक ष वभ

Tender No SCLPS52019E0156401 39

be wired up to terminal blockscWiring shall be done with

flexible 25sqmm copper 1100V grade PVC insulated

switchboard wires Each wire shall be identified at both ends

with permanent markers bearing wire numbers as per wiring

diagramdWire termination shall be done with crimping type

connector with insulating sleeve

15 Powercontrol Terminal BlocksaTerminal block shall be 660V

grade box clamp type with marking strips similar to ELMEX 10

mm2 or equal for ControlbTerminal for CT secondary leads

shall have provision for shortingcNot more than two wires

shall be connected to any terminaldSpare terminals equal in

number to 20 active terminals shall be providedeTerminal

blocks shall be suitably located in cable alleysfFor Power

cable Bus Bar type cable connector (Melamine material) shall

be providedgFor Control cable heavy duty screw type cable

connector (Melamine material) shall be provided

16 Cable terminationaPanel shall be designed for cable entry

from topbEach cable shall be clearly marked at both ends

with an indestructible marker preferably a cable tag made of

Aluminium tacked with indicating cable number amp both end

feeder tags with switchboard tags Cable tags at ends of cable

shall be provided inside the gland plate as well as outside the

gland platecAll provisions and accessories shall be furnished

for termination of cables including removable gland plates

cable supports and terminal blocksdGland plate shall be

minimum 3 mm thick

17 Ground BusA GI ground bus rated to carry the maximum fault

current shall extend full length of Panel The ground bus shall

be provided with 2 bolts with GI bolt and nuts at each end to

receive 50x6mm GI flat

18 NameplateaThe nameplate of approved design shall be

Tender No SCLPS52019E0156401 40

provided for each compartment and also at the top of each

panel Nameplate shall be minimum 20x70mm and 3mm

thickbDrawing Pouch shall be provided at the incomer cable

allay

19 PaintingPanel shall be painted with light grey epoxy painted

(Siemens Gray RAL 7032) and caution notice plate shall be

fixed at the back of each vertical panel

20 Make of Switchgears aMCCBSiemensSchneiderbPush

button SiemensSchneider TekniccSelector

SwitchSiemensSchneider Teknic

dFuseSchneiderSiemenseTimerSiemensSchneiderfContro

l TransformerAEIMPIndcoilgTerminal

BlockElmexConnectwellFTChMeters Conzerv LampT

AEiCTs amp PTsKappaAutomatic

Electric(AE)NippenjContactorsSchneiderSiemenskIndicatio

ns SiemensSchneider

TekniclRelaysSchneiderSiemensPLAmMCBSchneiderSiem

ensnCooling Fan

RexnordSunonoVFDsAllen bradlypThyristor moduleDYDAC

qRCBOSiemensSchneiderrMCB

DBSiemensABBLegrandsLine reactorchokeAllen

BradleytCapacitor BankNeptune Schneider Siemens

21 Local Push Button Station (LPBS)The Scope includes supply

and installation of LPBS for Chiller Pumps AHUs Heaters as

per the BOQ and detailed specification given below aLPBS

shall be indoor metal clad air insulated wallAngle frame

mounted as required single front construction front wired

front connected hinged lockable door LPBS for Chiller Pumps

system shall be suitable for outdoor installationbMinimum

thickness of sheet metal used shall be 2 mm and panel shall

conform to IP54 protection for indoor installation and IP65 for

outdoor type LPBScAll switches push buttons with indicating

Tender No SCLPS52019E0156401 41

LED lamps indicating instruments shall be flush

mounteddThe LPBS shall be used for remote operation of

drives Equipment and HeaterseTo facilitate the localremote

operation LPBS shall have LocalRemote selector switch and

provided with Start push button lockable Stop push button

ammeter of suitable range Terminal Block and lockable

Emergency off Switch etc fLPBS shall be equipped with AC

(230V)DC (24V) Relays Contactors etc for seamless interface

of the operation of Drives from FCMS (PLC)gLPBS should be

suitable for wall mounting and provided with necessary

mounting arrangementhWiring shall be done with flexible

25sqmm copper 650V grade PVC insulated switchboard

wires Each wire shall be identified at both ends with

permanent markers bearing wire numbers as per wiring

diagramiWire termination shall be done with crimping type

connector with insulating sleevejGland plate shall be

minimum 3 mm thickkThe nameplate of approved design

shall be provided for each compartment and also at the top of

each panel Nameplate shall be minimum 20x70mm and 3mm

thicklLPBS shall be painted with light grey epoxy painted

(Siemens Gray RAL 7032)

22 Make of Electrical panel As per DOS Approved Panel

manufacturer list (attached)

TECHNICAL SPECIFICATION‐3

Item Specifications ‐III

Sl No Specifications Compliance

(Yes No)

Offered Specifications Remarks

Tender No SCLPS52019E0156401 42

1 Fire Detection System Scope for fire detection system

includes supply installation testing commissioning of Fire

panel Addressable Fire detection devices Manual Call Points

Addressable loop sounders Switch Monitoring unit (SMU) UV

IR sensor for detection of methanol flame Cable MS junction

boxes for loop in loop out of cable as per specifications and

integrating the same with existing repeater panel as per the

requirement The detailed specifications for the different

component of fire deduction system are as follows

2 A Multi‐sensor Detectors The smoke detectors shall be multi‐

sensor (heat and smoke) detector with isolator suitable for

detecting a wide range of smoke from slow smoldering and

fast flaming fire The detector shall have following features

bullSolid state addressing arrangement in combination with a

hand held programmer to configure the sensor

addressbullElectronics free mounting basebullTwin alarm LEDs for

360 Degree viewing and shall have blinking LED facilitybullThe

sensor shall have s removable chamber for ease of cleaning or

replacementbullAutomatic compensation for smoke sensor

contaminationbullShall have a built in test facility which allows

the fire alarm control panel to adjust the alarm threshold

levels to compensate for contamination and shall have a

maintenance alarm display when threshold can no longer be

adjustedbullOperating temperature ‐ 10 DegC to 50 DegC and

operating RH at 40 DegC‐95 RH

3 B Manual call stations Manual Call Stations should have in

built monitor module and pressbreak and resettable

capability constructed of high impact LEXAN sheet with clearly

visible operating instructions on the cover and the word FIRE

shall appear on front and suitable for surface mountingflush

mounting complete as required

Tender No SCLPS52019E0156401 43

4 C UV IR SensorThe UV‐IR flame detector shall operate on 24

VDC 0‐24mA current output suitable for detection of

Methanol flame with automatic built in test for reliable

operations and suitable for installation in Hazardous area zone

1and 2 with Class I Division 12 Gas group A B C The detector

shall not be susceptible to environmental conditions to

generate false alarms The entire system shall be rated for IP

66 or better and supplied with suitable mounting bracket The

system shall comply to the detailed specifications as listed

belowbullDetection Technology UV ‐ IR Electro‐optical

detectionbullDetection range 75 meterbullField of View greater

than equal to 90deg Both Horizontal and verticalbullResponse

Time less than equal to 5 secondsbullBuilt in Test Automatic

bullOperating Temperature Range 0 to + 75degCbullOperating

Humidity Range Continuous 95 non‐condensingbullAnalog

Output signal 4‐20mAbullAlarms amp Fault Normal 4 mA Fault

02 mA Alarm 20 mA + 10 verifiedbullOperating voltage 24

VDC ( 18‐32VDC)bullPower consumption Vendor to specify for

Standby and Alarm conditionbullSensor Calibration

Verification Sensor calibration as per OEM for certified

performancebullSensor Life 2 Years (minimum)bullSensor

Calibration vendor to carry out sensor calibration at site and

submit calibration certificate valid for one yearbullRFI EMI

SusceptibilitybullRequired EN 616326‐3 and EN 6100006‐3 or

equivalent IP protectionbullIP protection IP 66 or betterbullFault

Diagnostic Sensor Fault (end of life) other informationbullSelf‐

Check Test Automatic during start‐upbullHousing SS 316

Epoxy Painted Aluminium die castbullStart‐up Time Vendor to

specifybullApprovalcertification PESO and ATEX ‐ Ex d IIC C

Class 1 Div 12 Group A B C DNote Vendor shall arrange

the 230V AC to 24V DC Power supply module along with half

an hour Battery Back up in MS powder coated Enclosure

Input Power supply (230V AC) for Power Supply module shall

Tender No SCLPS52019E0156401 44

be provided by SCL

5 D SMU Unit for UV IR sensor Supply installation testing and

commissioning of Switch Monitoring Unit (SMU) to configure

the UV IR sensors with fire detection system as requiredE

SoundersAddressable Sounders shall be loop powered with

all fixing materials complete as required The sound level shall

be 100dB (A)

6 F Fire Alarm Control Panel (FACP) bullFACP shall be of 2

loopsbullFACP shall be suitable for 230V 50 Hz AC supply and

detectors shall be powered using FACP based detection

circuits Devices shall receive power and communication from

the same pair of conductorsbullFACP shall provide for resetting

detectors fault isolation and sensor loop operationbullFACP

shall be suitable for mixing different fire devices and beam

smoke detectors within the same loop to optimize field

wiringbullFACP shall have alarm indication of individual sensors

detector trouble alarm indication for dust accumulation The

panel shall check detector once in every 24 hours for

contamination for this purposebullThe FACP shall regularly

supervise all the sensors and devices on the loop and initiate

fire or trouble alarm whenever requiredbullFACP shall have 2

wire circuits to connect minimum of 126 addressable devices

per loopbullFACP shall be with repeater interface and suitable

24V battery with built in software and 2 x 40 character

alphanumeric LCD display and necessary front panel control

keys FACP shall display the date time and description for

Analog sensors to indicate alarms and trouble

situationsbullFACP switches shall allow authorized personnel to

accomplish the following ‐bullInitiate a general alarm

conditionbullSilence the local audiblebullSilence the alarm

signalsbullReset all zonespointsbullFACP shall have walk test

facilitybullShall have facility for programming from the key

board or utilizing PC set up software via laptopdesk top

Tender No SCLPS52019E0156401 45

computerbullShall have memory data for panel configuration

and operation reside in non‐volatile memory (EPROM)bullFACP

shall have facility for speech processor (to record pre‐

recorded message of 20 S) and also have Auto Dialer facility

(can dial up to 8 different lines)bullAll addressable units shall be

connected to the FACP through the loop cards and shall be

addressed though individualized numbers The FACP shall be

able to obtain analog value for all detectors in the circuit

through a pulsed digitized current data The FACP shall be

able to analyze all analog inputs from all addressable units

and though its own software and ambient level screening the

FACP shall be able to identify fire possible fire or fault

conditions The unit supervision shall be dynamic and

continuousbullThe FACP shall itself have all loop cards in it No

isolated mother board or transponder shall be

consideredbullShortopen circuit units shall also be reported at

the FACP in such cases the system through the use of fault

isolators shall be able to isolate that segment between the

two fault isolators The missing DetectorsDevices shall also

be reported to the FACP with identification of the

locationbullThe FACP shall have the facility to set smoke sensor

sensitivity remotely to either high sensitivity manually or on a

pre‐programmed sequence (Ie DayNight) period When an

alarm condition is sensed at the FACP from a smoke or heat

detector a delay timealarm verification period shall be

started If the sensor is still in alarm after the delay time

expired an alarm condition is reported The delay time shall

be adjustable from 0 to 990 secondsbullThe FACP shall have

either an in‐built or external printer coupled to the FACP

which shall log all events with time The printout shall clearly

indicate the event‐FirePre‐AlarmFault etc with the unit

address and timebullThe FACP shall also be able to discriminate

between false alarms and fire conditions as well as priority

selection of alarm in case alarm activities in two or more

Tender No SCLPS52019E0156401 46

remotely located units simultaneously In such cases the

Manual Call stations shall have the highest prioritybullThe FACP

shall also be able to actuate switches automatically in case of

Fire condition of AHUs and power supply or other system such

as piped pressurized gas supplybullThe system shall be fail safe

and adequate safe guards should be under taken that in the

event of a failure of a part of the system it shall not handicap

the complete system The loop cards shall be of Modular

constructionbullThe FACP shall have its own battery backup of a

minimum of 48 hours in normal run and then half an hour in

alarm condition The backup time calculation shall be done as

per TAC standards The Battery shall be 2 x 12V (24V) DC and

of sealed maintenance free type housed inside the FACPbullIt

shall be able to withstand temperature variations from 0

Degree Centigrade to 55 Degree Centigrade Further Relative

Humidity (non‐condensing type) up to 93 shall not hamper

its performance The voltage rating shall be from 17V DC to

31V DC though the voltage may be change depending upon

the working voltages of a proprietary FACPbullThe FACP shall be

totally enclosed dust and vermin proof type made of

minimum 16‐gauge dust inhibited sheet with even baked

finish The FACP shall be of completely solid state designbullThe

logic circuitry shall be based on high noise immunity solid‐

state hardware employing modular construction Logic cards

shall be of epoxy fiber glass constructionbullThe FACP shall have

EN 54ULFM approvalbullThe panel shall have an extra loop

card to serve as standby in case of burnout or malfunctioning

of any operating loop cardsbullThe FACP shall be capable of

being networked (future expansion) with other similar FACPs

located at different locations of SCL premises through a single

RS 485 busbullThe FACP shall have provision for interfacing with

the Public Address System

7 G Repeater panelScope comprises of supply and installation

Tender No SCLPS52019E0156401 47

of Repeater Panel which display fire fault message

simultaneously with the FACP bullIt shall be capable of

interfacing with the FACP on a single RS 485 Bus bullThe panel

shall be capable of operating on 24V DC supplybullThe

independent 24V DC supply source to be installed in MS

cubicle Box duly powder coated paint along with repeater

panelbullThe panel shall have 2 x 40‐character backlit display

which shall display date time and description of alarm

trouble events are that displayed in the panel shall be

powered from the FACPbullIt shall have control keys for sound

silence mute and to reset the FACP from the repeater

stationsbullThe repeater panel shall have the following LEDs

indicationsbullSupply bullFault bullMute bullSilent bullDisabled

bullFire

8 H Fire CableSupply and installation of 2Cx15mm2 Copper

extruded PVC inner sheath armored and overall FRLS PVC

outer sheathed 11 KV grade as per IS 7098 (Part I bearing ISI

certification) on existing cable traywallsoft soilhard soil as

required

9 I Fire Cable terminationSupplying and making end

termination with brass compression gland and copper lugs for

2Cx15mm2 Copper cable in MS Box of Size 4X4 installed

above the false ceilingwallsurface as required

10 J Junction Box for Fire devicesSupply installation testing and

commissioning of MS painted box Size 4X4 with ELMEX type

terminal block for loop in loop out of 2c x15 sq mm copper

armored cable and connection to the fire detector device on

wallsurfacerecess including wall cutting and providing

necessary hardware for mounting fixing including all

material for fixing as required

Tender No SCLPS52019E0156401 48

TECHNICAL SPECIFICATION‐4

Item Specifications ‐IV

Sl No Specifications Compliance

(Yes No)

Offered Specifications Remarks

1 A NetworksLAN The detailed specification for the network

rack switch cable cords IOs face plates etc and the

required accessories shall be as below CAT 6A or better cable

shall be laid in the PVC Conduit The detailed specifications

for the different component of networksLAN are as follows

2 bull Rack Supply installation testing and commissioning of UL

listed modular type 12U network rack with front glass door

and rear perforated door floor mounted Size 550x550 with

1 No of 5 port Octagonal PDU 515Amp with MCB and Fan

Tray with minimum 2 Fans The rack should have provision of

2 nos of cable manager duct type 1U and 2 vertical manager‐

concealed type Rack should be three sides openable with

front glass door and rear perforated door and provision of

cable entry from top and bottom both with proper earthing

kit as requiredRecommended Make Rittal Netrack

Schneider Valrack

3 bull Network Switch Supply amp installation of Network Switch in

Network Rack with the following specification as belowSwitch

shall haveamp61607Port Density Minimum 8 101001000

BaseT Ports amp 4‐1G SFP Ports ready for use with SFP module

Ports shall support PoE on all ports with PoE budget of

180Wamp61607Architecture Stand‐alone rack

mountableamp61607Bandwidth minimum 56Gbps of

switching bandwidth to support above listed ports in non‐

blocking configurationamp61607StackableScable support for

Tender No SCLPS52019E0156401 49

stacking multiple switchesamp61607Stacking backplane

bandwidth Access switch shall have additional port(s) for

providing minimum 40 Gbps stacking bandwidthamp61607L2

Features 8021x authentication spanning tree

etcamp61607Networkjflowsflow or equivalent provision for

Networkjflowsflow or equivalent supportamp61607Network

Management support Network Management through

command line interface (CLI) SNMP v1 v2c v3

httpsamp61607IPv6 Readiness IPv6 Readiness from day

1amp61607RegulatorySafety confirming to UL60950 amp

EN60950amp61607EALNIAP certified Model No shall be EAL

or NIAPNDPP certifiedRecommended Make Cisco Juniper

HP Brocade dell

4 bull CAT 6A Cable Supply and installationlaying of category 6A

or better 4 pair shielded cable UFTP or FUTP in PVC

Conduit sheath type low smoke zero halogen (LSZH) with

transmission properties amp electrical properties tested

minimum up to 500MHz amp verified by ETL amp comply with

ANSITIAEIA‐568‐C2 amp ISOIEC 11801 Recommended make

Commscope Schneider Molex Siemon

5 bull Patch Panel Supply installation testing and commissioning

of CAT6A PatchJack Panel of 24 Port fully loaded in Network

rack with port identification number with self‐adhesive clear

label holder Each portjack on the panel should be

individually removable on field from the panel and have

integrated rear cable management metallic shelf and have a

separate provision of grounding Recommended make

Commscope Schneider Molex Siemon

6 bull Patch Cords (1 meter) Supply installation testing and

commissioning of Patch Cords Cat 6A shielded 1 meter in

Network rack with 4 pair shielded copper wire factory pre

terminated with shielded RJ45 plugs Aluminumpolyester

Tender No SCLPS52019E0156401 50

shield screen material with low smoke Zero halogen sheath

comply to TIA‐568‐C2 Cat 6A in IOs of Network

RackRecommended make Commscope Schneider Molex

Siemon

7 bull Patch Cords (3 meter) Supply installation testing and

commissioning of Patch Cords Cat 6A shielded 3 meter in

Network rack with 4 pair shielded copper wire factory pre

terminated with shielded RJ45 plugs Aluminumpolyester

shield screen material with low smoke Zero halogen sheath

comply to TIA‐568‐C2 Cat 6A at field side Recommended

make Commscope Schneider Molex Siemon

8 bull Information outlet Supply and installation of Shielded Cat

6A information outlet UFTP or FUTP compliance to category

6A or better TIA568C2‐500MHz at field sideRecommended

make Commscope Schneider Molex Siemon

9 bull Face Plate (Dual) Supply and installation of single gang

square face plate (Dual) and SMB Box with a provision to

support variety of jacks‐ UTP STP etc at the field

sideRecommended make Commscope Schneider Molex

SiemonbullFace plate (single) Supply and installation of square

face plate ( single) with a provision to support variety of jacks‐

UTP STP etc at the field sideRecommended make

Commscope Schneider Molex Siemon

10 bull SMB Box Supply and installation of SMB Box for face plate

(DualSingle) as required Recommended make Commscope

Schneider Molex Siemon

11 bull Other Accessories amp61607Supply and Installation of

25mm electrical grade ISI mark PVC Conduit in

wallfloorslabsurface including wallfloor cutting and

making good the same as required Recommended make

Reputed ISI Markamp61607Supply and installation of OFC SM

Tender No SCLPS52019E0156401 51

OS2 Cable in existing 32mm HDPE pipe as

requiredamp61607Supply and Laying of 32mm HDPE pipe

direct in ground including excavation sand cushioning

protective covering and refilling the trench including standard

cable route marker etc as requiredamp61607Supply and

installation of SC simplex single‐mode LSZH pigtail 1m as

requiredamp61607Supply and installation of adaptor plate

with 3 SC duplex SM adaptors as requiredamp61607Splicing of

OFC as per Core as requiredamp61607Supply and installation

of accessories for making the Chamber Pit‐ 1Mtr Depth with

Lid for housing OFC as requiredamp61607Trenching of

HardSoft Soil as required

12 B Paging The scope includes supply installation testing and

commissioning of Supply and installation of IP 65 or better

explosion proofWP loud speaker anticorrosive powder

coated red (RAL‐3000) suitable for Zone I amp II Class II C

Hardware SS304 as per IS2148 and equivalent to model FLSR

25 of Baliga with necessary support gland as required and

installing the same on wallsurface with GI supports as

required and connecting the same with wire The Scope also

includes supply and installation of 2Cx15mm2 FRLS armored

and PVC sheath twisted pair wire their termination tagging

glanding earthing etc as required for speakers and other

accessories requires for smooth commissioning of the paging

system

Vendor Specificied Terms

Description Vendor Terms

Tender No SCLPS52019E0156401 52

1Delivery Term

Prices shall be quoted on F O R destination basis ie S C L S A S Nagar Mohali

Punjab exclusive of GST and taxes as may be applicable

2 GST

Purchaser is entitled to concessional GST of 5 as per Ministry of Finance

Department of Revenue Notification No 472017 Integrated Tax (Rate) both

dated 14th November 2017 respectively and would accordingly issue Exemption

Certificate in favour of the contractor quoting in Indian Rupees The bidder

should take note of the same while quoting the prices in Indian Rupees GST on

installation services shall be applicable 18

3 DELIVERY SCHEDULEPERIOD OF COMPLETION

The time allowed for supply installation testing and commissioning of the entire

works shall be 06 (Six) months to be reckoned form the 7th day of issue of

purchase order

4 IMPORTANT

This being a two part Tender Technical and Commercial parts separate the

bidder should not attach any document(s) containing pricing information with

technical part The Contractor will provide Un priced commercial offer in

envelope 1 (Technical Part) as an attachment

The tenders containing price information in Technical Part will be treated as

unsolicited offers and rejected Contractor to confirm that Price bid is not

attached in Envelope 1 ie Technical Part

Priced Commercial offer if any should be attached in Envelope 2 (Price Bid)

under Supporting Documents from Vendor (Commercial) as an attachment

5 The prices shall remain firm until completion of entire project including

extended period if any No cost escalation shall be applicable for the work

Tender No SCLPS52019E0156401 53

6 SECURITY DEPOSIT

a) On acceptance of the tender the Contractor shall submit security deposit for

ten percent (10 percent) of the value of the Contract within 15 days from the

date of purchase order If the Contractor fails toprovide the security within the

period specified such failure shall constitute a breach of the Contract and the

Purchaser shall be entitled to make other arrangements for the re purchase of

the stores contracted at the cost and risk of the Contractor

b) Security Deposit shall be submitted through Demand Draft Bankers Cheque

fixed deposit receipt or Bank Guarantee from any of the Scheduled Banks

executed on nonjudicial stamp paper of appropriate value and shall be valid for

a period of sixty (60) days beyond the date for completion of the Purchase

OrderContract

c) In case the contractor fails to furnish the security deposit within the specified

date or extended due date the Purchase OrderContract shall be cancelled and

in addition appropriate penal action may also be considered

d) After the Purchase OrderContract is successfully executed in all respects the

Bank Guarantee towards Security Deposit may be discharged and retained

amount shall be refunded to vendors

e) In the event of non execution of the Purchase orderContract or breach of any

terms and conditions of the Purchase Order the Security Deposit shall be

forfeited

7 Warranty

The Contractor shall provide for the tendered job comprehensive warranty for

parts as well as labour for a period of 12 months from the date of successful

installation commissioning and testing of the system at Purchasers site at no

extra charges against any manufacturing defectfaulty workmanship In case any

defect arises during warranty period the Contractor should replacerectify the

same at its own cost at siteworks

The LED light fittings and its driver unit etc shall have warranty for a period of 5

Tender No SCLPS52019E0156401 54

years from the date of installation and commissioning

8 Warranty Replacements

All replacement parts if any shall be supplied by the Contractor free of cost on F

O R Purchaser site at S A S Nagar Punjab basis

9 TERMS OF PAYMENT

The payment shall be remitted as under

90 of the value of the materials supplied shall be paid within 30 days of the

receipt of the materials at purchaser site and the balance 10 amount along

with 100 installation charges shall be payable on successful installation

commissioning and acceptance of the entire project at Purchasers site against a

Performance Bank Guarantee

10 PERFORMANCE BANK GUARANTEE (PBG)

The Contractor shall furnish a Bank Guarantee (as per format given by purchaser)

from any nationalized scheduled bank for an amount equivalent to 10 of the

value of the Contract and shall be valid for a period of 60 days beyond the expiry

date of warranty period On the performance and completion of the Contract in

all respects the Bank Guarantee will be returned to the Contractor without any

interest

11 VALIDITY

The tender must be valid for a minimum period of 120 days from the date of

opening of Technical bid and 90 days after opening of Price bid

The tender where the validity period is shorter than the period specified in the

tender enquiry shall be excluded from the procurement process

12 Quantity Variation

The quantities indicated against each items in the Bill of Quantities (BOQ) are

indicative and are for the purpose of bidding only Variation in quantities up to

Tender No SCLPS52019E0156401 55

+25 percent shall be carried out by the contractor on the agreedPurchase order

(PO) rates and terms amp conditions as in the purchase order (PO)

13 GUARANTEED TIME DELIVERY

The time for and the date of delivery stipulated in the Purchase Order shall be

deemed to be the essence of the Contract Delivery must be completed within

the date specified therein

14 Extra Items

In case of extra items (that are completely new and are in addition to the items

contained in the contract) the contractor may claim rates supported by proper

analysis and purchaser engineer in charge of the work shall after giving

consideration to the analysis of the rates submitted by the contractor determine

the rates on the basis of market rates and the contractor shall be paid in

accordance with the rates so determined The contractor(s) profit amp OH shall be

factored in the rate analysis 15

15 CONSIGNEE

Sr Purchase and Stores Officer (Stores)

Semi Conductor Laboratory

Sector 72 SAS Nagar (Mohali) Punjab

India 160 071

16 INSTALLATION AND COMMISSIONING

Installation commissioning and demonstration of performance of the tendered

stores as per Purchaser tendered specifications shall be carried out by the

Contractor at Purchaser site at S A S Nagar Punjab India

The Contractor shall provide in advance guidelines for preparation of the

installation site and list of items to be supplied by Purchaser during installation

Tender No SCLPS52019E0156401 56

On receipt of intimation from the Purchaser the Contractor shall depute its

engineer(s) to Purchaser site within two weeks to carry out installation and

commissioning and will demonstrate the functionality of the tendered

equipment to Purchaser specifications as per mutually agreed acceptance

procedure The Contractor shall be responsible for any lossdamages sustained

due to delay on the part of the Contractor to send its engineer for installation

and commissioning

Failure to commission the tendered equipment successfully shall entitle

Purchaser to full refund of the payment made and the interest thereon Decision

regarding successful installation and commissioning shall rest solely with the

Purchaser

17 REJECTION

In the event that any of the stores supplied by the Contractor is found defective

in material or workmanship or otherwise not in conformity with the

requirements of the Contract specifications the purchaser shall either reject the

stores or request the Contractor in writing to rectify the same The Contractor

on receipt of such notification shall either rectify or replace the defective stores

free of cost to the purchaser If the Contractor fails to do so the purchaser may

at his option either

a) replace or rectify such defective stores and recover the extra cost so involved

from the Contractor or

b) terminate the Contract for default as provided in this tender document

18 EXTENSION OF TIME

If the completion of supply of stores is delayed due to reason of force majeure

such as acts of god acts of public enemy acts of Government fires floods

epidemics quarantine restriction strikes freight embargoes etc the

Contractor shall give notice within 15 days to the purchaser in writing of his

claim for an extension of time The purchaser on receipt of such notice after

verification if necessary may agree to extend the Contract delivery date as may

Tender No SCLPS52019E0156401 57

be reasonable but without prejudice to other terms and conditions of the

Contract

19 DELAY IN COMPLETIONLIQUIDATED DAMAGES

If the Contractor fails to deliver the stores within the time specified in the

Contract or any extension thereof the purchaser shall recover from the

Contractor as liquidated damages a sum of one half of one percent (05 percent)

of the Contract price of the undelivered stores for each calendar week of delay

The total liquidated damages shall not exceed ten percent (10 percent) of the

Contract price of the unit or units so delayed Stores will be deemed to have

been delivered only when all their component parts are also delivered If certain

components are not delivered in time the stores will be considered as delayed

until such time as the missing parts are delivered Delivery of stores shall be

complete on Installation commissioning Testing and Acceptance

20 INSPECTION AND ACCEPTANCE TEST

The Purchasers representatives shall also be entitled at all reasonable times

during manufacture to inspect examine and test on the Contractors premises

the material and workmanship of all stores to be supplied under this Contract

and if part of the said stores is being manufactured on other premises the

Contractor shall obtain for the purchasers representative permission to inspect

examine and test as if the equipment were being manufactured on the

Contractors premises

Such inspection examination and testing shall not release the Contractor from

the obligations under this Contract

For tests on the premises of the Contractor or of any of his sub Contractors the

Contractor shall provide free of cost assistance labour material electricity fuel

and instruments as may be required or as may be reasonably needed by the

purchasers representative to carry out the tests efficiently

When the stores have passed the specified test the purchaser representative

shall furnish a certificate to the effect in writing to the Contractor The

Tender No SCLPS52019E0156401 58

Contractor shall provide copies of the tests certificates to the purchaser as may

be required

21 Labour Law Contractor shall abide by all labour laws rules and regulations

which are prevailing and as enforced from time to time and SCL shall not be

responsible for any accident or mishap during the course of the contract to any

of engineer labour employee by the Contractor The contractor shall also ensure

that the statutory obligations with regards to the employment of labour under

law are complied properly and timely

22 ARBITRATION

In the event of any disputes differences or claims arising out of or relating to

the interpretation and application of the Contract such disputes or differences

or claims shall be settled amicably by mutual consultations of the good Offices

of the respective Parties and recognizing their mutual interests attempt to reach

a solution satisfactory to both the parties If such a resolution is not possible

within 30 days from the date of receipt of written notice of the existence of such

disputes then the unresolved disputes or differences or claims shall be

referred to the Sole Arbitrator appointed by the Parties by mutual consent in

accordance with the rules and procedures of Arbitration and Conciliation Act

1996 as amended from time to time The arbitration shall be conducted in New

Delhi in the Arbitration and Conciliation Centre New Delhi (Domestic and

International) as per its rules and regulations The expenses for the Arbitration

shall be shared equally or as may be determined by the Arbitrator The

considered and written decision of the Arbitrator shall be final and binding

between the Parties The applicable language for Arbitration shall be English

only Work under the Contract shall be continued by the CONTRACTOR during

the pendency of arbitration proceedings without prejudice to a final adjustment

in accordance with the decision of the Arbitrator unless otherwise directed in

writing by the DEPARTMENT or unless the matter is such that the works cannot

be possibly continued until the decision (whether final or interim) of the

Arbitrator is obtained

23 APPLICABLE LAWS The contract shall be interpreted construed and

Tender No SCLPS52019E0156401 59

governed by laws of IndiaThe contract shall be subject to exclusive Jurisdiction

of the Court of SAS Nagar (Mohali) Punjab India irrespective of anything

mentioned in any correspondences or otherwise

24 Any Other Term

Tender No SCLPS52019E0156401 60

Supporting Documents from Vendor

Attachment ‐ I

Attachment ‐ II

Price Bid Form

Item Description Slab Range Qty UOM Currency Unit Price Total Price

Supply of MCC Panels cables

cable trays lightings etc for

electrical distribution system

including fire detection

system LAN Paging etc for

the Chemical Store building as

per detailed specifications

technical write‐updrawings

attached

‐ 1 Lot ‐ ‐ ‐

Installation Testing and

Commissioning of MCC

Panels cables cable trays

lightings etc for electrical

distribution system including

fire detection system LAN

Paging etc for the Chemical

Store building as per detailed

specifications technical write‐

updrawings attached

‐ 1 Lot ‐ ‐ ‐

Tender No SCLPS52019E0156401 61

Break‐up of other taxes and other costs should be specified in respective narration columns

Sum of these Break‐up values should be specified in respective value columns

Supporting Documents from Vendor (Commercial)

Document attachment with price bid

Attachment ‐ I

Attachment ‐ II

  • pdf_document_tndr_notc_electrical_distribution_system_051119
  • pdf_document_tndr_doc_electrical_distribution_system_051119
Page 41: -72, -160071 चंडीगढ़ के समीप पंजाब भारत...स म -क डक टर ल ब र टर /Semi-Conductor Laboratory अ त रक ष वभ

Tender No SCLPS52019E0156401 40

provided for each compartment and also at the top of each

panel Nameplate shall be minimum 20x70mm and 3mm

thickbDrawing Pouch shall be provided at the incomer cable

allay

19 PaintingPanel shall be painted with light grey epoxy painted

(Siemens Gray RAL 7032) and caution notice plate shall be

fixed at the back of each vertical panel

20 Make of Switchgears aMCCBSiemensSchneiderbPush

button SiemensSchneider TekniccSelector

SwitchSiemensSchneider Teknic

dFuseSchneiderSiemenseTimerSiemensSchneiderfContro

l TransformerAEIMPIndcoilgTerminal

BlockElmexConnectwellFTChMeters Conzerv LampT

AEiCTs amp PTsKappaAutomatic

Electric(AE)NippenjContactorsSchneiderSiemenskIndicatio

ns SiemensSchneider

TekniclRelaysSchneiderSiemensPLAmMCBSchneiderSiem

ensnCooling Fan

RexnordSunonoVFDsAllen bradlypThyristor moduleDYDAC

qRCBOSiemensSchneiderrMCB

DBSiemensABBLegrandsLine reactorchokeAllen

BradleytCapacitor BankNeptune Schneider Siemens

21 Local Push Button Station (LPBS)The Scope includes supply

and installation of LPBS for Chiller Pumps AHUs Heaters as

per the BOQ and detailed specification given below aLPBS

shall be indoor metal clad air insulated wallAngle frame

mounted as required single front construction front wired

front connected hinged lockable door LPBS for Chiller Pumps

system shall be suitable for outdoor installationbMinimum

thickness of sheet metal used shall be 2 mm and panel shall

conform to IP54 protection for indoor installation and IP65 for

outdoor type LPBScAll switches push buttons with indicating

Tender No SCLPS52019E0156401 41

LED lamps indicating instruments shall be flush

mounteddThe LPBS shall be used for remote operation of

drives Equipment and HeaterseTo facilitate the localremote

operation LPBS shall have LocalRemote selector switch and

provided with Start push button lockable Stop push button

ammeter of suitable range Terminal Block and lockable

Emergency off Switch etc fLPBS shall be equipped with AC

(230V)DC (24V) Relays Contactors etc for seamless interface

of the operation of Drives from FCMS (PLC)gLPBS should be

suitable for wall mounting and provided with necessary

mounting arrangementhWiring shall be done with flexible

25sqmm copper 650V grade PVC insulated switchboard

wires Each wire shall be identified at both ends with

permanent markers bearing wire numbers as per wiring

diagramiWire termination shall be done with crimping type

connector with insulating sleevejGland plate shall be

minimum 3 mm thickkThe nameplate of approved design

shall be provided for each compartment and also at the top of

each panel Nameplate shall be minimum 20x70mm and 3mm

thicklLPBS shall be painted with light grey epoxy painted

(Siemens Gray RAL 7032)

22 Make of Electrical panel As per DOS Approved Panel

manufacturer list (attached)

TECHNICAL SPECIFICATION‐3

Item Specifications ‐III

Sl No Specifications Compliance

(Yes No)

Offered Specifications Remarks

Tender No SCLPS52019E0156401 42

1 Fire Detection System Scope for fire detection system

includes supply installation testing commissioning of Fire

panel Addressable Fire detection devices Manual Call Points

Addressable loop sounders Switch Monitoring unit (SMU) UV

IR sensor for detection of methanol flame Cable MS junction

boxes for loop in loop out of cable as per specifications and

integrating the same with existing repeater panel as per the

requirement The detailed specifications for the different

component of fire deduction system are as follows

2 A Multi‐sensor Detectors The smoke detectors shall be multi‐

sensor (heat and smoke) detector with isolator suitable for

detecting a wide range of smoke from slow smoldering and

fast flaming fire The detector shall have following features

bullSolid state addressing arrangement in combination with a

hand held programmer to configure the sensor

addressbullElectronics free mounting basebullTwin alarm LEDs for

360 Degree viewing and shall have blinking LED facilitybullThe

sensor shall have s removable chamber for ease of cleaning or

replacementbullAutomatic compensation for smoke sensor

contaminationbullShall have a built in test facility which allows

the fire alarm control panel to adjust the alarm threshold

levels to compensate for contamination and shall have a

maintenance alarm display when threshold can no longer be

adjustedbullOperating temperature ‐ 10 DegC to 50 DegC and

operating RH at 40 DegC‐95 RH

3 B Manual call stations Manual Call Stations should have in

built monitor module and pressbreak and resettable

capability constructed of high impact LEXAN sheet with clearly

visible operating instructions on the cover and the word FIRE

shall appear on front and suitable for surface mountingflush

mounting complete as required

Tender No SCLPS52019E0156401 43

4 C UV IR SensorThe UV‐IR flame detector shall operate on 24

VDC 0‐24mA current output suitable for detection of

Methanol flame with automatic built in test for reliable

operations and suitable for installation in Hazardous area zone

1and 2 with Class I Division 12 Gas group A B C The detector

shall not be susceptible to environmental conditions to

generate false alarms The entire system shall be rated for IP

66 or better and supplied with suitable mounting bracket The

system shall comply to the detailed specifications as listed

belowbullDetection Technology UV ‐ IR Electro‐optical

detectionbullDetection range 75 meterbullField of View greater

than equal to 90deg Both Horizontal and verticalbullResponse

Time less than equal to 5 secondsbullBuilt in Test Automatic

bullOperating Temperature Range 0 to + 75degCbullOperating

Humidity Range Continuous 95 non‐condensingbullAnalog

Output signal 4‐20mAbullAlarms amp Fault Normal 4 mA Fault

02 mA Alarm 20 mA + 10 verifiedbullOperating voltage 24

VDC ( 18‐32VDC)bullPower consumption Vendor to specify for

Standby and Alarm conditionbullSensor Calibration

Verification Sensor calibration as per OEM for certified

performancebullSensor Life 2 Years (minimum)bullSensor

Calibration vendor to carry out sensor calibration at site and

submit calibration certificate valid for one yearbullRFI EMI

SusceptibilitybullRequired EN 616326‐3 and EN 6100006‐3 or

equivalent IP protectionbullIP protection IP 66 or betterbullFault

Diagnostic Sensor Fault (end of life) other informationbullSelf‐

Check Test Automatic during start‐upbullHousing SS 316

Epoxy Painted Aluminium die castbullStart‐up Time Vendor to

specifybullApprovalcertification PESO and ATEX ‐ Ex d IIC C

Class 1 Div 12 Group A B C DNote Vendor shall arrange

the 230V AC to 24V DC Power supply module along with half

an hour Battery Back up in MS powder coated Enclosure

Input Power supply (230V AC) for Power Supply module shall

Tender No SCLPS52019E0156401 44

be provided by SCL

5 D SMU Unit for UV IR sensor Supply installation testing and

commissioning of Switch Monitoring Unit (SMU) to configure

the UV IR sensors with fire detection system as requiredE

SoundersAddressable Sounders shall be loop powered with

all fixing materials complete as required The sound level shall

be 100dB (A)

6 F Fire Alarm Control Panel (FACP) bullFACP shall be of 2

loopsbullFACP shall be suitable for 230V 50 Hz AC supply and

detectors shall be powered using FACP based detection

circuits Devices shall receive power and communication from

the same pair of conductorsbullFACP shall provide for resetting

detectors fault isolation and sensor loop operationbullFACP

shall be suitable for mixing different fire devices and beam

smoke detectors within the same loop to optimize field

wiringbullFACP shall have alarm indication of individual sensors

detector trouble alarm indication for dust accumulation The

panel shall check detector once in every 24 hours for

contamination for this purposebullThe FACP shall regularly

supervise all the sensors and devices on the loop and initiate

fire or trouble alarm whenever requiredbullFACP shall have 2

wire circuits to connect minimum of 126 addressable devices

per loopbullFACP shall be with repeater interface and suitable

24V battery with built in software and 2 x 40 character

alphanumeric LCD display and necessary front panel control

keys FACP shall display the date time and description for

Analog sensors to indicate alarms and trouble

situationsbullFACP switches shall allow authorized personnel to

accomplish the following ‐bullInitiate a general alarm

conditionbullSilence the local audiblebullSilence the alarm

signalsbullReset all zonespointsbullFACP shall have walk test

facilitybullShall have facility for programming from the key

board or utilizing PC set up software via laptopdesk top

Tender No SCLPS52019E0156401 45

computerbullShall have memory data for panel configuration

and operation reside in non‐volatile memory (EPROM)bullFACP

shall have facility for speech processor (to record pre‐

recorded message of 20 S) and also have Auto Dialer facility

(can dial up to 8 different lines)bullAll addressable units shall be

connected to the FACP through the loop cards and shall be

addressed though individualized numbers The FACP shall be

able to obtain analog value for all detectors in the circuit

through a pulsed digitized current data The FACP shall be

able to analyze all analog inputs from all addressable units

and though its own software and ambient level screening the

FACP shall be able to identify fire possible fire or fault

conditions The unit supervision shall be dynamic and

continuousbullThe FACP shall itself have all loop cards in it No

isolated mother board or transponder shall be

consideredbullShortopen circuit units shall also be reported at

the FACP in such cases the system through the use of fault

isolators shall be able to isolate that segment between the

two fault isolators The missing DetectorsDevices shall also

be reported to the FACP with identification of the

locationbullThe FACP shall have the facility to set smoke sensor

sensitivity remotely to either high sensitivity manually or on a

pre‐programmed sequence (Ie DayNight) period When an

alarm condition is sensed at the FACP from a smoke or heat

detector a delay timealarm verification period shall be

started If the sensor is still in alarm after the delay time

expired an alarm condition is reported The delay time shall

be adjustable from 0 to 990 secondsbullThe FACP shall have

either an in‐built or external printer coupled to the FACP

which shall log all events with time The printout shall clearly

indicate the event‐FirePre‐AlarmFault etc with the unit

address and timebullThe FACP shall also be able to discriminate

between false alarms and fire conditions as well as priority

selection of alarm in case alarm activities in two or more

Tender No SCLPS52019E0156401 46

remotely located units simultaneously In such cases the

Manual Call stations shall have the highest prioritybullThe FACP

shall also be able to actuate switches automatically in case of

Fire condition of AHUs and power supply or other system such

as piped pressurized gas supplybullThe system shall be fail safe

and adequate safe guards should be under taken that in the

event of a failure of a part of the system it shall not handicap

the complete system The loop cards shall be of Modular

constructionbullThe FACP shall have its own battery backup of a

minimum of 48 hours in normal run and then half an hour in

alarm condition The backup time calculation shall be done as

per TAC standards The Battery shall be 2 x 12V (24V) DC and

of sealed maintenance free type housed inside the FACPbullIt

shall be able to withstand temperature variations from 0

Degree Centigrade to 55 Degree Centigrade Further Relative

Humidity (non‐condensing type) up to 93 shall not hamper

its performance The voltage rating shall be from 17V DC to

31V DC though the voltage may be change depending upon

the working voltages of a proprietary FACPbullThe FACP shall be

totally enclosed dust and vermin proof type made of

minimum 16‐gauge dust inhibited sheet with even baked

finish The FACP shall be of completely solid state designbullThe

logic circuitry shall be based on high noise immunity solid‐

state hardware employing modular construction Logic cards

shall be of epoxy fiber glass constructionbullThe FACP shall have

EN 54ULFM approvalbullThe panel shall have an extra loop

card to serve as standby in case of burnout or malfunctioning

of any operating loop cardsbullThe FACP shall be capable of

being networked (future expansion) with other similar FACPs

located at different locations of SCL premises through a single

RS 485 busbullThe FACP shall have provision for interfacing with

the Public Address System

7 G Repeater panelScope comprises of supply and installation

Tender No SCLPS52019E0156401 47

of Repeater Panel which display fire fault message

simultaneously with the FACP bullIt shall be capable of

interfacing with the FACP on a single RS 485 Bus bullThe panel

shall be capable of operating on 24V DC supplybullThe

independent 24V DC supply source to be installed in MS

cubicle Box duly powder coated paint along with repeater

panelbullThe panel shall have 2 x 40‐character backlit display

which shall display date time and description of alarm

trouble events are that displayed in the panel shall be

powered from the FACPbullIt shall have control keys for sound

silence mute and to reset the FACP from the repeater

stationsbullThe repeater panel shall have the following LEDs

indicationsbullSupply bullFault bullMute bullSilent bullDisabled

bullFire

8 H Fire CableSupply and installation of 2Cx15mm2 Copper

extruded PVC inner sheath armored and overall FRLS PVC

outer sheathed 11 KV grade as per IS 7098 (Part I bearing ISI

certification) on existing cable traywallsoft soilhard soil as

required

9 I Fire Cable terminationSupplying and making end

termination with brass compression gland and copper lugs for

2Cx15mm2 Copper cable in MS Box of Size 4X4 installed

above the false ceilingwallsurface as required

10 J Junction Box for Fire devicesSupply installation testing and

commissioning of MS painted box Size 4X4 with ELMEX type

terminal block for loop in loop out of 2c x15 sq mm copper

armored cable and connection to the fire detector device on

wallsurfacerecess including wall cutting and providing

necessary hardware for mounting fixing including all

material for fixing as required

Tender No SCLPS52019E0156401 48

TECHNICAL SPECIFICATION‐4

Item Specifications ‐IV

Sl No Specifications Compliance

(Yes No)

Offered Specifications Remarks

1 A NetworksLAN The detailed specification for the network

rack switch cable cords IOs face plates etc and the

required accessories shall be as below CAT 6A or better cable

shall be laid in the PVC Conduit The detailed specifications

for the different component of networksLAN are as follows

2 bull Rack Supply installation testing and commissioning of UL

listed modular type 12U network rack with front glass door

and rear perforated door floor mounted Size 550x550 with

1 No of 5 port Octagonal PDU 515Amp with MCB and Fan

Tray with minimum 2 Fans The rack should have provision of

2 nos of cable manager duct type 1U and 2 vertical manager‐

concealed type Rack should be three sides openable with

front glass door and rear perforated door and provision of

cable entry from top and bottom both with proper earthing

kit as requiredRecommended Make Rittal Netrack

Schneider Valrack

3 bull Network Switch Supply amp installation of Network Switch in

Network Rack with the following specification as belowSwitch

shall haveamp61607Port Density Minimum 8 101001000

BaseT Ports amp 4‐1G SFP Ports ready for use with SFP module

Ports shall support PoE on all ports with PoE budget of

180Wamp61607Architecture Stand‐alone rack

mountableamp61607Bandwidth minimum 56Gbps of

switching bandwidth to support above listed ports in non‐

blocking configurationamp61607StackableScable support for

Tender No SCLPS52019E0156401 49

stacking multiple switchesamp61607Stacking backplane

bandwidth Access switch shall have additional port(s) for

providing minimum 40 Gbps stacking bandwidthamp61607L2

Features 8021x authentication spanning tree

etcamp61607Networkjflowsflow or equivalent provision for

Networkjflowsflow or equivalent supportamp61607Network

Management support Network Management through

command line interface (CLI) SNMP v1 v2c v3

httpsamp61607IPv6 Readiness IPv6 Readiness from day

1amp61607RegulatorySafety confirming to UL60950 amp

EN60950amp61607EALNIAP certified Model No shall be EAL

or NIAPNDPP certifiedRecommended Make Cisco Juniper

HP Brocade dell

4 bull CAT 6A Cable Supply and installationlaying of category 6A

or better 4 pair shielded cable UFTP or FUTP in PVC

Conduit sheath type low smoke zero halogen (LSZH) with

transmission properties amp electrical properties tested

minimum up to 500MHz amp verified by ETL amp comply with

ANSITIAEIA‐568‐C2 amp ISOIEC 11801 Recommended make

Commscope Schneider Molex Siemon

5 bull Patch Panel Supply installation testing and commissioning

of CAT6A PatchJack Panel of 24 Port fully loaded in Network

rack with port identification number with self‐adhesive clear

label holder Each portjack on the panel should be

individually removable on field from the panel and have

integrated rear cable management metallic shelf and have a

separate provision of grounding Recommended make

Commscope Schneider Molex Siemon

6 bull Patch Cords (1 meter) Supply installation testing and

commissioning of Patch Cords Cat 6A shielded 1 meter in

Network rack with 4 pair shielded copper wire factory pre

terminated with shielded RJ45 plugs Aluminumpolyester

Tender No SCLPS52019E0156401 50

shield screen material with low smoke Zero halogen sheath

comply to TIA‐568‐C2 Cat 6A in IOs of Network

RackRecommended make Commscope Schneider Molex

Siemon

7 bull Patch Cords (3 meter) Supply installation testing and

commissioning of Patch Cords Cat 6A shielded 3 meter in

Network rack with 4 pair shielded copper wire factory pre

terminated with shielded RJ45 plugs Aluminumpolyester

shield screen material with low smoke Zero halogen sheath

comply to TIA‐568‐C2 Cat 6A at field side Recommended

make Commscope Schneider Molex Siemon

8 bull Information outlet Supply and installation of Shielded Cat

6A information outlet UFTP or FUTP compliance to category

6A or better TIA568C2‐500MHz at field sideRecommended

make Commscope Schneider Molex Siemon

9 bull Face Plate (Dual) Supply and installation of single gang

square face plate (Dual) and SMB Box with a provision to

support variety of jacks‐ UTP STP etc at the field

sideRecommended make Commscope Schneider Molex

SiemonbullFace plate (single) Supply and installation of square

face plate ( single) with a provision to support variety of jacks‐

UTP STP etc at the field sideRecommended make

Commscope Schneider Molex Siemon

10 bull SMB Box Supply and installation of SMB Box for face plate

(DualSingle) as required Recommended make Commscope

Schneider Molex Siemon

11 bull Other Accessories amp61607Supply and Installation of

25mm electrical grade ISI mark PVC Conduit in

wallfloorslabsurface including wallfloor cutting and

making good the same as required Recommended make

Reputed ISI Markamp61607Supply and installation of OFC SM

Tender No SCLPS52019E0156401 51

OS2 Cable in existing 32mm HDPE pipe as

requiredamp61607Supply and Laying of 32mm HDPE pipe

direct in ground including excavation sand cushioning

protective covering and refilling the trench including standard

cable route marker etc as requiredamp61607Supply and

installation of SC simplex single‐mode LSZH pigtail 1m as

requiredamp61607Supply and installation of adaptor plate

with 3 SC duplex SM adaptors as requiredamp61607Splicing of

OFC as per Core as requiredamp61607Supply and installation

of accessories for making the Chamber Pit‐ 1Mtr Depth with

Lid for housing OFC as requiredamp61607Trenching of

HardSoft Soil as required

12 B Paging The scope includes supply installation testing and

commissioning of Supply and installation of IP 65 or better

explosion proofWP loud speaker anticorrosive powder

coated red (RAL‐3000) suitable for Zone I amp II Class II C

Hardware SS304 as per IS2148 and equivalent to model FLSR

25 of Baliga with necessary support gland as required and

installing the same on wallsurface with GI supports as

required and connecting the same with wire The Scope also

includes supply and installation of 2Cx15mm2 FRLS armored

and PVC sheath twisted pair wire their termination tagging

glanding earthing etc as required for speakers and other

accessories requires for smooth commissioning of the paging

system

Vendor Specificied Terms

Description Vendor Terms

Tender No SCLPS52019E0156401 52

1Delivery Term

Prices shall be quoted on F O R destination basis ie S C L S A S Nagar Mohali

Punjab exclusive of GST and taxes as may be applicable

2 GST

Purchaser is entitled to concessional GST of 5 as per Ministry of Finance

Department of Revenue Notification No 472017 Integrated Tax (Rate) both

dated 14th November 2017 respectively and would accordingly issue Exemption

Certificate in favour of the contractor quoting in Indian Rupees The bidder

should take note of the same while quoting the prices in Indian Rupees GST on

installation services shall be applicable 18

3 DELIVERY SCHEDULEPERIOD OF COMPLETION

The time allowed for supply installation testing and commissioning of the entire

works shall be 06 (Six) months to be reckoned form the 7th day of issue of

purchase order

4 IMPORTANT

This being a two part Tender Technical and Commercial parts separate the

bidder should not attach any document(s) containing pricing information with

technical part The Contractor will provide Un priced commercial offer in

envelope 1 (Technical Part) as an attachment

The tenders containing price information in Technical Part will be treated as

unsolicited offers and rejected Contractor to confirm that Price bid is not

attached in Envelope 1 ie Technical Part

Priced Commercial offer if any should be attached in Envelope 2 (Price Bid)

under Supporting Documents from Vendor (Commercial) as an attachment

5 The prices shall remain firm until completion of entire project including

extended period if any No cost escalation shall be applicable for the work

Tender No SCLPS52019E0156401 53

6 SECURITY DEPOSIT

a) On acceptance of the tender the Contractor shall submit security deposit for

ten percent (10 percent) of the value of the Contract within 15 days from the

date of purchase order If the Contractor fails toprovide the security within the

period specified such failure shall constitute a breach of the Contract and the

Purchaser shall be entitled to make other arrangements for the re purchase of

the stores contracted at the cost and risk of the Contractor

b) Security Deposit shall be submitted through Demand Draft Bankers Cheque

fixed deposit receipt or Bank Guarantee from any of the Scheduled Banks

executed on nonjudicial stamp paper of appropriate value and shall be valid for

a period of sixty (60) days beyond the date for completion of the Purchase

OrderContract

c) In case the contractor fails to furnish the security deposit within the specified

date or extended due date the Purchase OrderContract shall be cancelled and

in addition appropriate penal action may also be considered

d) After the Purchase OrderContract is successfully executed in all respects the

Bank Guarantee towards Security Deposit may be discharged and retained

amount shall be refunded to vendors

e) In the event of non execution of the Purchase orderContract or breach of any

terms and conditions of the Purchase Order the Security Deposit shall be

forfeited

7 Warranty

The Contractor shall provide for the tendered job comprehensive warranty for

parts as well as labour for a period of 12 months from the date of successful

installation commissioning and testing of the system at Purchasers site at no

extra charges against any manufacturing defectfaulty workmanship In case any

defect arises during warranty period the Contractor should replacerectify the

same at its own cost at siteworks

The LED light fittings and its driver unit etc shall have warranty for a period of 5

Tender No SCLPS52019E0156401 54

years from the date of installation and commissioning

8 Warranty Replacements

All replacement parts if any shall be supplied by the Contractor free of cost on F

O R Purchaser site at S A S Nagar Punjab basis

9 TERMS OF PAYMENT

The payment shall be remitted as under

90 of the value of the materials supplied shall be paid within 30 days of the

receipt of the materials at purchaser site and the balance 10 amount along

with 100 installation charges shall be payable on successful installation

commissioning and acceptance of the entire project at Purchasers site against a

Performance Bank Guarantee

10 PERFORMANCE BANK GUARANTEE (PBG)

The Contractor shall furnish a Bank Guarantee (as per format given by purchaser)

from any nationalized scheduled bank for an amount equivalent to 10 of the

value of the Contract and shall be valid for a period of 60 days beyond the expiry

date of warranty period On the performance and completion of the Contract in

all respects the Bank Guarantee will be returned to the Contractor without any

interest

11 VALIDITY

The tender must be valid for a minimum period of 120 days from the date of

opening of Technical bid and 90 days after opening of Price bid

The tender where the validity period is shorter than the period specified in the

tender enquiry shall be excluded from the procurement process

12 Quantity Variation

The quantities indicated against each items in the Bill of Quantities (BOQ) are

indicative and are for the purpose of bidding only Variation in quantities up to

Tender No SCLPS52019E0156401 55

+25 percent shall be carried out by the contractor on the agreedPurchase order

(PO) rates and terms amp conditions as in the purchase order (PO)

13 GUARANTEED TIME DELIVERY

The time for and the date of delivery stipulated in the Purchase Order shall be

deemed to be the essence of the Contract Delivery must be completed within

the date specified therein

14 Extra Items

In case of extra items (that are completely new and are in addition to the items

contained in the contract) the contractor may claim rates supported by proper

analysis and purchaser engineer in charge of the work shall after giving

consideration to the analysis of the rates submitted by the contractor determine

the rates on the basis of market rates and the contractor shall be paid in

accordance with the rates so determined The contractor(s) profit amp OH shall be

factored in the rate analysis 15

15 CONSIGNEE

Sr Purchase and Stores Officer (Stores)

Semi Conductor Laboratory

Sector 72 SAS Nagar (Mohali) Punjab

India 160 071

16 INSTALLATION AND COMMISSIONING

Installation commissioning and demonstration of performance of the tendered

stores as per Purchaser tendered specifications shall be carried out by the

Contractor at Purchaser site at S A S Nagar Punjab India

The Contractor shall provide in advance guidelines for preparation of the

installation site and list of items to be supplied by Purchaser during installation

Tender No SCLPS52019E0156401 56

On receipt of intimation from the Purchaser the Contractor shall depute its

engineer(s) to Purchaser site within two weeks to carry out installation and

commissioning and will demonstrate the functionality of the tendered

equipment to Purchaser specifications as per mutually agreed acceptance

procedure The Contractor shall be responsible for any lossdamages sustained

due to delay on the part of the Contractor to send its engineer for installation

and commissioning

Failure to commission the tendered equipment successfully shall entitle

Purchaser to full refund of the payment made and the interest thereon Decision

regarding successful installation and commissioning shall rest solely with the

Purchaser

17 REJECTION

In the event that any of the stores supplied by the Contractor is found defective

in material or workmanship or otherwise not in conformity with the

requirements of the Contract specifications the purchaser shall either reject the

stores or request the Contractor in writing to rectify the same The Contractor

on receipt of such notification shall either rectify or replace the defective stores

free of cost to the purchaser If the Contractor fails to do so the purchaser may

at his option either

a) replace or rectify such defective stores and recover the extra cost so involved

from the Contractor or

b) terminate the Contract for default as provided in this tender document

18 EXTENSION OF TIME

If the completion of supply of stores is delayed due to reason of force majeure

such as acts of god acts of public enemy acts of Government fires floods

epidemics quarantine restriction strikes freight embargoes etc the

Contractor shall give notice within 15 days to the purchaser in writing of his

claim for an extension of time The purchaser on receipt of such notice after

verification if necessary may agree to extend the Contract delivery date as may

Tender No SCLPS52019E0156401 57

be reasonable but without prejudice to other terms and conditions of the

Contract

19 DELAY IN COMPLETIONLIQUIDATED DAMAGES

If the Contractor fails to deliver the stores within the time specified in the

Contract or any extension thereof the purchaser shall recover from the

Contractor as liquidated damages a sum of one half of one percent (05 percent)

of the Contract price of the undelivered stores for each calendar week of delay

The total liquidated damages shall not exceed ten percent (10 percent) of the

Contract price of the unit or units so delayed Stores will be deemed to have

been delivered only when all their component parts are also delivered If certain

components are not delivered in time the stores will be considered as delayed

until such time as the missing parts are delivered Delivery of stores shall be

complete on Installation commissioning Testing and Acceptance

20 INSPECTION AND ACCEPTANCE TEST

The Purchasers representatives shall also be entitled at all reasonable times

during manufacture to inspect examine and test on the Contractors premises

the material and workmanship of all stores to be supplied under this Contract

and if part of the said stores is being manufactured on other premises the

Contractor shall obtain for the purchasers representative permission to inspect

examine and test as if the equipment were being manufactured on the

Contractors premises

Such inspection examination and testing shall not release the Contractor from

the obligations under this Contract

For tests on the premises of the Contractor or of any of his sub Contractors the

Contractor shall provide free of cost assistance labour material electricity fuel

and instruments as may be required or as may be reasonably needed by the

purchasers representative to carry out the tests efficiently

When the stores have passed the specified test the purchaser representative

shall furnish a certificate to the effect in writing to the Contractor The

Tender No SCLPS52019E0156401 58

Contractor shall provide copies of the tests certificates to the purchaser as may

be required

21 Labour Law Contractor shall abide by all labour laws rules and regulations

which are prevailing and as enforced from time to time and SCL shall not be

responsible for any accident or mishap during the course of the contract to any

of engineer labour employee by the Contractor The contractor shall also ensure

that the statutory obligations with regards to the employment of labour under

law are complied properly and timely

22 ARBITRATION

In the event of any disputes differences or claims arising out of or relating to

the interpretation and application of the Contract such disputes or differences

or claims shall be settled amicably by mutual consultations of the good Offices

of the respective Parties and recognizing their mutual interests attempt to reach

a solution satisfactory to both the parties If such a resolution is not possible

within 30 days from the date of receipt of written notice of the existence of such

disputes then the unresolved disputes or differences or claims shall be

referred to the Sole Arbitrator appointed by the Parties by mutual consent in

accordance with the rules and procedures of Arbitration and Conciliation Act

1996 as amended from time to time The arbitration shall be conducted in New

Delhi in the Arbitration and Conciliation Centre New Delhi (Domestic and

International) as per its rules and regulations The expenses for the Arbitration

shall be shared equally or as may be determined by the Arbitrator The

considered and written decision of the Arbitrator shall be final and binding

between the Parties The applicable language for Arbitration shall be English

only Work under the Contract shall be continued by the CONTRACTOR during

the pendency of arbitration proceedings without prejudice to a final adjustment

in accordance with the decision of the Arbitrator unless otherwise directed in

writing by the DEPARTMENT or unless the matter is such that the works cannot

be possibly continued until the decision (whether final or interim) of the

Arbitrator is obtained

23 APPLICABLE LAWS The contract shall be interpreted construed and

Tender No SCLPS52019E0156401 59

governed by laws of IndiaThe contract shall be subject to exclusive Jurisdiction

of the Court of SAS Nagar (Mohali) Punjab India irrespective of anything

mentioned in any correspondences or otherwise

24 Any Other Term

Tender No SCLPS52019E0156401 60

Supporting Documents from Vendor

Attachment ‐ I

Attachment ‐ II

Price Bid Form

Item Description Slab Range Qty UOM Currency Unit Price Total Price

Supply of MCC Panels cables

cable trays lightings etc for

electrical distribution system

including fire detection

system LAN Paging etc for

the Chemical Store building as

per detailed specifications

technical write‐updrawings

attached

‐ 1 Lot ‐ ‐ ‐

Installation Testing and

Commissioning of MCC

Panels cables cable trays

lightings etc for electrical

distribution system including

fire detection system LAN

Paging etc for the Chemical

Store building as per detailed

specifications technical write‐

updrawings attached

‐ 1 Lot ‐ ‐ ‐

Tender No SCLPS52019E0156401 61

Break‐up of other taxes and other costs should be specified in respective narration columns

Sum of these Break‐up values should be specified in respective value columns

Supporting Documents from Vendor (Commercial)

Document attachment with price bid

Attachment ‐ I

Attachment ‐ II

  • pdf_document_tndr_notc_electrical_distribution_system_051119
  • pdf_document_tndr_doc_electrical_distribution_system_051119
Page 42: -72, -160071 चंडीगढ़ के समीप पंजाब भारत...स म -क डक टर ल ब र टर /Semi-Conductor Laboratory अ त रक ष वभ

Tender No SCLPS52019E0156401 41

LED lamps indicating instruments shall be flush

mounteddThe LPBS shall be used for remote operation of

drives Equipment and HeaterseTo facilitate the localremote

operation LPBS shall have LocalRemote selector switch and

provided with Start push button lockable Stop push button

ammeter of suitable range Terminal Block and lockable

Emergency off Switch etc fLPBS shall be equipped with AC

(230V)DC (24V) Relays Contactors etc for seamless interface

of the operation of Drives from FCMS (PLC)gLPBS should be

suitable for wall mounting and provided with necessary

mounting arrangementhWiring shall be done with flexible

25sqmm copper 650V grade PVC insulated switchboard

wires Each wire shall be identified at both ends with

permanent markers bearing wire numbers as per wiring

diagramiWire termination shall be done with crimping type

connector with insulating sleevejGland plate shall be

minimum 3 mm thickkThe nameplate of approved design

shall be provided for each compartment and also at the top of

each panel Nameplate shall be minimum 20x70mm and 3mm

thicklLPBS shall be painted with light grey epoxy painted

(Siemens Gray RAL 7032)

22 Make of Electrical panel As per DOS Approved Panel

manufacturer list (attached)

TECHNICAL SPECIFICATION‐3

Item Specifications ‐III

Sl No Specifications Compliance

(Yes No)

Offered Specifications Remarks

Tender No SCLPS52019E0156401 42

1 Fire Detection System Scope for fire detection system

includes supply installation testing commissioning of Fire

panel Addressable Fire detection devices Manual Call Points

Addressable loop sounders Switch Monitoring unit (SMU) UV

IR sensor for detection of methanol flame Cable MS junction

boxes for loop in loop out of cable as per specifications and

integrating the same with existing repeater panel as per the

requirement The detailed specifications for the different

component of fire deduction system are as follows

2 A Multi‐sensor Detectors The smoke detectors shall be multi‐

sensor (heat and smoke) detector with isolator suitable for

detecting a wide range of smoke from slow smoldering and

fast flaming fire The detector shall have following features

bullSolid state addressing arrangement in combination with a

hand held programmer to configure the sensor

addressbullElectronics free mounting basebullTwin alarm LEDs for

360 Degree viewing and shall have blinking LED facilitybullThe

sensor shall have s removable chamber for ease of cleaning or

replacementbullAutomatic compensation for smoke sensor

contaminationbullShall have a built in test facility which allows

the fire alarm control panel to adjust the alarm threshold

levels to compensate for contamination and shall have a

maintenance alarm display when threshold can no longer be

adjustedbullOperating temperature ‐ 10 DegC to 50 DegC and

operating RH at 40 DegC‐95 RH

3 B Manual call stations Manual Call Stations should have in

built monitor module and pressbreak and resettable

capability constructed of high impact LEXAN sheet with clearly

visible operating instructions on the cover and the word FIRE

shall appear on front and suitable for surface mountingflush

mounting complete as required

Tender No SCLPS52019E0156401 43

4 C UV IR SensorThe UV‐IR flame detector shall operate on 24

VDC 0‐24mA current output suitable for detection of

Methanol flame with automatic built in test for reliable

operations and suitable for installation in Hazardous area zone

1and 2 with Class I Division 12 Gas group A B C The detector

shall not be susceptible to environmental conditions to

generate false alarms The entire system shall be rated for IP

66 or better and supplied with suitable mounting bracket The

system shall comply to the detailed specifications as listed

belowbullDetection Technology UV ‐ IR Electro‐optical

detectionbullDetection range 75 meterbullField of View greater

than equal to 90deg Both Horizontal and verticalbullResponse

Time less than equal to 5 secondsbullBuilt in Test Automatic

bullOperating Temperature Range 0 to + 75degCbullOperating

Humidity Range Continuous 95 non‐condensingbullAnalog

Output signal 4‐20mAbullAlarms amp Fault Normal 4 mA Fault

02 mA Alarm 20 mA + 10 verifiedbullOperating voltage 24

VDC ( 18‐32VDC)bullPower consumption Vendor to specify for

Standby and Alarm conditionbullSensor Calibration

Verification Sensor calibration as per OEM for certified

performancebullSensor Life 2 Years (minimum)bullSensor

Calibration vendor to carry out sensor calibration at site and

submit calibration certificate valid for one yearbullRFI EMI

SusceptibilitybullRequired EN 616326‐3 and EN 6100006‐3 or

equivalent IP protectionbullIP protection IP 66 or betterbullFault

Diagnostic Sensor Fault (end of life) other informationbullSelf‐

Check Test Automatic during start‐upbullHousing SS 316

Epoxy Painted Aluminium die castbullStart‐up Time Vendor to

specifybullApprovalcertification PESO and ATEX ‐ Ex d IIC C

Class 1 Div 12 Group A B C DNote Vendor shall arrange

the 230V AC to 24V DC Power supply module along with half

an hour Battery Back up in MS powder coated Enclosure

Input Power supply (230V AC) for Power Supply module shall

Tender No SCLPS52019E0156401 44

be provided by SCL

5 D SMU Unit for UV IR sensor Supply installation testing and

commissioning of Switch Monitoring Unit (SMU) to configure

the UV IR sensors with fire detection system as requiredE

SoundersAddressable Sounders shall be loop powered with

all fixing materials complete as required The sound level shall

be 100dB (A)

6 F Fire Alarm Control Panel (FACP) bullFACP shall be of 2

loopsbullFACP shall be suitable for 230V 50 Hz AC supply and

detectors shall be powered using FACP based detection

circuits Devices shall receive power and communication from

the same pair of conductorsbullFACP shall provide for resetting

detectors fault isolation and sensor loop operationbullFACP

shall be suitable for mixing different fire devices and beam

smoke detectors within the same loop to optimize field

wiringbullFACP shall have alarm indication of individual sensors

detector trouble alarm indication for dust accumulation The

panel shall check detector once in every 24 hours for

contamination for this purposebullThe FACP shall regularly

supervise all the sensors and devices on the loop and initiate

fire or trouble alarm whenever requiredbullFACP shall have 2

wire circuits to connect minimum of 126 addressable devices

per loopbullFACP shall be with repeater interface and suitable

24V battery with built in software and 2 x 40 character

alphanumeric LCD display and necessary front panel control

keys FACP shall display the date time and description for

Analog sensors to indicate alarms and trouble

situationsbullFACP switches shall allow authorized personnel to

accomplish the following ‐bullInitiate a general alarm

conditionbullSilence the local audiblebullSilence the alarm

signalsbullReset all zonespointsbullFACP shall have walk test

facilitybullShall have facility for programming from the key

board or utilizing PC set up software via laptopdesk top

Tender No SCLPS52019E0156401 45

computerbullShall have memory data for panel configuration

and operation reside in non‐volatile memory (EPROM)bullFACP

shall have facility for speech processor (to record pre‐

recorded message of 20 S) and also have Auto Dialer facility

(can dial up to 8 different lines)bullAll addressable units shall be

connected to the FACP through the loop cards and shall be

addressed though individualized numbers The FACP shall be

able to obtain analog value for all detectors in the circuit

through a pulsed digitized current data The FACP shall be

able to analyze all analog inputs from all addressable units

and though its own software and ambient level screening the

FACP shall be able to identify fire possible fire or fault

conditions The unit supervision shall be dynamic and

continuousbullThe FACP shall itself have all loop cards in it No

isolated mother board or transponder shall be

consideredbullShortopen circuit units shall also be reported at

the FACP in such cases the system through the use of fault

isolators shall be able to isolate that segment between the

two fault isolators The missing DetectorsDevices shall also

be reported to the FACP with identification of the

locationbullThe FACP shall have the facility to set smoke sensor

sensitivity remotely to either high sensitivity manually or on a

pre‐programmed sequence (Ie DayNight) period When an

alarm condition is sensed at the FACP from a smoke or heat

detector a delay timealarm verification period shall be

started If the sensor is still in alarm after the delay time

expired an alarm condition is reported The delay time shall

be adjustable from 0 to 990 secondsbullThe FACP shall have

either an in‐built or external printer coupled to the FACP

which shall log all events with time The printout shall clearly

indicate the event‐FirePre‐AlarmFault etc with the unit

address and timebullThe FACP shall also be able to discriminate

between false alarms and fire conditions as well as priority

selection of alarm in case alarm activities in two or more

Tender No SCLPS52019E0156401 46

remotely located units simultaneously In such cases the

Manual Call stations shall have the highest prioritybullThe FACP

shall also be able to actuate switches automatically in case of

Fire condition of AHUs and power supply or other system such

as piped pressurized gas supplybullThe system shall be fail safe

and adequate safe guards should be under taken that in the

event of a failure of a part of the system it shall not handicap

the complete system The loop cards shall be of Modular

constructionbullThe FACP shall have its own battery backup of a

minimum of 48 hours in normal run and then half an hour in

alarm condition The backup time calculation shall be done as

per TAC standards The Battery shall be 2 x 12V (24V) DC and

of sealed maintenance free type housed inside the FACPbullIt

shall be able to withstand temperature variations from 0

Degree Centigrade to 55 Degree Centigrade Further Relative

Humidity (non‐condensing type) up to 93 shall not hamper

its performance The voltage rating shall be from 17V DC to

31V DC though the voltage may be change depending upon

the working voltages of a proprietary FACPbullThe FACP shall be

totally enclosed dust and vermin proof type made of

minimum 16‐gauge dust inhibited sheet with even baked

finish The FACP shall be of completely solid state designbullThe

logic circuitry shall be based on high noise immunity solid‐

state hardware employing modular construction Logic cards

shall be of epoxy fiber glass constructionbullThe FACP shall have

EN 54ULFM approvalbullThe panel shall have an extra loop

card to serve as standby in case of burnout or malfunctioning

of any operating loop cardsbullThe FACP shall be capable of

being networked (future expansion) with other similar FACPs

located at different locations of SCL premises through a single

RS 485 busbullThe FACP shall have provision for interfacing with

the Public Address System

7 G Repeater panelScope comprises of supply and installation

Tender No SCLPS52019E0156401 47

of Repeater Panel which display fire fault message

simultaneously with the FACP bullIt shall be capable of

interfacing with the FACP on a single RS 485 Bus bullThe panel

shall be capable of operating on 24V DC supplybullThe

independent 24V DC supply source to be installed in MS

cubicle Box duly powder coated paint along with repeater

panelbullThe panel shall have 2 x 40‐character backlit display

which shall display date time and description of alarm

trouble events are that displayed in the panel shall be

powered from the FACPbullIt shall have control keys for sound

silence mute and to reset the FACP from the repeater

stationsbullThe repeater panel shall have the following LEDs

indicationsbullSupply bullFault bullMute bullSilent bullDisabled

bullFire

8 H Fire CableSupply and installation of 2Cx15mm2 Copper

extruded PVC inner sheath armored and overall FRLS PVC

outer sheathed 11 KV grade as per IS 7098 (Part I bearing ISI

certification) on existing cable traywallsoft soilhard soil as

required

9 I Fire Cable terminationSupplying and making end

termination with brass compression gland and copper lugs for

2Cx15mm2 Copper cable in MS Box of Size 4X4 installed

above the false ceilingwallsurface as required

10 J Junction Box for Fire devicesSupply installation testing and

commissioning of MS painted box Size 4X4 with ELMEX type

terminal block for loop in loop out of 2c x15 sq mm copper

armored cable and connection to the fire detector device on

wallsurfacerecess including wall cutting and providing

necessary hardware for mounting fixing including all

material for fixing as required

Tender No SCLPS52019E0156401 48

TECHNICAL SPECIFICATION‐4

Item Specifications ‐IV

Sl No Specifications Compliance

(Yes No)

Offered Specifications Remarks

1 A NetworksLAN The detailed specification for the network

rack switch cable cords IOs face plates etc and the

required accessories shall be as below CAT 6A or better cable

shall be laid in the PVC Conduit The detailed specifications

for the different component of networksLAN are as follows

2 bull Rack Supply installation testing and commissioning of UL

listed modular type 12U network rack with front glass door

and rear perforated door floor mounted Size 550x550 with

1 No of 5 port Octagonal PDU 515Amp with MCB and Fan

Tray with minimum 2 Fans The rack should have provision of

2 nos of cable manager duct type 1U and 2 vertical manager‐

concealed type Rack should be three sides openable with

front glass door and rear perforated door and provision of

cable entry from top and bottom both with proper earthing

kit as requiredRecommended Make Rittal Netrack

Schneider Valrack

3 bull Network Switch Supply amp installation of Network Switch in

Network Rack with the following specification as belowSwitch

shall haveamp61607Port Density Minimum 8 101001000

BaseT Ports amp 4‐1G SFP Ports ready for use with SFP module

Ports shall support PoE on all ports with PoE budget of

180Wamp61607Architecture Stand‐alone rack

mountableamp61607Bandwidth minimum 56Gbps of

switching bandwidth to support above listed ports in non‐

blocking configurationamp61607StackableScable support for

Tender No SCLPS52019E0156401 49

stacking multiple switchesamp61607Stacking backplane

bandwidth Access switch shall have additional port(s) for

providing minimum 40 Gbps stacking bandwidthamp61607L2

Features 8021x authentication spanning tree

etcamp61607Networkjflowsflow or equivalent provision for

Networkjflowsflow or equivalent supportamp61607Network

Management support Network Management through

command line interface (CLI) SNMP v1 v2c v3

httpsamp61607IPv6 Readiness IPv6 Readiness from day

1amp61607RegulatorySafety confirming to UL60950 amp

EN60950amp61607EALNIAP certified Model No shall be EAL

or NIAPNDPP certifiedRecommended Make Cisco Juniper

HP Brocade dell

4 bull CAT 6A Cable Supply and installationlaying of category 6A

or better 4 pair shielded cable UFTP or FUTP in PVC

Conduit sheath type low smoke zero halogen (LSZH) with

transmission properties amp electrical properties tested

minimum up to 500MHz amp verified by ETL amp comply with

ANSITIAEIA‐568‐C2 amp ISOIEC 11801 Recommended make

Commscope Schneider Molex Siemon

5 bull Patch Panel Supply installation testing and commissioning

of CAT6A PatchJack Panel of 24 Port fully loaded in Network

rack with port identification number with self‐adhesive clear

label holder Each portjack on the panel should be

individually removable on field from the panel and have

integrated rear cable management metallic shelf and have a

separate provision of grounding Recommended make

Commscope Schneider Molex Siemon

6 bull Patch Cords (1 meter) Supply installation testing and

commissioning of Patch Cords Cat 6A shielded 1 meter in

Network rack with 4 pair shielded copper wire factory pre

terminated with shielded RJ45 plugs Aluminumpolyester

Tender No SCLPS52019E0156401 50

shield screen material with low smoke Zero halogen sheath

comply to TIA‐568‐C2 Cat 6A in IOs of Network

RackRecommended make Commscope Schneider Molex

Siemon

7 bull Patch Cords (3 meter) Supply installation testing and

commissioning of Patch Cords Cat 6A shielded 3 meter in

Network rack with 4 pair shielded copper wire factory pre

terminated with shielded RJ45 plugs Aluminumpolyester

shield screen material with low smoke Zero halogen sheath

comply to TIA‐568‐C2 Cat 6A at field side Recommended

make Commscope Schneider Molex Siemon

8 bull Information outlet Supply and installation of Shielded Cat

6A information outlet UFTP or FUTP compliance to category

6A or better TIA568C2‐500MHz at field sideRecommended

make Commscope Schneider Molex Siemon

9 bull Face Plate (Dual) Supply and installation of single gang

square face plate (Dual) and SMB Box with a provision to

support variety of jacks‐ UTP STP etc at the field

sideRecommended make Commscope Schneider Molex

SiemonbullFace plate (single) Supply and installation of square

face plate ( single) with a provision to support variety of jacks‐

UTP STP etc at the field sideRecommended make

Commscope Schneider Molex Siemon

10 bull SMB Box Supply and installation of SMB Box for face plate

(DualSingle) as required Recommended make Commscope

Schneider Molex Siemon

11 bull Other Accessories amp61607Supply and Installation of

25mm electrical grade ISI mark PVC Conduit in

wallfloorslabsurface including wallfloor cutting and

making good the same as required Recommended make

Reputed ISI Markamp61607Supply and installation of OFC SM

Tender No SCLPS52019E0156401 51

OS2 Cable in existing 32mm HDPE pipe as

requiredamp61607Supply and Laying of 32mm HDPE pipe

direct in ground including excavation sand cushioning

protective covering and refilling the trench including standard

cable route marker etc as requiredamp61607Supply and

installation of SC simplex single‐mode LSZH pigtail 1m as

requiredamp61607Supply and installation of adaptor plate

with 3 SC duplex SM adaptors as requiredamp61607Splicing of

OFC as per Core as requiredamp61607Supply and installation

of accessories for making the Chamber Pit‐ 1Mtr Depth with

Lid for housing OFC as requiredamp61607Trenching of

HardSoft Soil as required

12 B Paging The scope includes supply installation testing and

commissioning of Supply and installation of IP 65 or better

explosion proofWP loud speaker anticorrosive powder

coated red (RAL‐3000) suitable for Zone I amp II Class II C

Hardware SS304 as per IS2148 and equivalent to model FLSR

25 of Baliga with necessary support gland as required and

installing the same on wallsurface with GI supports as

required and connecting the same with wire The Scope also

includes supply and installation of 2Cx15mm2 FRLS armored

and PVC sheath twisted pair wire their termination tagging

glanding earthing etc as required for speakers and other

accessories requires for smooth commissioning of the paging

system

Vendor Specificied Terms

Description Vendor Terms

Tender No SCLPS52019E0156401 52

1Delivery Term

Prices shall be quoted on F O R destination basis ie S C L S A S Nagar Mohali

Punjab exclusive of GST and taxes as may be applicable

2 GST

Purchaser is entitled to concessional GST of 5 as per Ministry of Finance

Department of Revenue Notification No 472017 Integrated Tax (Rate) both

dated 14th November 2017 respectively and would accordingly issue Exemption

Certificate in favour of the contractor quoting in Indian Rupees The bidder

should take note of the same while quoting the prices in Indian Rupees GST on

installation services shall be applicable 18

3 DELIVERY SCHEDULEPERIOD OF COMPLETION

The time allowed for supply installation testing and commissioning of the entire

works shall be 06 (Six) months to be reckoned form the 7th day of issue of

purchase order

4 IMPORTANT

This being a two part Tender Technical and Commercial parts separate the

bidder should not attach any document(s) containing pricing information with

technical part The Contractor will provide Un priced commercial offer in

envelope 1 (Technical Part) as an attachment

The tenders containing price information in Technical Part will be treated as

unsolicited offers and rejected Contractor to confirm that Price bid is not

attached in Envelope 1 ie Technical Part

Priced Commercial offer if any should be attached in Envelope 2 (Price Bid)

under Supporting Documents from Vendor (Commercial) as an attachment

5 The prices shall remain firm until completion of entire project including

extended period if any No cost escalation shall be applicable for the work

Tender No SCLPS52019E0156401 53

6 SECURITY DEPOSIT

a) On acceptance of the tender the Contractor shall submit security deposit for

ten percent (10 percent) of the value of the Contract within 15 days from the

date of purchase order If the Contractor fails toprovide the security within the

period specified such failure shall constitute a breach of the Contract and the

Purchaser shall be entitled to make other arrangements for the re purchase of

the stores contracted at the cost and risk of the Contractor

b) Security Deposit shall be submitted through Demand Draft Bankers Cheque

fixed deposit receipt or Bank Guarantee from any of the Scheduled Banks

executed on nonjudicial stamp paper of appropriate value and shall be valid for

a period of sixty (60) days beyond the date for completion of the Purchase

OrderContract

c) In case the contractor fails to furnish the security deposit within the specified

date or extended due date the Purchase OrderContract shall be cancelled and

in addition appropriate penal action may also be considered

d) After the Purchase OrderContract is successfully executed in all respects the

Bank Guarantee towards Security Deposit may be discharged and retained

amount shall be refunded to vendors

e) In the event of non execution of the Purchase orderContract or breach of any

terms and conditions of the Purchase Order the Security Deposit shall be

forfeited

7 Warranty

The Contractor shall provide for the tendered job comprehensive warranty for

parts as well as labour for a period of 12 months from the date of successful

installation commissioning and testing of the system at Purchasers site at no

extra charges against any manufacturing defectfaulty workmanship In case any

defect arises during warranty period the Contractor should replacerectify the

same at its own cost at siteworks

The LED light fittings and its driver unit etc shall have warranty for a period of 5

Tender No SCLPS52019E0156401 54

years from the date of installation and commissioning

8 Warranty Replacements

All replacement parts if any shall be supplied by the Contractor free of cost on F

O R Purchaser site at S A S Nagar Punjab basis

9 TERMS OF PAYMENT

The payment shall be remitted as under

90 of the value of the materials supplied shall be paid within 30 days of the

receipt of the materials at purchaser site and the balance 10 amount along

with 100 installation charges shall be payable on successful installation

commissioning and acceptance of the entire project at Purchasers site against a

Performance Bank Guarantee

10 PERFORMANCE BANK GUARANTEE (PBG)

The Contractor shall furnish a Bank Guarantee (as per format given by purchaser)

from any nationalized scheduled bank for an amount equivalent to 10 of the

value of the Contract and shall be valid for a period of 60 days beyond the expiry

date of warranty period On the performance and completion of the Contract in

all respects the Bank Guarantee will be returned to the Contractor without any

interest

11 VALIDITY

The tender must be valid for a minimum period of 120 days from the date of

opening of Technical bid and 90 days after opening of Price bid

The tender where the validity period is shorter than the period specified in the

tender enquiry shall be excluded from the procurement process

12 Quantity Variation

The quantities indicated against each items in the Bill of Quantities (BOQ) are

indicative and are for the purpose of bidding only Variation in quantities up to

Tender No SCLPS52019E0156401 55

+25 percent shall be carried out by the contractor on the agreedPurchase order

(PO) rates and terms amp conditions as in the purchase order (PO)

13 GUARANTEED TIME DELIVERY

The time for and the date of delivery stipulated in the Purchase Order shall be

deemed to be the essence of the Contract Delivery must be completed within

the date specified therein

14 Extra Items

In case of extra items (that are completely new and are in addition to the items

contained in the contract) the contractor may claim rates supported by proper

analysis and purchaser engineer in charge of the work shall after giving

consideration to the analysis of the rates submitted by the contractor determine

the rates on the basis of market rates and the contractor shall be paid in

accordance with the rates so determined The contractor(s) profit amp OH shall be

factored in the rate analysis 15

15 CONSIGNEE

Sr Purchase and Stores Officer (Stores)

Semi Conductor Laboratory

Sector 72 SAS Nagar (Mohali) Punjab

India 160 071

16 INSTALLATION AND COMMISSIONING

Installation commissioning and demonstration of performance of the tendered

stores as per Purchaser tendered specifications shall be carried out by the

Contractor at Purchaser site at S A S Nagar Punjab India

The Contractor shall provide in advance guidelines for preparation of the

installation site and list of items to be supplied by Purchaser during installation

Tender No SCLPS52019E0156401 56

On receipt of intimation from the Purchaser the Contractor shall depute its

engineer(s) to Purchaser site within two weeks to carry out installation and

commissioning and will demonstrate the functionality of the tendered

equipment to Purchaser specifications as per mutually agreed acceptance

procedure The Contractor shall be responsible for any lossdamages sustained

due to delay on the part of the Contractor to send its engineer for installation

and commissioning

Failure to commission the tendered equipment successfully shall entitle

Purchaser to full refund of the payment made and the interest thereon Decision

regarding successful installation and commissioning shall rest solely with the

Purchaser

17 REJECTION

In the event that any of the stores supplied by the Contractor is found defective

in material or workmanship or otherwise not in conformity with the

requirements of the Contract specifications the purchaser shall either reject the

stores or request the Contractor in writing to rectify the same The Contractor

on receipt of such notification shall either rectify or replace the defective stores

free of cost to the purchaser If the Contractor fails to do so the purchaser may

at his option either

a) replace or rectify such defective stores and recover the extra cost so involved

from the Contractor or

b) terminate the Contract for default as provided in this tender document

18 EXTENSION OF TIME

If the completion of supply of stores is delayed due to reason of force majeure

such as acts of god acts of public enemy acts of Government fires floods

epidemics quarantine restriction strikes freight embargoes etc the

Contractor shall give notice within 15 days to the purchaser in writing of his

claim for an extension of time The purchaser on receipt of such notice after

verification if necessary may agree to extend the Contract delivery date as may

Tender No SCLPS52019E0156401 57

be reasonable but without prejudice to other terms and conditions of the

Contract

19 DELAY IN COMPLETIONLIQUIDATED DAMAGES

If the Contractor fails to deliver the stores within the time specified in the

Contract or any extension thereof the purchaser shall recover from the

Contractor as liquidated damages a sum of one half of one percent (05 percent)

of the Contract price of the undelivered stores for each calendar week of delay

The total liquidated damages shall not exceed ten percent (10 percent) of the

Contract price of the unit or units so delayed Stores will be deemed to have

been delivered only when all their component parts are also delivered If certain

components are not delivered in time the stores will be considered as delayed

until such time as the missing parts are delivered Delivery of stores shall be

complete on Installation commissioning Testing and Acceptance

20 INSPECTION AND ACCEPTANCE TEST

The Purchasers representatives shall also be entitled at all reasonable times

during manufacture to inspect examine and test on the Contractors premises

the material and workmanship of all stores to be supplied under this Contract

and if part of the said stores is being manufactured on other premises the

Contractor shall obtain for the purchasers representative permission to inspect

examine and test as if the equipment were being manufactured on the

Contractors premises

Such inspection examination and testing shall not release the Contractor from

the obligations under this Contract

For tests on the premises of the Contractor or of any of his sub Contractors the

Contractor shall provide free of cost assistance labour material electricity fuel

and instruments as may be required or as may be reasonably needed by the

purchasers representative to carry out the tests efficiently

When the stores have passed the specified test the purchaser representative

shall furnish a certificate to the effect in writing to the Contractor The

Tender No SCLPS52019E0156401 58

Contractor shall provide copies of the tests certificates to the purchaser as may

be required

21 Labour Law Contractor shall abide by all labour laws rules and regulations

which are prevailing and as enforced from time to time and SCL shall not be

responsible for any accident or mishap during the course of the contract to any

of engineer labour employee by the Contractor The contractor shall also ensure

that the statutory obligations with regards to the employment of labour under

law are complied properly and timely

22 ARBITRATION

In the event of any disputes differences or claims arising out of or relating to

the interpretation and application of the Contract such disputes or differences

or claims shall be settled amicably by mutual consultations of the good Offices

of the respective Parties and recognizing their mutual interests attempt to reach

a solution satisfactory to both the parties If such a resolution is not possible

within 30 days from the date of receipt of written notice of the existence of such

disputes then the unresolved disputes or differences or claims shall be

referred to the Sole Arbitrator appointed by the Parties by mutual consent in

accordance with the rules and procedures of Arbitration and Conciliation Act

1996 as amended from time to time The arbitration shall be conducted in New

Delhi in the Arbitration and Conciliation Centre New Delhi (Domestic and

International) as per its rules and regulations The expenses for the Arbitration

shall be shared equally or as may be determined by the Arbitrator The

considered and written decision of the Arbitrator shall be final and binding

between the Parties The applicable language for Arbitration shall be English

only Work under the Contract shall be continued by the CONTRACTOR during

the pendency of arbitration proceedings without prejudice to a final adjustment

in accordance with the decision of the Arbitrator unless otherwise directed in

writing by the DEPARTMENT or unless the matter is such that the works cannot

be possibly continued until the decision (whether final or interim) of the

Arbitrator is obtained

23 APPLICABLE LAWS The contract shall be interpreted construed and

Tender No SCLPS52019E0156401 59

governed by laws of IndiaThe contract shall be subject to exclusive Jurisdiction

of the Court of SAS Nagar (Mohali) Punjab India irrespective of anything

mentioned in any correspondences or otherwise

24 Any Other Term

Tender No SCLPS52019E0156401 60

Supporting Documents from Vendor

Attachment ‐ I

Attachment ‐ II

Price Bid Form

Item Description Slab Range Qty UOM Currency Unit Price Total Price

Supply of MCC Panels cables

cable trays lightings etc for

electrical distribution system

including fire detection

system LAN Paging etc for

the Chemical Store building as

per detailed specifications

technical write‐updrawings

attached

‐ 1 Lot ‐ ‐ ‐

Installation Testing and

Commissioning of MCC

Panels cables cable trays

lightings etc for electrical

distribution system including

fire detection system LAN

Paging etc for the Chemical

Store building as per detailed

specifications technical write‐

updrawings attached

‐ 1 Lot ‐ ‐ ‐

Tender No SCLPS52019E0156401 61

Break‐up of other taxes and other costs should be specified in respective narration columns

Sum of these Break‐up values should be specified in respective value columns

Supporting Documents from Vendor (Commercial)

Document attachment with price bid

Attachment ‐ I

Attachment ‐ II

  • pdf_document_tndr_notc_electrical_distribution_system_051119
  • pdf_document_tndr_doc_electrical_distribution_system_051119
Page 43: -72, -160071 चंडीगढ़ के समीप पंजाब भारत...स म -क डक टर ल ब र टर /Semi-Conductor Laboratory अ त रक ष वभ

Tender No SCLPS52019E0156401 42

1 Fire Detection System Scope for fire detection system

includes supply installation testing commissioning of Fire

panel Addressable Fire detection devices Manual Call Points

Addressable loop sounders Switch Monitoring unit (SMU) UV

IR sensor for detection of methanol flame Cable MS junction

boxes for loop in loop out of cable as per specifications and

integrating the same with existing repeater panel as per the

requirement The detailed specifications for the different

component of fire deduction system are as follows

2 A Multi‐sensor Detectors The smoke detectors shall be multi‐

sensor (heat and smoke) detector with isolator suitable for

detecting a wide range of smoke from slow smoldering and

fast flaming fire The detector shall have following features

bullSolid state addressing arrangement in combination with a

hand held programmer to configure the sensor

addressbullElectronics free mounting basebullTwin alarm LEDs for

360 Degree viewing and shall have blinking LED facilitybullThe

sensor shall have s removable chamber for ease of cleaning or

replacementbullAutomatic compensation for smoke sensor

contaminationbullShall have a built in test facility which allows

the fire alarm control panel to adjust the alarm threshold

levels to compensate for contamination and shall have a

maintenance alarm display when threshold can no longer be

adjustedbullOperating temperature ‐ 10 DegC to 50 DegC and

operating RH at 40 DegC‐95 RH

3 B Manual call stations Manual Call Stations should have in

built monitor module and pressbreak and resettable

capability constructed of high impact LEXAN sheet with clearly

visible operating instructions on the cover and the word FIRE

shall appear on front and suitable for surface mountingflush

mounting complete as required

Tender No SCLPS52019E0156401 43

4 C UV IR SensorThe UV‐IR flame detector shall operate on 24

VDC 0‐24mA current output suitable for detection of

Methanol flame with automatic built in test for reliable

operations and suitable for installation in Hazardous area zone

1and 2 with Class I Division 12 Gas group A B C The detector

shall not be susceptible to environmental conditions to

generate false alarms The entire system shall be rated for IP

66 or better and supplied with suitable mounting bracket The

system shall comply to the detailed specifications as listed

belowbullDetection Technology UV ‐ IR Electro‐optical

detectionbullDetection range 75 meterbullField of View greater

than equal to 90deg Both Horizontal and verticalbullResponse

Time less than equal to 5 secondsbullBuilt in Test Automatic

bullOperating Temperature Range 0 to + 75degCbullOperating

Humidity Range Continuous 95 non‐condensingbullAnalog

Output signal 4‐20mAbullAlarms amp Fault Normal 4 mA Fault

02 mA Alarm 20 mA + 10 verifiedbullOperating voltage 24

VDC ( 18‐32VDC)bullPower consumption Vendor to specify for

Standby and Alarm conditionbullSensor Calibration

Verification Sensor calibration as per OEM for certified

performancebullSensor Life 2 Years (minimum)bullSensor

Calibration vendor to carry out sensor calibration at site and

submit calibration certificate valid for one yearbullRFI EMI

SusceptibilitybullRequired EN 616326‐3 and EN 6100006‐3 or

equivalent IP protectionbullIP protection IP 66 or betterbullFault

Diagnostic Sensor Fault (end of life) other informationbullSelf‐

Check Test Automatic during start‐upbullHousing SS 316

Epoxy Painted Aluminium die castbullStart‐up Time Vendor to

specifybullApprovalcertification PESO and ATEX ‐ Ex d IIC C

Class 1 Div 12 Group A B C DNote Vendor shall arrange

the 230V AC to 24V DC Power supply module along with half

an hour Battery Back up in MS powder coated Enclosure

Input Power supply (230V AC) for Power Supply module shall

Tender No SCLPS52019E0156401 44

be provided by SCL

5 D SMU Unit for UV IR sensor Supply installation testing and

commissioning of Switch Monitoring Unit (SMU) to configure

the UV IR sensors with fire detection system as requiredE

SoundersAddressable Sounders shall be loop powered with

all fixing materials complete as required The sound level shall

be 100dB (A)

6 F Fire Alarm Control Panel (FACP) bullFACP shall be of 2

loopsbullFACP shall be suitable for 230V 50 Hz AC supply and

detectors shall be powered using FACP based detection

circuits Devices shall receive power and communication from

the same pair of conductorsbullFACP shall provide for resetting

detectors fault isolation and sensor loop operationbullFACP

shall be suitable for mixing different fire devices and beam

smoke detectors within the same loop to optimize field

wiringbullFACP shall have alarm indication of individual sensors

detector trouble alarm indication for dust accumulation The

panel shall check detector once in every 24 hours for

contamination for this purposebullThe FACP shall regularly

supervise all the sensors and devices on the loop and initiate

fire or trouble alarm whenever requiredbullFACP shall have 2

wire circuits to connect minimum of 126 addressable devices

per loopbullFACP shall be with repeater interface and suitable

24V battery with built in software and 2 x 40 character

alphanumeric LCD display and necessary front panel control

keys FACP shall display the date time and description for

Analog sensors to indicate alarms and trouble

situationsbullFACP switches shall allow authorized personnel to

accomplish the following ‐bullInitiate a general alarm

conditionbullSilence the local audiblebullSilence the alarm

signalsbullReset all zonespointsbullFACP shall have walk test

facilitybullShall have facility for programming from the key

board or utilizing PC set up software via laptopdesk top

Tender No SCLPS52019E0156401 45

computerbullShall have memory data for panel configuration

and operation reside in non‐volatile memory (EPROM)bullFACP

shall have facility for speech processor (to record pre‐

recorded message of 20 S) and also have Auto Dialer facility

(can dial up to 8 different lines)bullAll addressable units shall be

connected to the FACP through the loop cards and shall be

addressed though individualized numbers The FACP shall be

able to obtain analog value for all detectors in the circuit

through a pulsed digitized current data The FACP shall be

able to analyze all analog inputs from all addressable units

and though its own software and ambient level screening the

FACP shall be able to identify fire possible fire or fault

conditions The unit supervision shall be dynamic and

continuousbullThe FACP shall itself have all loop cards in it No

isolated mother board or transponder shall be

consideredbullShortopen circuit units shall also be reported at

the FACP in such cases the system through the use of fault

isolators shall be able to isolate that segment between the

two fault isolators The missing DetectorsDevices shall also

be reported to the FACP with identification of the

locationbullThe FACP shall have the facility to set smoke sensor

sensitivity remotely to either high sensitivity manually or on a

pre‐programmed sequence (Ie DayNight) period When an

alarm condition is sensed at the FACP from a smoke or heat

detector a delay timealarm verification period shall be

started If the sensor is still in alarm after the delay time

expired an alarm condition is reported The delay time shall

be adjustable from 0 to 990 secondsbullThe FACP shall have

either an in‐built or external printer coupled to the FACP

which shall log all events with time The printout shall clearly

indicate the event‐FirePre‐AlarmFault etc with the unit

address and timebullThe FACP shall also be able to discriminate

between false alarms and fire conditions as well as priority

selection of alarm in case alarm activities in two or more

Tender No SCLPS52019E0156401 46

remotely located units simultaneously In such cases the

Manual Call stations shall have the highest prioritybullThe FACP

shall also be able to actuate switches automatically in case of

Fire condition of AHUs and power supply or other system such

as piped pressurized gas supplybullThe system shall be fail safe

and adequate safe guards should be under taken that in the

event of a failure of a part of the system it shall not handicap

the complete system The loop cards shall be of Modular

constructionbullThe FACP shall have its own battery backup of a

minimum of 48 hours in normal run and then half an hour in

alarm condition The backup time calculation shall be done as

per TAC standards The Battery shall be 2 x 12V (24V) DC and

of sealed maintenance free type housed inside the FACPbullIt

shall be able to withstand temperature variations from 0

Degree Centigrade to 55 Degree Centigrade Further Relative

Humidity (non‐condensing type) up to 93 shall not hamper

its performance The voltage rating shall be from 17V DC to

31V DC though the voltage may be change depending upon

the working voltages of a proprietary FACPbullThe FACP shall be

totally enclosed dust and vermin proof type made of

minimum 16‐gauge dust inhibited sheet with even baked

finish The FACP shall be of completely solid state designbullThe

logic circuitry shall be based on high noise immunity solid‐

state hardware employing modular construction Logic cards

shall be of epoxy fiber glass constructionbullThe FACP shall have

EN 54ULFM approvalbullThe panel shall have an extra loop

card to serve as standby in case of burnout or malfunctioning

of any operating loop cardsbullThe FACP shall be capable of

being networked (future expansion) with other similar FACPs

located at different locations of SCL premises through a single

RS 485 busbullThe FACP shall have provision for interfacing with

the Public Address System

7 G Repeater panelScope comprises of supply and installation

Tender No SCLPS52019E0156401 47

of Repeater Panel which display fire fault message

simultaneously with the FACP bullIt shall be capable of

interfacing with the FACP on a single RS 485 Bus bullThe panel

shall be capable of operating on 24V DC supplybullThe

independent 24V DC supply source to be installed in MS

cubicle Box duly powder coated paint along with repeater

panelbullThe panel shall have 2 x 40‐character backlit display

which shall display date time and description of alarm

trouble events are that displayed in the panel shall be

powered from the FACPbullIt shall have control keys for sound

silence mute and to reset the FACP from the repeater

stationsbullThe repeater panel shall have the following LEDs

indicationsbullSupply bullFault bullMute bullSilent bullDisabled

bullFire

8 H Fire CableSupply and installation of 2Cx15mm2 Copper

extruded PVC inner sheath armored and overall FRLS PVC

outer sheathed 11 KV grade as per IS 7098 (Part I bearing ISI

certification) on existing cable traywallsoft soilhard soil as

required

9 I Fire Cable terminationSupplying and making end

termination with brass compression gland and copper lugs for

2Cx15mm2 Copper cable in MS Box of Size 4X4 installed

above the false ceilingwallsurface as required

10 J Junction Box for Fire devicesSupply installation testing and

commissioning of MS painted box Size 4X4 with ELMEX type

terminal block for loop in loop out of 2c x15 sq mm copper

armored cable and connection to the fire detector device on

wallsurfacerecess including wall cutting and providing

necessary hardware for mounting fixing including all

material for fixing as required

Tender No SCLPS52019E0156401 48

TECHNICAL SPECIFICATION‐4

Item Specifications ‐IV

Sl No Specifications Compliance

(Yes No)

Offered Specifications Remarks

1 A NetworksLAN The detailed specification for the network

rack switch cable cords IOs face plates etc and the

required accessories shall be as below CAT 6A or better cable

shall be laid in the PVC Conduit The detailed specifications

for the different component of networksLAN are as follows

2 bull Rack Supply installation testing and commissioning of UL

listed modular type 12U network rack with front glass door

and rear perforated door floor mounted Size 550x550 with

1 No of 5 port Octagonal PDU 515Amp with MCB and Fan

Tray with minimum 2 Fans The rack should have provision of

2 nos of cable manager duct type 1U and 2 vertical manager‐

concealed type Rack should be three sides openable with

front glass door and rear perforated door and provision of

cable entry from top and bottom both with proper earthing

kit as requiredRecommended Make Rittal Netrack

Schneider Valrack

3 bull Network Switch Supply amp installation of Network Switch in

Network Rack with the following specification as belowSwitch

shall haveamp61607Port Density Minimum 8 101001000

BaseT Ports amp 4‐1G SFP Ports ready for use with SFP module

Ports shall support PoE on all ports with PoE budget of

180Wamp61607Architecture Stand‐alone rack

mountableamp61607Bandwidth minimum 56Gbps of

switching bandwidth to support above listed ports in non‐

blocking configurationamp61607StackableScable support for

Tender No SCLPS52019E0156401 49

stacking multiple switchesamp61607Stacking backplane

bandwidth Access switch shall have additional port(s) for

providing minimum 40 Gbps stacking bandwidthamp61607L2

Features 8021x authentication spanning tree

etcamp61607Networkjflowsflow or equivalent provision for

Networkjflowsflow or equivalent supportamp61607Network

Management support Network Management through

command line interface (CLI) SNMP v1 v2c v3

httpsamp61607IPv6 Readiness IPv6 Readiness from day

1amp61607RegulatorySafety confirming to UL60950 amp

EN60950amp61607EALNIAP certified Model No shall be EAL

or NIAPNDPP certifiedRecommended Make Cisco Juniper

HP Brocade dell

4 bull CAT 6A Cable Supply and installationlaying of category 6A

or better 4 pair shielded cable UFTP or FUTP in PVC

Conduit sheath type low smoke zero halogen (LSZH) with

transmission properties amp electrical properties tested

minimum up to 500MHz amp verified by ETL amp comply with

ANSITIAEIA‐568‐C2 amp ISOIEC 11801 Recommended make

Commscope Schneider Molex Siemon

5 bull Patch Panel Supply installation testing and commissioning

of CAT6A PatchJack Panel of 24 Port fully loaded in Network

rack with port identification number with self‐adhesive clear

label holder Each portjack on the panel should be

individually removable on field from the panel and have

integrated rear cable management metallic shelf and have a

separate provision of grounding Recommended make

Commscope Schneider Molex Siemon

6 bull Patch Cords (1 meter) Supply installation testing and

commissioning of Patch Cords Cat 6A shielded 1 meter in

Network rack with 4 pair shielded copper wire factory pre

terminated with shielded RJ45 plugs Aluminumpolyester

Tender No SCLPS52019E0156401 50

shield screen material with low smoke Zero halogen sheath

comply to TIA‐568‐C2 Cat 6A in IOs of Network

RackRecommended make Commscope Schneider Molex

Siemon

7 bull Patch Cords (3 meter) Supply installation testing and

commissioning of Patch Cords Cat 6A shielded 3 meter in

Network rack with 4 pair shielded copper wire factory pre

terminated with shielded RJ45 plugs Aluminumpolyester

shield screen material with low smoke Zero halogen sheath

comply to TIA‐568‐C2 Cat 6A at field side Recommended

make Commscope Schneider Molex Siemon

8 bull Information outlet Supply and installation of Shielded Cat

6A information outlet UFTP or FUTP compliance to category

6A or better TIA568C2‐500MHz at field sideRecommended

make Commscope Schneider Molex Siemon

9 bull Face Plate (Dual) Supply and installation of single gang

square face plate (Dual) and SMB Box with a provision to

support variety of jacks‐ UTP STP etc at the field

sideRecommended make Commscope Schneider Molex

SiemonbullFace plate (single) Supply and installation of square

face plate ( single) with a provision to support variety of jacks‐

UTP STP etc at the field sideRecommended make

Commscope Schneider Molex Siemon

10 bull SMB Box Supply and installation of SMB Box for face plate

(DualSingle) as required Recommended make Commscope

Schneider Molex Siemon

11 bull Other Accessories amp61607Supply and Installation of

25mm electrical grade ISI mark PVC Conduit in

wallfloorslabsurface including wallfloor cutting and

making good the same as required Recommended make

Reputed ISI Markamp61607Supply and installation of OFC SM

Tender No SCLPS52019E0156401 51

OS2 Cable in existing 32mm HDPE pipe as

requiredamp61607Supply and Laying of 32mm HDPE pipe

direct in ground including excavation sand cushioning

protective covering and refilling the trench including standard

cable route marker etc as requiredamp61607Supply and

installation of SC simplex single‐mode LSZH pigtail 1m as

requiredamp61607Supply and installation of adaptor plate

with 3 SC duplex SM adaptors as requiredamp61607Splicing of

OFC as per Core as requiredamp61607Supply and installation

of accessories for making the Chamber Pit‐ 1Mtr Depth with

Lid for housing OFC as requiredamp61607Trenching of

HardSoft Soil as required

12 B Paging The scope includes supply installation testing and

commissioning of Supply and installation of IP 65 or better

explosion proofWP loud speaker anticorrosive powder

coated red (RAL‐3000) suitable for Zone I amp II Class II C

Hardware SS304 as per IS2148 and equivalent to model FLSR

25 of Baliga with necessary support gland as required and

installing the same on wallsurface with GI supports as

required and connecting the same with wire The Scope also

includes supply and installation of 2Cx15mm2 FRLS armored

and PVC sheath twisted pair wire their termination tagging

glanding earthing etc as required for speakers and other

accessories requires for smooth commissioning of the paging

system

Vendor Specificied Terms

Description Vendor Terms

Tender No SCLPS52019E0156401 52

1Delivery Term

Prices shall be quoted on F O R destination basis ie S C L S A S Nagar Mohali

Punjab exclusive of GST and taxes as may be applicable

2 GST

Purchaser is entitled to concessional GST of 5 as per Ministry of Finance

Department of Revenue Notification No 472017 Integrated Tax (Rate) both

dated 14th November 2017 respectively and would accordingly issue Exemption

Certificate in favour of the contractor quoting in Indian Rupees The bidder

should take note of the same while quoting the prices in Indian Rupees GST on

installation services shall be applicable 18

3 DELIVERY SCHEDULEPERIOD OF COMPLETION

The time allowed for supply installation testing and commissioning of the entire

works shall be 06 (Six) months to be reckoned form the 7th day of issue of

purchase order

4 IMPORTANT

This being a two part Tender Technical and Commercial parts separate the

bidder should not attach any document(s) containing pricing information with

technical part The Contractor will provide Un priced commercial offer in

envelope 1 (Technical Part) as an attachment

The tenders containing price information in Technical Part will be treated as

unsolicited offers and rejected Contractor to confirm that Price bid is not

attached in Envelope 1 ie Technical Part

Priced Commercial offer if any should be attached in Envelope 2 (Price Bid)

under Supporting Documents from Vendor (Commercial) as an attachment

5 The prices shall remain firm until completion of entire project including

extended period if any No cost escalation shall be applicable for the work

Tender No SCLPS52019E0156401 53

6 SECURITY DEPOSIT

a) On acceptance of the tender the Contractor shall submit security deposit for

ten percent (10 percent) of the value of the Contract within 15 days from the

date of purchase order If the Contractor fails toprovide the security within the

period specified such failure shall constitute a breach of the Contract and the

Purchaser shall be entitled to make other arrangements for the re purchase of

the stores contracted at the cost and risk of the Contractor

b) Security Deposit shall be submitted through Demand Draft Bankers Cheque

fixed deposit receipt or Bank Guarantee from any of the Scheduled Banks

executed on nonjudicial stamp paper of appropriate value and shall be valid for

a period of sixty (60) days beyond the date for completion of the Purchase

OrderContract

c) In case the contractor fails to furnish the security deposit within the specified

date or extended due date the Purchase OrderContract shall be cancelled and

in addition appropriate penal action may also be considered

d) After the Purchase OrderContract is successfully executed in all respects the

Bank Guarantee towards Security Deposit may be discharged and retained

amount shall be refunded to vendors

e) In the event of non execution of the Purchase orderContract or breach of any

terms and conditions of the Purchase Order the Security Deposit shall be

forfeited

7 Warranty

The Contractor shall provide for the tendered job comprehensive warranty for

parts as well as labour for a period of 12 months from the date of successful

installation commissioning and testing of the system at Purchasers site at no

extra charges against any manufacturing defectfaulty workmanship In case any

defect arises during warranty period the Contractor should replacerectify the

same at its own cost at siteworks

The LED light fittings and its driver unit etc shall have warranty for a period of 5

Tender No SCLPS52019E0156401 54

years from the date of installation and commissioning

8 Warranty Replacements

All replacement parts if any shall be supplied by the Contractor free of cost on F

O R Purchaser site at S A S Nagar Punjab basis

9 TERMS OF PAYMENT

The payment shall be remitted as under

90 of the value of the materials supplied shall be paid within 30 days of the

receipt of the materials at purchaser site and the balance 10 amount along

with 100 installation charges shall be payable on successful installation

commissioning and acceptance of the entire project at Purchasers site against a

Performance Bank Guarantee

10 PERFORMANCE BANK GUARANTEE (PBG)

The Contractor shall furnish a Bank Guarantee (as per format given by purchaser)

from any nationalized scheduled bank for an amount equivalent to 10 of the

value of the Contract and shall be valid for a period of 60 days beyond the expiry

date of warranty period On the performance and completion of the Contract in

all respects the Bank Guarantee will be returned to the Contractor without any

interest

11 VALIDITY

The tender must be valid for a minimum period of 120 days from the date of

opening of Technical bid and 90 days after opening of Price bid

The tender where the validity period is shorter than the period specified in the

tender enquiry shall be excluded from the procurement process

12 Quantity Variation

The quantities indicated against each items in the Bill of Quantities (BOQ) are

indicative and are for the purpose of bidding only Variation in quantities up to

Tender No SCLPS52019E0156401 55

+25 percent shall be carried out by the contractor on the agreedPurchase order

(PO) rates and terms amp conditions as in the purchase order (PO)

13 GUARANTEED TIME DELIVERY

The time for and the date of delivery stipulated in the Purchase Order shall be

deemed to be the essence of the Contract Delivery must be completed within

the date specified therein

14 Extra Items

In case of extra items (that are completely new and are in addition to the items

contained in the contract) the contractor may claim rates supported by proper

analysis and purchaser engineer in charge of the work shall after giving

consideration to the analysis of the rates submitted by the contractor determine

the rates on the basis of market rates and the contractor shall be paid in

accordance with the rates so determined The contractor(s) profit amp OH shall be

factored in the rate analysis 15

15 CONSIGNEE

Sr Purchase and Stores Officer (Stores)

Semi Conductor Laboratory

Sector 72 SAS Nagar (Mohali) Punjab

India 160 071

16 INSTALLATION AND COMMISSIONING

Installation commissioning and demonstration of performance of the tendered

stores as per Purchaser tendered specifications shall be carried out by the

Contractor at Purchaser site at S A S Nagar Punjab India

The Contractor shall provide in advance guidelines for preparation of the

installation site and list of items to be supplied by Purchaser during installation

Tender No SCLPS52019E0156401 56

On receipt of intimation from the Purchaser the Contractor shall depute its

engineer(s) to Purchaser site within two weeks to carry out installation and

commissioning and will demonstrate the functionality of the tendered

equipment to Purchaser specifications as per mutually agreed acceptance

procedure The Contractor shall be responsible for any lossdamages sustained

due to delay on the part of the Contractor to send its engineer for installation

and commissioning

Failure to commission the tendered equipment successfully shall entitle

Purchaser to full refund of the payment made and the interest thereon Decision

regarding successful installation and commissioning shall rest solely with the

Purchaser

17 REJECTION

In the event that any of the stores supplied by the Contractor is found defective

in material or workmanship or otherwise not in conformity with the

requirements of the Contract specifications the purchaser shall either reject the

stores or request the Contractor in writing to rectify the same The Contractor

on receipt of such notification shall either rectify or replace the defective stores

free of cost to the purchaser If the Contractor fails to do so the purchaser may

at his option either

a) replace or rectify such defective stores and recover the extra cost so involved

from the Contractor or

b) terminate the Contract for default as provided in this tender document

18 EXTENSION OF TIME

If the completion of supply of stores is delayed due to reason of force majeure

such as acts of god acts of public enemy acts of Government fires floods

epidemics quarantine restriction strikes freight embargoes etc the

Contractor shall give notice within 15 days to the purchaser in writing of his

claim for an extension of time The purchaser on receipt of such notice after

verification if necessary may agree to extend the Contract delivery date as may

Tender No SCLPS52019E0156401 57

be reasonable but without prejudice to other terms and conditions of the

Contract

19 DELAY IN COMPLETIONLIQUIDATED DAMAGES

If the Contractor fails to deliver the stores within the time specified in the

Contract or any extension thereof the purchaser shall recover from the

Contractor as liquidated damages a sum of one half of one percent (05 percent)

of the Contract price of the undelivered stores for each calendar week of delay

The total liquidated damages shall not exceed ten percent (10 percent) of the

Contract price of the unit or units so delayed Stores will be deemed to have

been delivered only when all their component parts are also delivered If certain

components are not delivered in time the stores will be considered as delayed

until such time as the missing parts are delivered Delivery of stores shall be

complete on Installation commissioning Testing and Acceptance

20 INSPECTION AND ACCEPTANCE TEST

The Purchasers representatives shall also be entitled at all reasonable times

during manufacture to inspect examine and test on the Contractors premises

the material and workmanship of all stores to be supplied under this Contract

and if part of the said stores is being manufactured on other premises the

Contractor shall obtain for the purchasers representative permission to inspect

examine and test as if the equipment were being manufactured on the

Contractors premises

Such inspection examination and testing shall not release the Contractor from

the obligations under this Contract

For tests on the premises of the Contractor or of any of his sub Contractors the

Contractor shall provide free of cost assistance labour material electricity fuel

and instruments as may be required or as may be reasonably needed by the

purchasers representative to carry out the tests efficiently

When the stores have passed the specified test the purchaser representative

shall furnish a certificate to the effect in writing to the Contractor The

Tender No SCLPS52019E0156401 58

Contractor shall provide copies of the tests certificates to the purchaser as may

be required

21 Labour Law Contractor shall abide by all labour laws rules and regulations

which are prevailing and as enforced from time to time and SCL shall not be

responsible for any accident or mishap during the course of the contract to any

of engineer labour employee by the Contractor The contractor shall also ensure

that the statutory obligations with regards to the employment of labour under

law are complied properly and timely

22 ARBITRATION

In the event of any disputes differences or claims arising out of or relating to

the interpretation and application of the Contract such disputes or differences

or claims shall be settled amicably by mutual consultations of the good Offices

of the respective Parties and recognizing their mutual interests attempt to reach

a solution satisfactory to both the parties If such a resolution is not possible

within 30 days from the date of receipt of written notice of the existence of such

disputes then the unresolved disputes or differences or claims shall be

referred to the Sole Arbitrator appointed by the Parties by mutual consent in

accordance with the rules and procedures of Arbitration and Conciliation Act

1996 as amended from time to time The arbitration shall be conducted in New

Delhi in the Arbitration and Conciliation Centre New Delhi (Domestic and

International) as per its rules and regulations The expenses for the Arbitration

shall be shared equally or as may be determined by the Arbitrator The

considered and written decision of the Arbitrator shall be final and binding

between the Parties The applicable language for Arbitration shall be English

only Work under the Contract shall be continued by the CONTRACTOR during

the pendency of arbitration proceedings without prejudice to a final adjustment

in accordance with the decision of the Arbitrator unless otherwise directed in

writing by the DEPARTMENT or unless the matter is such that the works cannot

be possibly continued until the decision (whether final or interim) of the

Arbitrator is obtained

23 APPLICABLE LAWS The contract shall be interpreted construed and

Tender No SCLPS52019E0156401 59

governed by laws of IndiaThe contract shall be subject to exclusive Jurisdiction

of the Court of SAS Nagar (Mohali) Punjab India irrespective of anything

mentioned in any correspondences or otherwise

24 Any Other Term

Tender No SCLPS52019E0156401 60

Supporting Documents from Vendor

Attachment ‐ I

Attachment ‐ II

Price Bid Form

Item Description Slab Range Qty UOM Currency Unit Price Total Price

Supply of MCC Panels cables

cable trays lightings etc for

electrical distribution system

including fire detection

system LAN Paging etc for

the Chemical Store building as

per detailed specifications

technical write‐updrawings

attached

‐ 1 Lot ‐ ‐ ‐

Installation Testing and

Commissioning of MCC

Panels cables cable trays

lightings etc for electrical

distribution system including

fire detection system LAN

Paging etc for the Chemical

Store building as per detailed

specifications technical write‐

updrawings attached

‐ 1 Lot ‐ ‐ ‐

Tender No SCLPS52019E0156401 61

Break‐up of other taxes and other costs should be specified in respective narration columns

Sum of these Break‐up values should be specified in respective value columns

Supporting Documents from Vendor (Commercial)

Document attachment with price bid

Attachment ‐ I

Attachment ‐ II

  • pdf_document_tndr_notc_electrical_distribution_system_051119
  • pdf_document_tndr_doc_electrical_distribution_system_051119
Page 44: -72, -160071 चंडीगढ़ के समीप पंजाब भारत...स म -क डक टर ल ब र टर /Semi-Conductor Laboratory अ त रक ष वभ

Tender No SCLPS52019E0156401 43

4 C UV IR SensorThe UV‐IR flame detector shall operate on 24

VDC 0‐24mA current output suitable for detection of

Methanol flame with automatic built in test for reliable

operations and suitable for installation in Hazardous area zone

1and 2 with Class I Division 12 Gas group A B C The detector

shall not be susceptible to environmental conditions to

generate false alarms The entire system shall be rated for IP

66 or better and supplied with suitable mounting bracket The

system shall comply to the detailed specifications as listed

belowbullDetection Technology UV ‐ IR Electro‐optical

detectionbullDetection range 75 meterbullField of View greater

than equal to 90deg Both Horizontal and verticalbullResponse

Time less than equal to 5 secondsbullBuilt in Test Automatic

bullOperating Temperature Range 0 to + 75degCbullOperating

Humidity Range Continuous 95 non‐condensingbullAnalog

Output signal 4‐20mAbullAlarms amp Fault Normal 4 mA Fault

02 mA Alarm 20 mA + 10 verifiedbullOperating voltage 24

VDC ( 18‐32VDC)bullPower consumption Vendor to specify for

Standby and Alarm conditionbullSensor Calibration

Verification Sensor calibration as per OEM for certified

performancebullSensor Life 2 Years (minimum)bullSensor

Calibration vendor to carry out sensor calibration at site and

submit calibration certificate valid for one yearbullRFI EMI

SusceptibilitybullRequired EN 616326‐3 and EN 6100006‐3 or

equivalent IP protectionbullIP protection IP 66 or betterbullFault

Diagnostic Sensor Fault (end of life) other informationbullSelf‐

Check Test Automatic during start‐upbullHousing SS 316

Epoxy Painted Aluminium die castbullStart‐up Time Vendor to

specifybullApprovalcertification PESO and ATEX ‐ Ex d IIC C

Class 1 Div 12 Group A B C DNote Vendor shall arrange

the 230V AC to 24V DC Power supply module along with half

an hour Battery Back up in MS powder coated Enclosure

Input Power supply (230V AC) for Power Supply module shall

Tender No SCLPS52019E0156401 44

be provided by SCL

5 D SMU Unit for UV IR sensor Supply installation testing and

commissioning of Switch Monitoring Unit (SMU) to configure

the UV IR sensors with fire detection system as requiredE

SoundersAddressable Sounders shall be loop powered with

all fixing materials complete as required The sound level shall

be 100dB (A)

6 F Fire Alarm Control Panel (FACP) bullFACP shall be of 2

loopsbullFACP shall be suitable for 230V 50 Hz AC supply and

detectors shall be powered using FACP based detection

circuits Devices shall receive power and communication from

the same pair of conductorsbullFACP shall provide for resetting

detectors fault isolation and sensor loop operationbullFACP

shall be suitable for mixing different fire devices and beam

smoke detectors within the same loop to optimize field

wiringbullFACP shall have alarm indication of individual sensors

detector trouble alarm indication for dust accumulation The

panel shall check detector once in every 24 hours for

contamination for this purposebullThe FACP shall regularly

supervise all the sensors and devices on the loop and initiate

fire or trouble alarm whenever requiredbullFACP shall have 2

wire circuits to connect minimum of 126 addressable devices

per loopbullFACP shall be with repeater interface and suitable

24V battery with built in software and 2 x 40 character

alphanumeric LCD display and necessary front panel control

keys FACP shall display the date time and description for

Analog sensors to indicate alarms and trouble

situationsbullFACP switches shall allow authorized personnel to

accomplish the following ‐bullInitiate a general alarm

conditionbullSilence the local audiblebullSilence the alarm

signalsbullReset all zonespointsbullFACP shall have walk test

facilitybullShall have facility for programming from the key

board or utilizing PC set up software via laptopdesk top

Tender No SCLPS52019E0156401 45

computerbullShall have memory data for panel configuration

and operation reside in non‐volatile memory (EPROM)bullFACP

shall have facility for speech processor (to record pre‐

recorded message of 20 S) and also have Auto Dialer facility

(can dial up to 8 different lines)bullAll addressable units shall be

connected to the FACP through the loop cards and shall be

addressed though individualized numbers The FACP shall be

able to obtain analog value for all detectors in the circuit

through a pulsed digitized current data The FACP shall be

able to analyze all analog inputs from all addressable units

and though its own software and ambient level screening the

FACP shall be able to identify fire possible fire or fault

conditions The unit supervision shall be dynamic and

continuousbullThe FACP shall itself have all loop cards in it No

isolated mother board or transponder shall be

consideredbullShortopen circuit units shall also be reported at

the FACP in such cases the system through the use of fault

isolators shall be able to isolate that segment between the

two fault isolators The missing DetectorsDevices shall also

be reported to the FACP with identification of the

locationbullThe FACP shall have the facility to set smoke sensor

sensitivity remotely to either high sensitivity manually or on a

pre‐programmed sequence (Ie DayNight) period When an

alarm condition is sensed at the FACP from a smoke or heat

detector a delay timealarm verification period shall be

started If the sensor is still in alarm after the delay time

expired an alarm condition is reported The delay time shall

be adjustable from 0 to 990 secondsbullThe FACP shall have

either an in‐built or external printer coupled to the FACP

which shall log all events with time The printout shall clearly

indicate the event‐FirePre‐AlarmFault etc with the unit

address and timebullThe FACP shall also be able to discriminate

between false alarms and fire conditions as well as priority

selection of alarm in case alarm activities in two or more

Tender No SCLPS52019E0156401 46

remotely located units simultaneously In such cases the

Manual Call stations shall have the highest prioritybullThe FACP

shall also be able to actuate switches automatically in case of

Fire condition of AHUs and power supply or other system such

as piped pressurized gas supplybullThe system shall be fail safe

and adequate safe guards should be under taken that in the

event of a failure of a part of the system it shall not handicap

the complete system The loop cards shall be of Modular

constructionbullThe FACP shall have its own battery backup of a

minimum of 48 hours in normal run and then half an hour in

alarm condition The backup time calculation shall be done as

per TAC standards The Battery shall be 2 x 12V (24V) DC and

of sealed maintenance free type housed inside the FACPbullIt

shall be able to withstand temperature variations from 0

Degree Centigrade to 55 Degree Centigrade Further Relative

Humidity (non‐condensing type) up to 93 shall not hamper

its performance The voltage rating shall be from 17V DC to

31V DC though the voltage may be change depending upon

the working voltages of a proprietary FACPbullThe FACP shall be

totally enclosed dust and vermin proof type made of

minimum 16‐gauge dust inhibited sheet with even baked

finish The FACP shall be of completely solid state designbullThe

logic circuitry shall be based on high noise immunity solid‐

state hardware employing modular construction Logic cards

shall be of epoxy fiber glass constructionbullThe FACP shall have

EN 54ULFM approvalbullThe panel shall have an extra loop

card to serve as standby in case of burnout or malfunctioning

of any operating loop cardsbullThe FACP shall be capable of

being networked (future expansion) with other similar FACPs

located at different locations of SCL premises through a single

RS 485 busbullThe FACP shall have provision for interfacing with

the Public Address System

7 G Repeater panelScope comprises of supply and installation

Tender No SCLPS52019E0156401 47

of Repeater Panel which display fire fault message

simultaneously with the FACP bullIt shall be capable of

interfacing with the FACP on a single RS 485 Bus bullThe panel

shall be capable of operating on 24V DC supplybullThe

independent 24V DC supply source to be installed in MS

cubicle Box duly powder coated paint along with repeater

panelbullThe panel shall have 2 x 40‐character backlit display

which shall display date time and description of alarm

trouble events are that displayed in the panel shall be

powered from the FACPbullIt shall have control keys for sound

silence mute and to reset the FACP from the repeater

stationsbullThe repeater panel shall have the following LEDs

indicationsbullSupply bullFault bullMute bullSilent bullDisabled

bullFire

8 H Fire CableSupply and installation of 2Cx15mm2 Copper

extruded PVC inner sheath armored and overall FRLS PVC

outer sheathed 11 KV grade as per IS 7098 (Part I bearing ISI

certification) on existing cable traywallsoft soilhard soil as

required

9 I Fire Cable terminationSupplying and making end

termination with brass compression gland and copper lugs for

2Cx15mm2 Copper cable in MS Box of Size 4X4 installed

above the false ceilingwallsurface as required

10 J Junction Box for Fire devicesSupply installation testing and

commissioning of MS painted box Size 4X4 with ELMEX type

terminal block for loop in loop out of 2c x15 sq mm copper

armored cable and connection to the fire detector device on

wallsurfacerecess including wall cutting and providing

necessary hardware for mounting fixing including all

material for fixing as required

Tender No SCLPS52019E0156401 48

TECHNICAL SPECIFICATION‐4

Item Specifications ‐IV

Sl No Specifications Compliance

(Yes No)

Offered Specifications Remarks

1 A NetworksLAN The detailed specification for the network

rack switch cable cords IOs face plates etc and the

required accessories shall be as below CAT 6A or better cable

shall be laid in the PVC Conduit The detailed specifications

for the different component of networksLAN are as follows

2 bull Rack Supply installation testing and commissioning of UL

listed modular type 12U network rack with front glass door

and rear perforated door floor mounted Size 550x550 with

1 No of 5 port Octagonal PDU 515Amp with MCB and Fan

Tray with minimum 2 Fans The rack should have provision of

2 nos of cable manager duct type 1U and 2 vertical manager‐

concealed type Rack should be three sides openable with

front glass door and rear perforated door and provision of

cable entry from top and bottom both with proper earthing

kit as requiredRecommended Make Rittal Netrack

Schneider Valrack

3 bull Network Switch Supply amp installation of Network Switch in

Network Rack with the following specification as belowSwitch

shall haveamp61607Port Density Minimum 8 101001000

BaseT Ports amp 4‐1G SFP Ports ready for use with SFP module

Ports shall support PoE on all ports with PoE budget of

180Wamp61607Architecture Stand‐alone rack

mountableamp61607Bandwidth minimum 56Gbps of

switching bandwidth to support above listed ports in non‐

blocking configurationamp61607StackableScable support for

Tender No SCLPS52019E0156401 49

stacking multiple switchesamp61607Stacking backplane

bandwidth Access switch shall have additional port(s) for

providing minimum 40 Gbps stacking bandwidthamp61607L2

Features 8021x authentication spanning tree

etcamp61607Networkjflowsflow or equivalent provision for

Networkjflowsflow or equivalent supportamp61607Network

Management support Network Management through

command line interface (CLI) SNMP v1 v2c v3

httpsamp61607IPv6 Readiness IPv6 Readiness from day

1amp61607RegulatorySafety confirming to UL60950 amp

EN60950amp61607EALNIAP certified Model No shall be EAL

or NIAPNDPP certifiedRecommended Make Cisco Juniper

HP Brocade dell

4 bull CAT 6A Cable Supply and installationlaying of category 6A

or better 4 pair shielded cable UFTP or FUTP in PVC

Conduit sheath type low smoke zero halogen (LSZH) with

transmission properties amp electrical properties tested

minimum up to 500MHz amp verified by ETL amp comply with

ANSITIAEIA‐568‐C2 amp ISOIEC 11801 Recommended make

Commscope Schneider Molex Siemon

5 bull Patch Panel Supply installation testing and commissioning

of CAT6A PatchJack Panel of 24 Port fully loaded in Network

rack with port identification number with self‐adhesive clear

label holder Each portjack on the panel should be

individually removable on field from the panel and have

integrated rear cable management metallic shelf and have a

separate provision of grounding Recommended make

Commscope Schneider Molex Siemon

6 bull Patch Cords (1 meter) Supply installation testing and

commissioning of Patch Cords Cat 6A shielded 1 meter in

Network rack with 4 pair shielded copper wire factory pre

terminated with shielded RJ45 plugs Aluminumpolyester

Tender No SCLPS52019E0156401 50

shield screen material with low smoke Zero halogen sheath

comply to TIA‐568‐C2 Cat 6A in IOs of Network

RackRecommended make Commscope Schneider Molex

Siemon

7 bull Patch Cords (3 meter) Supply installation testing and

commissioning of Patch Cords Cat 6A shielded 3 meter in

Network rack with 4 pair shielded copper wire factory pre

terminated with shielded RJ45 plugs Aluminumpolyester

shield screen material with low smoke Zero halogen sheath

comply to TIA‐568‐C2 Cat 6A at field side Recommended

make Commscope Schneider Molex Siemon

8 bull Information outlet Supply and installation of Shielded Cat

6A information outlet UFTP or FUTP compliance to category

6A or better TIA568C2‐500MHz at field sideRecommended

make Commscope Schneider Molex Siemon

9 bull Face Plate (Dual) Supply and installation of single gang

square face plate (Dual) and SMB Box with a provision to

support variety of jacks‐ UTP STP etc at the field

sideRecommended make Commscope Schneider Molex

SiemonbullFace plate (single) Supply and installation of square

face plate ( single) with a provision to support variety of jacks‐

UTP STP etc at the field sideRecommended make

Commscope Schneider Molex Siemon

10 bull SMB Box Supply and installation of SMB Box for face plate

(DualSingle) as required Recommended make Commscope

Schneider Molex Siemon

11 bull Other Accessories amp61607Supply and Installation of

25mm electrical grade ISI mark PVC Conduit in

wallfloorslabsurface including wallfloor cutting and

making good the same as required Recommended make

Reputed ISI Markamp61607Supply and installation of OFC SM

Tender No SCLPS52019E0156401 51

OS2 Cable in existing 32mm HDPE pipe as

requiredamp61607Supply and Laying of 32mm HDPE pipe

direct in ground including excavation sand cushioning

protective covering and refilling the trench including standard

cable route marker etc as requiredamp61607Supply and

installation of SC simplex single‐mode LSZH pigtail 1m as

requiredamp61607Supply and installation of adaptor plate

with 3 SC duplex SM adaptors as requiredamp61607Splicing of

OFC as per Core as requiredamp61607Supply and installation

of accessories for making the Chamber Pit‐ 1Mtr Depth with

Lid for housing OFC as requiredamp61607Trenching of

HardSoft Soil as required

12 B Paging The scope includes supply installation testing and

commissioning of Supply and installation of IP 65 or better

explosion proofWP loud speaker anticorrosive powder

coated red (RAL‐3000) suitable for Zone I amp II Class II C

Hardware SS304 as per IS2148 and equivalent to model FLSR

25 of Baliga with necessary support gland as required and

installing the same on wallsurface with GI supports as

required and connecting the same with wire The Scope also

includes supply and installation of 2Cx15mm2 FRLS armored

and PVC sheath twisted pair wire their termination tagging

glanding earthing etc as required for speakers and other

accessories requires for smooth commissioning of the paging

system

Vendor Specificied Terms

Description Vendor Terms

Tender No SCLPS52019E0156401 52

1Delivery Term

Prices shall be quoted on F O R destination basis ie S C L S A S Nagar Mohali

Punjab exclusive of GST and taxes as may be applicable

2 GST

Purchaser is entitled to concessional GST of 5 as per Ministry of Finance

Department of Revenue Notification No 472017 Integrated Tax (Rate) both

dated 14th November 2017 respectively and would accordingly issue Exemption

Certificate in favour of the contractor quoting in Indian Rupees The bidder

should take note of the same while quoting the prices in Indian Rupees GST on

installation services shall be applicable 18

3 DELIVERY SCHEDULEPERIOD OF COMPLETION

The time allowed for supply installation testing and commissioning of the entire

works shall be 06 (Six) months to be reckoned form the 7th day of issue of

purchase order

4 IMPORTANT

This being a two part Tender Technical and Commercial parts separate the

bidder should not attach any document(s) containing pricing information with

technical part The Contractor will provide Un priced commercial offer in

envelope 1 (Technical Part) as an attachment

The tenders containing price information in Technical Part will be treated as

unsolicited offers and rejected Contractor to confirm that Price bid is not

attached in Envelope 1 ie Technical Part

Priced Commercial offer if any should be attached in Envelope 2 (Price Bid)

under Supporting Documents from Vendor (Commercial) as an attachment

5 The prices shall remain firm until completion of entire project including

extended period if any No cost escalation shall be applicable for the work

Tender No SCLPS52019E0156401 53

6 SECURITY DEPOSIT

a) On acceptance of the tender the Contractor shall submit security deposit for

ten percent (10 percent) of the value of the Contract within 15 days from the

date of purchase order If the Contractor fails toprovide the security within the

period specified such failure shall constitute a breach of the Contract and the

Purchaser shall be entitled to make other arrangements for the re purchase of

the stores contracted at the cost and risk of the Contractor

b) Security Deposit shall be submitted through Demand Draft Bankers Cheque

fixed deposit receipt or Bank Guarantee from any of the Scheduled Banks

executed on nonjudicial stamp paper of appropriate value and shall be valid for

a period of sixty (60) days beyond the date for completion of the Purchase

OrderContract

c) In case the contractor fails to furnish the security deposit within the specified

date or extended due date the Purchase OrderContract shall be cancelled and

in addition appropriate penal action may also be considered

d) After the Purchase OrderContract is successfully executed in all respects the

Bank Guarantee towards Security Deposit may be discharged and retained

amount shall be refunded to vendors

e) In the event of non execution of the Purchase orderContract or breach of any

terms and conditions of the Purchase Order the Security Deposit shall be

forfeited

7 Warranty

The Contractor shall provide for the tendered job comprehensive warranty for

parts as well as labour for a period of 12 months from the date of successful

installation commissioning and testing of the system at Purchasers site at no

extra charges against any manufacturing defectfaulty workmanship In case any

defect arises during warranty period the Contractor should replacerectify the

same at its own cost at siteworks

The LED light fittings and its driver unit etc shall have warranty for a period of 5

Tender No SCLPS52019E0156401 54

years from the date of installation and commissioning

8 Warranty Replacements

All replacement parts if any shall be supplied by the Contractor free of cost on F

O R Purchaser site at S A S Nagar Punjab basis

9 TERMS OF PAYMENT

The payment shall be remitted as under

90 of the value of the materials supplied shall be paid within 30 days of the

receipt of the materials at purchaser site and the balance 10 amount along

with 100 installation charges shall be payable on successful installation

commissioning and acceptance of the entire project at Purchasers site against a

Performance Bank Guarantee

10 PERFORMANCE BANK GUARANTEE (PBG)

The Contractor shall furnish a Bank Guarantee (as per format given by purchaser)

from any nationalized scheduled bank for an amount equivalent to 10 of the

value of the Contract and shall be valid for a period of 60 days beyond the expiry

date of warranty period On the performance and completion of the Contract in

all respects the Bank Guarantee will be returned to the Contractor without any

interest

11 VALIDITY

The tender must be valid for a minimum period of 120 days from the date of

opening of Technical bid and 90 days after opening of Price bid

The tender where the validity period is shorter than the period specified in the

tender enquiry shall be excluded from the procurement process

12 Quantity Variation

The quantities indicated against each items in the Bill of Quantities (BOQ) are

indicative and are for the purpose of bidding only Variation in quantities up to

Tender No SCLPS52019E0156401 55

+25 percent shall be carried out by the contractor on the agreedPurchase order

(PO) rates and terms amp conditions as in the purchase order (PO)

13 GUARANTEED TIME DELIVERY

The time for and the date of delivery stipulated in the Purchase Order shall be

deemed to be the essence of the Contract Delivery must be completed within

the date specified therein

14 Extra Items

In case of extra items (that are completely new and are in addition to the items

contained in the contract) the contractor may claim rates supported by proper

analysis and purchaser engineer in charge of the work shall after giving

consideration to the analysis of the rates submitted by the contractor determine

the rates on the basis of market rates and the contractor shall be paid in

accordance with the rates so determined The contractor(s) profit amp OH shall be

factored in the rate analysis 15

15 CONSIGNEE

Sr Purchase and Stores Officer (Stores)

Semi Conductor Laboratory

Sector 72 SAS Nagar (Mohali) Punjab

India 160 071

16 INSTALLATION AND COMMISSIONING

Installation commissioning and demonstration of performance of the tendered

stores as per Purchaser tendered specifications shall be carried out by the

Contractor at Purchaser site at S A S Nagar Punjab India

The Contractor shall provide in advance guidelines for preparation of the

installation site and list of items to be supplied by Purchaser during installation

Tender No SCLPS52019E0156401 56

On receipt of intimation from the Purchaser the Contractor shall depute its

engineer(s) to Purchaser site within two weeks to carry out installation and

commissioning and will demonstrate the functionality of the tendered

equipment to Purchaser specifications as per mutually agreed acceptance

procedure The Contractor shall be responsible for any lossdamages sustained

due to delay on the part of the Contractor to send its engineer for installation

and commissioning

Failure to commission the tendered equipment successfully shall entitle

Purchaser to full refund of the payment made and the interest thereon Decision

regarding successful installation and commissioning shall rest solely with the

Purchaser

17 REJECTION

In the event that any of the stores supplied by the Contractor is found defective

in material or workmanship or otherwise not in conformity with the

requirements of the Contract specifications the purchaser shall either reject the

stores or request the Contractor in writing to rectify the same The Contractor

on receipt of such notification shall either rectify or replace the defective stores

free of cost to the purchaser If the Contractor fails to do so the purchaser may

at his option either

a) replace or rectify such defective stores and recover the extra cost so involved

from the Contractor or

b) terminate the Contract for default as provided in this tender document

18 EXTENSION OF TIME

If the completion of supply of stores is delayed due to reason of force majeure

such as acts of god acts of public enemy acts of Government fires floods

epidemics quarantine restriction strikes freight embargoes etc the

Contractor shall give notice within 15 days to the purchaser in writing of his

claim for an extension of time The purchaser on receipt of such notice after

verification if necessary may agree to extend the Contract delivery date as may

Tender No SCLPS52019E0156401 57

be reasonable but without prejudice to other terms and conditions of the

Contract

19 DELAY IN COMPLETIONLIQUIDATED DAMAGES

If the Contractor fails to deliver the stores within the time specified in the

Contract or any extension thereof the purchaser shall recover from the

Contractor as liquidated damages a sum of one half of one percent (05 percent)

of the Contract price of the undelivered stores for each calendar week of delay

The total liquidated damages shall not exceed ten percent (10 percent) of the

Contract price of the unit or units so delayed Stores will be deemed to have

been delivered only when all their component parts are also delivered If certain

components are not delivered in time the stores will be considered as delayed

until such time as the missing parts are delivered Delivery of stores shall be

complete on Installation commissioning Testing and Acceptance

20 INSPECTION AND ACCEPTANCE TEST

The Purchasers representatives shall also be entitled at all reasonable times

during manufacture to inspect examine and test on the Contractors premises

the material and workmanship of all stores to be supplied under this Contract

and if part of the said stores is being manufactured on other premises the

Contractor shall obtain for the purchasers representative permission to inspect

examine and test as if the equipment were being manufactured on the

Contractors premises

Such inspection examination and testing shall not release the Contractor from

the obligations under this Contract

For tests on the premises of the Contractor or of any of his sub Contractors the

Contractor shall provide free of cost assistance labour material electricity fuel

and instruments as may be required or as may be reasonably needed by the

purchasers representative to carry out the tests efficiently

When the stores have passed the specified test the purchaser representative

shall furnish a certificate to the effect in writing to the Contractor The

Tender No SCLPS52019E0156401 58

Contractor shall provide copies of the tests certificates to the purchaser as may

be required

21 Labour Law Contractor shall abide by all labour laws rules and regulations

which are prevailing and as enforced from time to time and SCL shall not be

responsible for any accident or mishap during the course of the contract to any

of engineer labour employee by the Contractor The contractor shall also ensure

that the statutory obligations with regards to the employment of labour under

law are complied properly and timely

22 ARBITRATION

In the event of any disputes differences or claims arising out of or relating to

the interpretation and application of the Contract such disputes or differences

or claims shall be settled amicably by mutual consultations of the good Offices

of the respective Parties and recognizing their mutual interests attempt to reach

a solution satisfactory to both the parties If such a resolution is not possible

within 30 days from the date of receipt of written notice of the existence of such

disputes then the unresolved disputes or differences or claims shall be

referred to the Sole Arbitrator appointed by the Parties by mutual consent in

accordance with the rules and procedures of Arbitration and Conciliation Act

1996 as amended from time to time The arbitration shall be conducted in New

Delhi in the Arbitration and Conciliation Centre New Delhi (Domestic and

International) as per its rules and regulations The expenses for the Arbitration

shall be shared equally or as may be determined by the Arbitrator The

considered and written decision of the Arbitrator shall be final and binding

between the Parties The applicable language for Arbitration shall be English

only Work under the Contract shall be continued by the CONTRACTOR during

the pendency of arbitration proceedings without prejudice to a final adjustment

in accordance with the decision of the Arbitrator unless otherwise directed in

writing by the DEPARTMENT or unless the matter is such that the works cannot

be possibly continued until the decision (whether final or interim) of the

Arbitrator is obtained

23 APPLICABLE LAWS The contract shall be interpreted construed and

Tender No SCLPS52019E0156401 59

governed by laws of IndiaThe contract shall be subject to exclusive Jurisdiction

of the Court of SAS Nagar (Mohali) Punjab India irrespective of anything

mentioned in any correspondences or otherwise

24 Any Other Term

Tender No SCLPS52019E0156401 60

Supporting Documents from Vendor

Attachment ‐ I

Attachment ‐ II

Price Bid Form

Item Description Slab Range Qty UOM Currency Unit Price Total Price

Supply of MCC Panels cables

cable trays lightings etc for

electrical distribution system

including fire detection

system LAN Paging etc for

the Chemical Store building as

per detailed specifications

technical write‐updrawings

attached

‐ 1 Lot ‐ ‐ ‐

Installation Testing and

Commissioning of MCC

Panels cables cable trays

lightings etc for electrical

distribution system including

fire detection system LAN

Paging etc for the Chemical

Store building as per detailed

specifications technical write‐

updrawings attached

‐ 1 Lot ‐ ‐ ‐

Tender No SCLPS52019E0156401 61

Break‐up of other taxes and other costs should be specified in respective narration columns

Sum of these Break‐up values should be specified in respective value columns

Supporting Documents from Vendor (Commercial)

Document attachment with price bid

Attachment ‐ I

Attachment ‐ II

  • pdf_document_tndr_notc_electrical_distribution_system_051119
  • pdf_document_tndr_doc_electrical_distribution_system_051119
Page 45: -72, -160071 चंडीगढ़ के समीप पंजाब भारत...स म -क डक टर ल ब र टर /Semi-Conductor Laboratory अ त रक ष वभ

Tender No SCLPS52019E0156401 44

be provided by SCL

5 D SMU Unit for UV IR sensor Supply installation testing and

commissioning of Switch Monitoring Unit (SMU) to configure

the UV IR sensors with fire detection system as requiredE

SoundersAddressable Sounders shall be loop powered with

all fixing materials complete as required The sound level shall

be 100dB (A)

6 F Fire Alarm Control Panel (FACP) bullFACP shall be of 2

loopsbullFACP shall be suitable for 230V 50 Hz AC supply and

detectors shall be powered using FACP based detection

circuits Devices shall receive power and communication from

the same pair of conductorsbullFACP shall provide for resetting

detectors fault isolation and sensor loop operationbullFACP

shall be suitable for mixing different fire devices and beam

smoke detectors within the same loop to optimize field

wiringbullFACP shall have alarm indication of individual sensors

detector trouble alarm indication for dust accumulation The

panel shall check detector once in every 24 hours for

contamination for this purposebullThe FACP shall regularly

supervise all the sensors and devices on the loop and initiate

fire or trouble alarm whenever requiredbullFACP shall have 2

wire circuits to connect minimum of 126 addressable devices

per loopbullFACP shall be with repeater interface and suitable

24V battery with built in software and 2 x 40 character

alphanumeric LCD display and necessary front panel control

keys FACP shall display the date time and description for

Analog sensors to indicate alarms and trouble

situationsbullFACP switches shall allow authorized personnel to

accomplish the following ‐bullInitiate a general alarm

conditionbullSilence the local audiblebullSilence the alarm

signalsbullReset all zonespointsbullFACP shall have walk test

facilitybullShall have facility for programming from the key

board or utilizing PC set up software via laptopdesk top

Tender No SCLPS52019E0156401 45

computerbullShall have memory data for panel configuration

and operation reside in non‐volatile memory (EPROM)bullFACP

shall have facility for speech processor (to record pre‐

recorded message of 20 S) and also have Auto Dialer facility

(can dial up to 8 different lines)bullAll addressable units shall be

connected to the FACP through the loop cards and shall be

addressed though individualized numbers The FACP shall be

able to obtain analog value for all detectors in the circuit

through a pulsed digitized current data The FACP shall be

able to analyze all analog inputs from all addressable units

and though its own software and ambient level screening the

FACP shall be able to identify fire possible fire or fault

conditions The unit supervision shall be dynamic and

continuousbullThe FACP shall itself have all loop cards in it No

isolated mother board or transponder shall be

consideredbullShortopen circuit units shall also be reported at

the FACP in such cases the system through the use of fault

isolators shall be able to isolate that segment between the

two fault isolators The missing DetectorsDevices shall also

be reported to the FACP with identification of the

locationbullThe FACP shall have the facility to set smoke sensor

sensitivity remotely to either high sensitivity manually or on a

pre‐programmed sequence (Ie DayNight) period When an

alarm condition is sensed at the FACP from a smoke or heat

detector a delay timealarm verification period shall be

started If the sensor is still in alarm after the delay time

expired an alarm condition is reported The delay time shall

be adjustable from 0 to 990 secondsbullThe FACP shall have

either an in‐built or external printer coupled to the FACP

which shall log all events with time The printout shall clearly

indicate the event‐FirePre‐AlarmFault etc with the unit

address and timebullThe FACP shall also be able to discriminate

between false alarms and fire conditions as well as priority

selection of alarm in case alarm activities in two or more

Tender No SCLPS52019E0156401 46

remotely located units simultaneously In such cases the

Manual Call stations shall have the highest prioritybullThe FACP

shall also be able to actuate switches automatically in case of

Fire condition of AHUs and power supply or other system such

as piped pressurized gas supplybullThe system shall be fail safe

and adequate safe guards should be under taken that in the

event of a failure of a part of the system it shall not handicap

the complete system The loop cards shall be of Modular

constructionbullThe FACP shall have its own battery backup of a

minimum of 48 hours in normal run and then half an hour in

alarm condition The backup time calculation shall be done as

per TAC standards The Battery shall be 2 x 12V (24V) DC and

of sealed maintenance free type housed inside the FACPbullIt

shall be able to withstand temperature variations from 0

Degree Centigrade to 55 Degree Centigrade Further Relative

Humidity (non‐condensing type) up to 93 shall not hamper

its performance The voltage rating shall be from 17V DC to

31V DC though the voltage may be change depending upon

the working voltages of a proprietary FACPbullThe FACP shall be

totally enclosed dust and vermin proof type made of

minimum 16‐gauge dust inhibited sheet with even baked

finish The FACP shall be of completely solid state designbullThe

logic circuitry shall be based on high noise immunity solid‐

state hardware employing modular construction Logic cards

shall be of epoxy fiber glass constructionbullThe FACP shall have

EN 54ULFM approvalbullThe panel shall have an extra loop

card to serve as standby in case of burnout or malfunctioning

of any operating loop cardsbullThe FACP shall be capable of

being networked (future expansion) with other similar FACPs

located at different locations of SCL premises through a single

RS 485 busbullThe FACP shall have provision for interfacing with

the Public Address System

7 G Repeater panelScope comprises of supply and installation

Tender No SCLPS52019E0156401 47

of Repeater Panel which display fire fault message

simultaneously with the FACP bullIt shall be capable of

interfacing with the FACP on a single RS 485 Bus bullThe panel

shall be capable of operating on 24V DC supplybullThe

independent 24V DC supply source to be installed in MS

cubicle Box duly powder coated paint along with repeater

panelbullThe panel shall have 2 x 40‐character backlit display

which shall display date time and description of alarm

trouble events are that displayed in the panel shall be

powered from the FACPbullIt shall have control keys for sound

silence mute and to reset the FACP from the repeater

stationsbullThe repeater panel shall have the following LEDs

indicationsbullSupply bullFault bullMute bullSilent bullDisabled

bullFire

8 H Fire CableSupply and installation of 2Cx15mm2 Copper

extruded PVC inner sheath armored and overall FRLS PVC

outer sheathed 11 KV grade as per IS 7098 (Part I bearing ISI

certification) on existing cable traywallsoft soilhard soil as

required

9 I Fire Cable terminationSupplying and making end

termination with brass compression gland and copper lugs for

2Cx15mm2 Copper cable in MS Box of Size 4X4 installed

above the false ceilingwallsurface as required

10 J Junction Box for Fire devicesSupply installation testing and

commissioning of MS painted box Size 4X4 with ELMEX type

terminal block for loop in loop out of 2c x15 sq mm copper

armored cable and connection to the fire detector device on

wallsurfacerecess including wall cutting and providing

necessary hardware for mounting fixing including all

material for fixing as required

Tender No SCLPS52019E0156401 48

TECHNICAL SPECIFICATION‐4

Item Specifications ‐IV

Sl No Specifications Compliance

(Yes No)

Offered Specifications Remarks

1 A NetworksLAN The detailed specification for the network

rack switch cable cords IOs face plates etc and the

required accessories shall be as below CAT 6A or better cable

shall be laid in the PVC Conduit The detailed specifications

for the different component of networksLAN are as follows

2 bull Rack Supply installation testing and commissioning of UL

listed modular type 12U network rack with front glass door

and rear perforated door floor mounted Size 550x550 with

1 No of 5 port Octagonal PDU 515Amp with MCB and Fan

Tray with minimum 2 Fans The rack should have provision of

2 nos of cable manager duct type 1U and 2 vertical manager‐

concealed type Rack should be three sides openable with

front glass door and rear perforated door and provision of

cable entry from top and bottom both with proper earthing

kit as requiredRecommended Make Rittal Netrack

Schneider Valrack

3 bull Network Switch Supply amp installation of Network Switch in

Network Rack with the following specification as belowSwitch

shall haveamp61607Port Density Minimum 8 101001000

BaseT Ports amp 4‐1G SFP Ports ready for use with SFP module

Ports shall support PoE on all ports with PoE budget of

180Wamp61607Architecture Stand‐alone rack

mountableamp61607Bandwidth minimum 56Gbps of

switching bandwidth to support above listed ports in non‐

blocking configurationamp61607StackableScable support for

Tender No SCLPS52019E0156401 49

stacking multiple switchesamp61607Stacking backplane

bandwidth Access switch shall have additional port(s) for

providing minimum 40 Gbps stacking bandwidthamp61607L2

Features 8021x authentication spanning tree

etcamp61607Networkjflowsflow or equivalent provision for

Networkjflowsflow or equivalent supportamp61607Network

Management support Network Management through

command line interface (CLI) SNMP v1 v2c v3

httpsamp61607IPv6 Readiness IPv6 Readiness from day

1amp61607RegulatorySafety confirming to UL60950 amp

EN60950amp61607EALNIAP certified Model No shall be EAL

or NIAPNDPP certifiedRecommended Make Cisco Juniper

HP Brocade dell

4 bull CAT 6A Cable Supply and installationlaying of category 6A

or better 4 pair shielded cable UFTP or FUTP in PVC

Conduit sheath type low smoke zero halogen (LSZH) with

transmission properties amp electrical properties tested

minimum up to 500MHz amp verified by ETL amp comply with

ANSITIAEIA‐568‐C2 amp ISOIEC 11801 Recommended make

Commscope Schneider Molex Siemon

5 bull Patch Panel Supply installation testing and commissioning

of CAT6A PatchJack Panel of 24 Port fully loaded in Network

rack with port identification number with self‐adhesive clear

label holder Each portjack on the panel should be

individually removable on field from the panel and have

integrated rear cable management metallic shelf and have a

separate provision of grounding Recommended make

Commscope Schneider Molex Siemon

6 bull Patch Cords (1 meter) Supply installation testing and

commissioning of Patch Cords Cat 6A shielded 1 meter in

Network rack with 4 pair shielded copper wire factory pre

terminated with shielded RJ45 plugs Aluminumpolyester

Tender No SCLPS52019E0156401 50

shield screen material with low smoke Zero halogen sheath

comply to TIA‐568‐C2 Cat 6A in IOs of Network

RackRecommended make Commscope Schneider Molex

Siemon

7 bull Patch Cords (3 meter) Supply installation testing and

commissioning of Patch Cords Cat 6A shielded 3 meter in

Network rack with 4 pair shielded copper wire factory pre

terminated with shielded RJ45 plugs Aluminumpolyester

shield screen material with low smoke Zero halogen sheath

comply to TIA‐568‐C2 Cat 6A at field side Recommended

make Commscope Schneider Molex Siemon

8 bull Information outlet Supply and installation of Shielded Cat

6A information outlet UFTP or FUTP compliance to category

6A or better TIA568C2‐500MHz at field sideRecommended

make Commscope Schneider Molex Siemon

9 bull Face Plate (Dual) Supply and installation of single gang

square face plate (Dual) and SMB Box with a provision to

support variety of jacks‐ UTP STP etc at the field

sideRecommended make Commscope Schneider Molex

SiemonbullFace plate (single) Supply and installation of square

face plate ( single) with a provision to support variety of jacks‐

UTP STP etc at the field sideRecommended make

Commscope Schneider Molex Siemon

10 bull SMB Box Supply and installation of SMB Box for face plate

(DualSingle) as required Recommended make Commscope

Schneider Molex Siemon

11 bull Other Accessories amp61607Supply and Installation of

25mm electrical grade ISI mark PVC Conduit in

wallfloorslabsurface including wallfloor cutting and

making good the same as required Recommended make

Reputed ISI Markamp61607Supply and installation of OFC SM

Tender No SCLPS52019E0156401 51

OS2 Cable in existing 32mm HDPE pipe as

requiredamp61607Supply and Laying of 32mm HDPE pipe

direct in ground including excavation sand cushioning

protective covering and refilling the trench including standard

cable route marker etc as requiredamp61607Supply and

installation of SC simplex single‐mode LSZH pigtail 1m as

requiredamp61607Supply and installation of adaptor plate

with 3 SC duplex SM adaptors as requiredamp61607Splicing of

OFC as per Core as requiredamp61607Supply and installation

of accessories for making the Chamber Pit‐ 1Mtr Depth with

Lid for housing OFC as requiredamp61607Trenching of

HardSoft Soil as required

12 B Paging The scope includes supply installation testing and

commissioning of Supply and installation of IP 65 or better

explosion proofWP loud speaker anticorrosive powder

coated red (RAL‐3000) suitable for Zone I amp II Class II C

Hardware SS304 as per IS2148 and equivalent to model FLSR

25 of Baliga with necessary support gland as required and

installing the same on wallsurface with GI supports as

required and connecting the same with wire The Scope also

includes supply and installation of 2Cx15mm2 FRLS armored

and PVC sheath twisted pair wire their termination tagging

glanding earthing etc as required for speakers and other

accessories requires for smooth commissioning of the paging

system

Vendor Specificied Terms

Description Vendor Terms

Tender No SCLPS52019E0156401 52

1Delivery Term

Prices shall be quoted on F O R destination basis ie S C L S A S Nagar Mohali

Punjab exclusive of GST and taxes as may be applicable

2 GST

Purchaser is entitled to concessional GST of 5 as per Ministry of Finance

Department of Revenue Notification No 472017 Integrated Tax (Rate) both

dated 14th November 2017 respectively and would accordingly issue Exemption

Certificate in favour of the contractor quoting in Indian Rupees The bidder

should take note of the same while quoting the prices in Indian Rupees GST on

installation services shall be applicable 18

3 DELIVERY SCHEDULEPERIOD OF COMPLETION

The time allowed for supply installation testing and commissioning of the entire

works shall be 06 (Six) months to be reckoned form the 7th day of issue of

purchase order

4 IMPORTANT

This being a two part Tender Technical and Commercial parts separate the

bidder should not attach any document(s) containing pricing information with

technical part The Contractor will provide Un priced commercial offer in

envelope 1 (Technical Part) as an attachment

The tenders containing price information in Technical Part will be treated as

unsolicited offers and rejected Contractor to confirm that Price bid is not

attached in Envelope 1 ie Technical Part

Priced Commercial offer if any should be attached in Envelope 2 (Price Bid)

under Supporting Documents from Vendor (Commercial) as an attachment

5 The prices shall remain firm until completion of entire project including

extended period if any No cost escalation shall be applicable for the work

Tender No SCLPS52019E0156401 53

6 SECURITY DEPOSIT

a) On acceptance of the tender the Contractor shall submit security deposit for

ten percent (10 percent) of the value of the Contract within 15 days from the

date of purchase order If the Contractor fails toprovide the security within the

period specified such failure shall constitute a breach of the Contract and the

Purchaser shall be entitled to make other arrangements for the re purchase of

the stores contracted at the cost and risk of the Contractor

b) Security Deposit shall be submitted through Demand Draft Bankers Cheque

fixed deposit receipt or Bank Guarantee from any of the Scheduled Banks

executed on nonjudicial stamp paper of appropriate value and shall be valid for

a period of sixty (60) days beyond the date for completion of the Purchase

OrderContract

c) In case the contractor fails to furnish the security deposit within the specified

date or extended due date the Purchase OrderContract shall be cancelled and

in addition appropriate penal action may also be considered

d) After the Purchase OrderContract is successfully executed in all respects the

Bank Guarantee towards Security Deposit may be discharged and retained

amount shall be refunded to vendors

e) In the event of non execution of the Purchase orderContract or breach of any

terms and conditions of the Purchase Order the Security Deposit shall be

forfeited

7 Warranty

The Contractor shall provide for the tendered job comprehensive warranty for

parts as well as labour for a period of 12 months from the date of successful

installation commissioning and testing of the system at Purchasers site at no

extra charges against any manufacturing defectfaulty workmanship In case any

defect arises during warranty period the Contractor should replacerectify the

same at its own cost at siteworks

The LED light fittings and its driver unit etc shall have warranty for a period of 5

Tender No SCLPS52019E0156401 54

years from the date of installation and commissioning

8 Warranty Replacements

All replacement parts if any shall be supplied by the Contractor free of cost on F

O R Purchaser site at S A S Nagar Punjab basis

9 TERMS OF PAYMENT

The payment shall be remitted as under

90 of the value of the materials supplied shall be paid within 30 days of the

receipt of the materials at purchaser site and the balance 10 amount along

with 100 installation charges shall be payable on successful installation

commissioning and acceptance of the entire project at Purchasers site against a

Performance Bank Guarantee

10 PERFORMANCE BANK GUARANTEE (PBG)

The Contractor shall furnish a Bank Guarantee (as per format given by purchaser)

from any nationalized scheduled bank for an amount equivalent to 10 of the

value of the Contract and shall be valid for a period of 60 days beyond the expiry

date of warranty period On the performance and completion of the Contract in

all respects the Bank Guarantee will be returned to the Contractor without any

interest

11 VALIDITY

The tender must be valid for a minimum period of 120 days from the date of

opening of Technical bid and 90 days after opening of Price bid

The tender where the validity period is shorter than the period specified in the

tender enquiry shall be excluded from the procurement process

12 Quantity Variation

The quantities indicated against each items in the Bill of Quantities (BOQ) are

indicative and are for the purpose of bidding only Variation in quantities up to

Tender No SCLPS52019E0156401 55

+25 percent shall be carried out by the contractor on the agreedPurchase order

(PO) rates and terms amp conditions as in the purchase order (PO)

13 GUARANTEED TIME DELIVERY

The time for and the date of delivery stipulated in the Purchase Order shall be

deemed to be the essence of the Contract Delivery must be completed within

the date specified therein

14 Extra Items

In case of extra items (that are completely new and are in addition to the items

contained in the contract) the contractor may claim rates supported by proper

analysis and purchaser engineer in charge of the work shall after giving

consideration to the analysis of the rates submitted by the contractor determine

the rates on the basis of market rates and the contractor shall be paid in

accordance with the rates so determined The contractor(s) profit amp OH shall be

factored in the rate analysis 15

15 CONSIGNEE

Sr Purchase and Stores Officer (Stores)

Semi Conductor Laboratory

Sector 72 SAS Nagar (Mohali) Punjab

India 160 071

16 INSTALLATION AND COMMISSIONING

Installation commissioning and demonstration of performance of the tendered

stores as per Purchaser tendered specifications shall be carried out by the

Contractor at Purchaser site at S A S Nagar Punjab India

The Contractor shall provide in advance guidelines for preparation of the

installation site and list of items to be supplied by Purchaser during installation

Tender No SCLPS52019E0156401 56

On receipt of intimation from the Purchaser the Contractor shall depute its

engineer(s) to Purchaser site within two weeks to carry out installation and

commissioning and will demonstrate the functionality of the tendered

equipment to Purchaser specifications as per mutually agreed acceptance

procedure The Contractor shall be responsible for any lossdamages sustained

due to delay on the part of the Contractor to send its engineer for installation

and commissioning

Failure to commission the tendered equipment successfully shall entitle

Purchaser to full refund of the payment made and the interest thereon Decision

regarding successful installation and commissioning shall rest solely with the

Purchaser

17 REJECTION

In the event that any of the stores supplied by the Contractor is found defective

in material or workmanship or otherwise not in conformity with the

requirements of the Contract specifications the purchaser shall either reject the

stores or request the Contractor in writing to rectify the same The Contractor

on receipt of such notification shall either rectify or replace the defective stores

free of cost to the purchaser If the Contractor fails to do so the purchaser may

at his option either

a) replace or rectify such defective stores and recover the extra cost so involved

from the Contractor or

b) terminate the Contract for default as provided in this tender document

18 EXTENSION OF TIME

If the completion of supply of stores is delayed due to reason of force majeure

such as acts of god acts of public enemy acts of Government fires floods

epidemics quarantine restriction strikes freight embargoes etc the

Contractor shall give notice within 15 days to the purchaser in writing of his

claim for an extension of time The purchaser on receipt of such notice after

verification if necessary may agree to extend the Contract delivery date as may

Tender No SCLPS52019E0156401 57

be reasonable but without prejudice to other terms and conditions of the

Contract

19 DELAY IN COMPLETIONLIQUIDATED DAMAGES

If the Contractor fails to deliver the stores within the time specified in the

Contract or any extension thereof the purchaser shall recover from the

Contractor as liquidated damages a sum of one half of one percent (05 percent)

of the Contract price of the undelivered stores for each calendar week of delay

The total liquidated damages shall not exceed ten percent (10 percent) of the

Contract price of the unit or units so delayed Stores will be deemed to have

been delivered only when all their component parts are also delivered If certain

components are not delivered in time the stores will be considered as delayed

until such time as the missing parts are delivered Delivery of stores shall be

complete on Installation commissioning Testing and Acceptance

20 INSPECTION AND ACCEPTANCE TEST

The Purchasers representatives shall also be entitled at all reasonable times

during manufacture to inspect examine and test on the Contractors premises

the material and workmanship of all stores to be supplied under this Contract

and if part of the said stores is being manufactured on other premises the

Contractor shall obtain for the purchasers representative permission to inspect

examine and test as if the equipment were being manufactured on the

Contractors premises

Such inspection examination and testing shall not release the Contractor from

the obligations under this Contract

For tests on the premises of the Contractor or of any of his sub Contractors the

Contractor shall provide free of cost assistance labour material electricity fuel

and instruments as may be required or as may be reasonably needed by the

purchasers representative to carry out the tests efficiently

When the stores have passed the specified test the purchaser representative

shall furnish a certificate to the effect in writing to the Contractor The

Tender No SCLPS52019E0156401 58

Contractor shall provide copies of the tests certificates to the purchaser as may

be required

21 Labour Law Contractor shall abide by all labour laws rules and regulations

which are prevailing and as enforced from time to time and SCL shall not be

responsible for any accident or mishap during the course of the contract to any

of engineer labour employee by the Contractor The contractor shall also ensure

that the statutory obligations with regards to the employment of labour under

law are complied properly and timely

22 ARBITRATION

In the event of any disputes differences or claims arising out of or relating to

the interpretation and application of the Contract such disputes or differences

or claims shall be settled amicably by mutual consultations of the good Offices

of the respective Parties and recognizing their mutual interests attempt to reach

a solution satisfactory to both the parties If such a resolution is not possible

within 30 days from the date of receipt of written notice of the existence of such

disputes then the unresolved disputes or differences or claims shall be

referred to the Sole Arbitrator appointed by the Parties by mutual consent in

accordance with the rules and procedures of Arbitration and Conciliation Act

1996 as amended from time to time The arbitration shall be conducted in New

Delhi in the Arbitration and Conciliation Centre New Delhi (Domestic and

International) as per its rules and regulations The expenses for the Arbitration

shall be shared equally or as may be determined by the Arbitrator The

considered and written decision of the Arbitrator shall be final and binding

between the Parties The applicable language for Arbitration shall be English

only Work under the Contract shall be continued by the CONTRACTOR during

the pendency of arbitration proceedings without prejudice to a final adjustment

in accordance with the decision of the Arbitrator unless otherwise directed in

writing by the DEPARTMENT or unless the matter is such that the works cannot

be possibly continued until the decision (whether final or interim) of the

Arbitrator is obtained

23 APPLICABLE LAWS The contract shall be interpreted construed and

Tender No SCLPS52019E0156401 59

governed by laws of IndiaThe contract shall be subject to exclusive Jurisdiction

of the Court of SAS Nagar (Mohali) Punjab India irrespective of anything

mentioned in any correspondences or otherwise

24 Any Other Term

Tender No SCLPS52019E0156401 60

Supporting Documents from Vendor

Attachment ‐ I

Attachment ‐ II

Price Bid Form

Item Description Slab Range Qty UOM Currency Unit Price Total Price

Supply of MCC Panels cables

cable trays lightings etc for

electrical distribution system

including fire detection

system LAN Paging etc for

the Chemical Store building as

per detailed specifications

technical write‐updrawings

attached

‐ 1 Lot ‐ ‐ ‐

Installation Testing and

Commissioning of MCC

Panels cables cable trays

lightings etc for electrical

distribution system including

fire detection system LAN

Paging etc for the Chemical

Store building as per detailed

specifications technical write‐

updrawings attached

‐ 1 Lot ‐ ‐ ‐

Tender No SCLPS52019E0156401 61

Break‐up of other taxes and other costs should be specified in respective narration columns

Sum of these Break‐up values should be specified in respective value columns

Supporting Documents from Vendor (Commercial)

Document attachment with price bid

Attachment ‐ I

Attachment ‐ II

  • pdf_document_tndr_notc_electrical_distribution_system_051119
  • pdf_document_tndr_doc_electrical_distribution_system_051119
Page 46: -72, -160071 चंडीगढ़ के समीप पंजाब भारत...स म -क डक टर ल ब र टर /Semi-Conductor Laboratory अ त रक ष वभ

Tender No SCLPS52019E0156401 45

computerbullShall have memory data for panel configuration

and operation reside in non‐volatile memory (EPROM)bullFACP

shall have facility for speech processor (to record pre‐

recorded message of 20 S) and also have Auto Dialer facility

(can dial up to 8 different lines)bullAll addressable units shall be

connected to the FACP through the loop cards and shall be

addressed though individualized numbers The FACP shall be

able to obtain analog value for all detectors in the circuit

through a pulsed digitized current data The FACP shall be

able to analyze all analog inputs from all addressable units

and though its own software and ambient level screening the

FACP shall be able to identify fire possible fire or fault

conditions The unit supervision shall be dynamic and

continuousbullThe FACP shall itself have all loop cards in it No

isolated mother board or transponder shall be

consideredbullShortopen circuit units shall also be reported at

the FACP in such cases the system through the use of fault

isolators shall be able to isolate that segment between the

two fault isolators The missing DetectorsDevices shall also

be reported to the FACP with identification of the

locationbullThe FACP shall have the facility to set smoke sensor

sensitivity remotely to either high sensitivity manually or on a

pre‐programmed sequence (Ie DayNight) period When an

alarm condition is sensed at the FACP from a smoke or heat

detector a delay timealarm verification period shall be

started If the sensor is still in alarm after the delay time

expired an alarm condition is reported The delay time shall

be adjustable from 0 to 990 secondsbullThe FACP shall have

either an in‐built or external printer coupled to the FACP

which shall log all events with time The printout shall clearly

indicate the event‐FirePre‐AlarmFault etc with the unit

address and timebullThe FACP shall also be able to discriminate

between false alarms and fire conditions as well as priority

selection of alarm in case alarm activities in two or more

Tender No SCLPS52019E0156401 46

remotely located units simultaneously In such cases the

Manual Call stations shall have the highest prioritybullThe FACP

shall also be able to actuate switches automatically in case of

Fire condition of AHUs and power supply or other system such

as piped pressurized gas supplybullThe system shall be fail safe

and adequate safe guards should be under taken that in the

event of a failure of a part of the system it shall not handicap

the complete system The loop cards shall be of Modular

constructionbullThe FACP shall have its own battery backup of a

minimum of 48 hours in normal run and then half an hour in

alarm condition The backup time calculation shall be done as

per TAC standards The Battery shall be 2 x 12V (24V) DC and

of sealed maintenance free type housed inside the FACPbullIt

shall be able to withstand temperature variations from 0

Degree Centigrade to 55 Degree Centigrade Further Relative

Humidity (non‐condensing type) up to 93 shall not hamper

its performance The voltage rating shall be from 17V DC to

31V DC though the voltage may be change depending upon

the working voltages of a proprietary FACPbullThe FACP shall be

totally enclosed dust and vermin proof type made of

minimum 16‐gauge dust inhibited sheet with even baked

finish The FACP shall be of completely solid state designbullThe

logic circuitry shall be based on high noise immunity solid‐

state hardware employing modular construction Logic cards

shall be of epoxy fiber glass constructionbullThe FACP shall have

EN 54ULFM approvalbullThe panel shall have an extra loop

card to serve as standby in case of burnout or malfunctioning

of any operating loop cardsbullThe FACP shall be capable of

being networked (future expansion) with other similar FACPs

located at different locations of SCL premises through a single

RS 485 busbullThe FACP shall have provision for interfacing with

the Public Address System

7 G Repeater panelScope comprises of supply and installation

Tender No SCLPS52019E0156401 47

of Repeater Panel which display fire fault message

simultaneously with the FACP bullIt shall be capable of

interfacing with the FACP on a single RS 485 Bus bullThe panel

shall be capable of operating on 24V DC supplybullThe

independent 24V DC supply source to be installed in MS

cubicle Box duly powder coated paint along with repeater

panelbullThe panel shall have 2 x 40‐character backlit display

which shall display date time and description of alarm

trouble events are that displayed in the panel shall be

powered from the FACPbullIt shall have control keys for sound

silence mute and to reset the FACP from the repeater

stationsbullThe repeater panel shall have the following LEDs

indicationsbullSupply bullFault bullMute bullSilent bullDisabled

bullFire

8 H Fire CableSupply and installation of 2Cx15mm2 Copper

extruded PVC inner sheath armored and overall FRLS PVC

outer sheathed 11 KV grade as per IS 7098 (Part I bearing ISI

certification) on existing cable traywallsoft soilhard soil as

required

9 I Fire Cable terminationSupplying and making end

termination with brass compression gland and copper lugs for

2Cx15mm2 Copper cable in MS Box of Size 4X4 installed

above the false ceilingwallsurface as required

10 J Junction Box for Fire devicesSupply installation testing and

commissioning of MS painted box Size 4X4 with ELMEX type

terminal block for loop in loop out of 2c x15 sq mm copper

armored cable and connection to the fire detector device on

wallsurfacerecess including wall cutting and providing

necessary hardware for mounting fixing including all

material for fixing as required

Tender No SCLPS52019E0156401 48

TECHNICAL SPECIFICATION‐4

Item Specifications ‐IV

Sl No Specifications Compliance

(Yes No)

Offered Specifications Remarks

1 A NetworksLAN The detailed specification for the network

rack switch cable cords IOs face plates etc and the

required accessories shall be as below CAT 6A or better cable

shall be laid in the PVC Conduit The detailed specifications

for the different component of networksLAN are as follows

2 bull Rack Supply installation testing and commissioning of UL

listed modular type 12U network rack with front glass door

and rear perforated door floor mounted Size 550x550 with

1 No of 5 port Octagonal PDU 515Amp with MCB and Fan

Tray with minimum 2 Fans The rack should have provision of

2 nos of cable manager duct type 1U and 2 vertical manager‐

concealed type Rack should be three sides openable with

front glass door and rear perforated door and provision of

cable entry from top and bottom both with proper earthing

kit as requiredRecommended Make Rittal Netrack

Schneider Valrack

3 bull Network Switch Supply amp installation of Network Switch in

Network Rack with the following specification as belowSwitch

shall haveamp61607Port Density Minimum 8 101001000

BaseT Ports amp 4‐1G SFP Ports ready for use with SFP module

Ports shall support PoE on all ports with PoE budget of

180Wamp61607Architecture Stand‐alone rack

mountableamp61607Bandwidth minimum 56Gbps of

switching bandwidth to support above listed ports in non‐

blocking configurationamp61607StackableScable support for

Tender No SCLPS52019E0156401 49

stacking multiple switchesamp61607Stacking backplane

bandwidth Access switch shall have additional port(s) for

providing minimum 40 Gbps stacking bandwidthamp61607L2

Features 8021x authentication spanning tree

etcamp61607Networkjflowsflow or equivalent provision for

Networkjflowsflow or equivalent supportamp61607Network

Management support Network Management through

command line interface (CLI) SNMP v1 v2c v3

httpsamp61607IPv6 Readiness IPv6 Readiness from day

1amp61607RegulatorySafety confirming to UL60950 amp

EN60950amp61607EALNIAP certified Model No shall be EAL

or NIAPNDPP certifiedRecommended Make Cisco Juniper

HP Brocade dell

4 bull CAT 6A Cable Supply and installationlaying of category 6A

or better 4 pair shielded cable UFTP or FUTP in PVC

Conduit sheath type low smoke zero halogen (LSZH) with

transmission properties amp electrical properties tested

minimum up to 500MHz amp verified by ETL amp comply with

ANSITIAEIA‐568‐C2 amp ISOIEC 11801 Recommended make

Commscope Schneider Molex Siemon

5 bull Patch Panel Supply installation testing and commissioning

of CAT6A PatchJack Panel of 24 Port fully loaded in Network

rack with port identification number with self‐adhesive clear

label holder Each portjack on the panel should be

individually removable on field from the panel and have

integrated rear cable management metallic shelf and have a

separate provision of grounding Recommended make

Commscope Schneider Molex Siemon

6 bull Patch Cords (1 meter) Supply installation testing and

commissioning of Patch Cords Cat 6A shielded 1 meter in

Network rack with 4 pair shielded copper wire factory pre

terminated with shielded RJ45 plugs Aluminumpolyester

Tender No SCLPS52019E0156401 50

shield screen material with low smoke Zero halogen sheath

comply to TIA‐568‐C2 Cat 6A in IOs of Network

RackRecommended make Commscope Schneider Molex

Siemon

7 bull Patch Cords (3 meter) Supply installation testing and

commissioning of Patch Cords Cat 6A shielded 3 meter in

Network rack with 4 pair shielded copper wire factory pre

terminated with shielded RJ45 plugs Aluminumpolyester

shield screen material with low smoke Zero halogen sheath

comply to TIA‐568‐C2 Cat 6A at field side Recommended

make Commscope Schneider Molex Siemon

8 bull Information outlet Supply and installation of Shielded Cat

6A information outlet UFTP or FUTP compliance to category

6A or better TIA568C2‐500MHz at field sideRecommended

make Commscope Schneider Molex Siemon

9 bull Face Plate (Dual) Supply and installation of single gang

square face plate (Dual) and SMB Box with a provision to

support variety of jacks‐ UTP STP etc at the field

sideRecommended make Commscope Schneider Molex

SiemonbullFace plate (single) Supply and installation of square

face plate ( single) with a provision to support variety of jacks‐

UTP STP etc at the field sideRecommended make

Commscope Schneider Molex Siemon

10 bull SMB Box Supply and installation of SMB Box for face plate

(DualSingle) as required Recommended make Commscope

Schneider Molex Siemon

11 bull Other Accessories amp61607Supply and Installation of

25mm electrical grade ISI mark PVC Conduit in

wallfloorslabsurface including wallfloor cutting and

making good the same as required Recommended make

Reputed ISI Markamp61607Supply and installation of OFC SM

Tender No SCLPS52019E0156401 51

OS2 Cable in existing 32mm HDPE pipe as

requiredamp61607Supply and Laying of 32mm HDPE pipe

direct in ground including excavation sand cushioning

protective covering and refilling the trench including standard

cable route marker etc as requiredamp61607Supply and

installation of SC simplex single‐mode LSZH pigtail 1m as

requiredamp61607Supply and installation of adaptor plate

with 3 SC duplex SM adaptors as requiredamp61607Splicing of

OFC as per Core as requiredamp61607Supply and installation

of accessories for making the Chamber Pit‐ 1Mtr Depth with

Lid for housing OFC as requiredamp61607Trenching of

HardSoft Soil as required

12 B Paging The scope includes supply installation testing and

commissioning of Supply and installation of IP 65 or better

explosion proofWP loud speaker anticorrosive powder

coated red (RAL‐3000) suitable for Zone I amp II Class II C

Hardware SS304 as per IS2148 and equivalent to model FLSR

25 of Baliga with necessary support gland as required and

installing the same on wallsurface with GI supports as

required and connecting the same with wire The Scope also

includes supply and installation of 2Cx15mm2 FRLS armored

and PVC sheath twisted pair wire their termination tagging

glanding earthing etc as required for speakers and other

accessories requires for smooth commissioning of the paging

system

Vendor Specificied Terms

Description Vendor Terms

Tender No SCLPS52019E0156401 52

1Delivery Term

Prices shall be quoted on F O R destination basis ie S C L S A S Nagar Mohali

Punjab exclusive of GST and taxes as may be applicable

2 GST

Purchaser is entitled to concessional GST of 5 as per Ministry of Finance

Department of Revenue Notification No 472017 Integrated Tax (Rate) both

dated 14th November 2017 respectively and would accordingly issue Exemption

Certificate in favour of the contractor quoting in Indian Rupees The bidder

should take note of the same while quoting the prices in Indian Rupees GST on

installation services shall be applicable 18

3 DELIVERY SCHEDULEPERIOD OF COMPLETION

The time allowed for supply installation testing and commissioning of the entire

works shall be 06 (Six) months to be reckoned form the 7th day of issue of

purchase order

4 IMPORTANT

This being a two part Tender Technical and Commercial parts separate the

bidder should not attach any document(s) containing pricing information with

technical part The Contractor will provide Un priced commercial offer in

envelope 1 (Technical Part) as an attachment

The tenders containing price information in Technical Part will be treated as

unsolicited offers and rejected Contractor to confirm that Price bid is not

attached in Envelope 1 ie Technical Part

Priced Commercial offer if any should be attached in Envelope 2 (Price Bid)

under Supporting Documents from Vendor (Commercial) as an attachment

5 The prices shall remain firm until completion of entire project including

extended period if any No cost escalation shall be applicable for the work

Tender No SCLPS52019E0156401 53

6 SECURITY DEPOSIT

a) On acceptance of the tender the Contractor shall submit security deposit for

ten percent (10 percent) of the value of the Contract within 15 days from the

date of purchase order If the Contractor fails toprovide the security within the

period specified such failure shall constitute a breach of the Contract and the

Purchaser shall be entitled to make other arrangements for the re purchase of

the stores contracted at the cost and risk of the Contractor

b) Security Deposit shall be submitted through Demand Draft Bankers Cheque

fixed deposit receipt or Bank Guarantee from any of the Scheduled Banks

executed on nonjudicial stamp paper of appropriate value and shall be valid for

a period of sixty (60) days beyond the date for completion of the Purchase

OrderContract

c) In case the contractor fails to furnish the security deposit within the specified

date or extended due date the Purchase OrderContract shall be cancelled and

in addition appropriate penal action may also be considered

d) After the Purchase OrderContract is successfully executed in all respects the

Bank Guarantee towards Security Deposit may be discharged and retained

amount shall be refunded to vendors

e) In the event of non execution of the Purchase orderContract or breach of any

terms and conditions of the Purchase Order the Security Deposit shall be

forfeited

7 Warranty

The Contractor shall provide for the tendered job comprehensive warranty for

parts as well as labour for a period of 12 months from the date of successful

installation commissioning and testing of the system at Purchasers site at no

extra charges against any manufacturing defectfaulty workmanship In case any

defect arises during warranty period the Contractor should replacerectify the

same at its own cost at siteworks

The LED light fittings and its driver unit etc shall have warranty for a period of 5

Tender No SCLPS52019E0156401 54

years from the date of installation and commissioning

8 Warranty Replacements

All replacement parts if any shall be supplied by the Contractor free of cost on F

O R Purchaser site at S A S Nagar Punjab basis

9 TERMS OF PAYMENT

The payment shall be remitted as under

90 of the value of the materials supplied shall be paid within 30 days of the

receipt of the materials at purchaser site and the balance 10 amount along

with 100 installation charges shall be payable on successful installation

commissioning and acceptance of the entire project at Purchasers site against a

Performance Bank Guarantee

10 PERFORMANCE BANK GUARANTEE (PBG)

The Contractor shall furnish a Bank Guarantee (as per format given by purchaser)

from any nationalized scheduled bank for an amount equivalent to 10 of the

value of the Contract and shall be valid for a period of 60 days beyond the expiry

date of warranty period On the performance and completion of the Contract in

all respects the Bank Guarantee will be returned to the Contractor without any

interest

11 VALIDITY

The tender must be valid for a minimum period of 120 days from the date of

opening of Technical bid and 90 days after opening of Price bid

The tender where the validity period is shorter than the period specified in the

tender enquiry shall be excluded from the procurement process

12 Quantity Variation

The quantities indicated against each items in the Bill of Quantities (BOQ) are

indicative and are for the purpose of bidding only Variation in quantities up to

Tender No SCLPS52019E0156401 55

+25 percent shall be carried out by the contractor on the agreedPurchase order

(PO) rates and terms amp conditions as in the purchase order (PO)

13 GUARANTEED TIME DELIVERY

The time for and the date of delivery stipulated in the Purchase Order shall be

deemed to be the essence of the Contract Delivery must be completed within

the date specified therein

14 Extra Items

In case of extra items (that are completely new and are in addition to the items

contained in the contract) the contractor may claim rates supported by proper

analysis and purchaser engineer in charge of the work shall after giving

consideration to the analysis of the rates submitted by the contractor determine

the rates on the basis of market rates and the contractor shall be paid in

accordance with the rates so determined The contractor(s) profit amp OH shall be

factored in the rate analysis 15

15 CONSIGNEE

Sr Purchase and Stores Officer (Stores)

Semi Conductor Laboratory

Sector 72 SAS Nagar (Mohali) Punjab

India 160 071

16 INSTALLATION AND COMMISSIONING

Installation commissioning and demonstration of performance of the tendered

stores as per Purchaser tendered specifications shall be carried out by the

Contractor at Purchaser site at S A S Nagar Punjab India

The Contractor shall provide in advance guidelines for preparation of the

installation site and list of items to be supplied by Purchaser during installation

Tender No SCLPS52019E0156401 56

On receipt of intimation from the Purchaser the Contractor shall depute its

engineer(s) to Purchaser site within two weeks to carry out installation and

commissioning and will demonstrate the functionality of the tendered

equipment to Purchaser specifications as per mutually agreed acceptance

procedure The Contractor shall be responsible for any lossdamages sustained

due to delay on the part of the Contractor to send its engineer for installation

and commissioning

Failure to commission the tendered equipment successfully shall entitle

Purchaser to full refund of the payment made and the interest thereon Decision

regarding successful installation and commissioning shall rest solely with the

Purchaser

17 REJECTION

In the event that any of the stores supplied by the Contractor is found defective

in material or workmanship or otherwise not in conformity with the

requirements of the Contract specifications the purchaser shall either reject the

stores or request the Contractor in writing to rectify the same The Contractor

on receipt of such notification shall either rectify or replace the defective stores

free of cost to the purchaser If the Contractor fails to do so the purchaser may

at his option either

a) replace or rectify such defective stores and recover the extra cost so involved

from the Contractor or

b) terminate the Contract for default as provided in this tender document

18 EXTENSION OF TIME

If the completion of supply of stores is delayed due to reason of force majeure

such as acts of god acts of public enemy acts of Government fires floods

epidemics quarantine restriction strikes freight embargoes etc the

Contractor shall give notice within 15 days to the purchaser in writing of his

claim for an extension of time The purchaser on receipt of such notice after

verification if necessary may agree to extend the Contract delivery date as may

Tender No SCLPS52019E0156401 57

be reasonable but without prejudice to other terms and conditions of the

Contract

19 DELAY IN COMPLETIONLIQUIDATED DAMAGES

If the Contractor fails to deliver the stores within the time specified in the

Contract or any extension thereof the purchaser shall recover from the

Contractor as liquidated damages a sum of one half of one percent (05 percent)

of the Contract price of the undelivered stores for each calendar week of delay

The total liquidated damages shall not exceed ten percent (10 percent) of the

Contract price of the unit or units so delayed Stores will be deemed to have

been delivered only when all their component parts are also delivered If certain

components are not delivered in time the stores will be considered as delayed

until such time as the missing parts are delivered Delivery of stores shall be

complete on Installation commissioning Testing and Acceptance

20 INSPECTION AND ACCEPTANCE TEST

The Purchasers representatives shall also be entitled at all reasonable times

during manufacture to inspect examine and test on the Contractors premises

the material and workmanship of all stores to be supplied under this Contract

and if part of the said stores is being manufactured on other premises the

Contractor shall obtain for the purchasers representative permission to inspect

examine and test as if the equipment were being manufactured on the

Contractors premises

Such inspection examination and testing shall not release the Contractor from

the obligations under this Contract

For tests on the premises of the Contractor or of any of his sub Contractors the

Contractor shall provide free of cost assistance labour material electricity fuel

and instruments as may be required or as may be reasonably needed by the

purchasers representative to carry out the tests efficiently

When the stores have passed the specified test the purchaser representative

shall furnish a certificate to the effect in writing to the Contractor The

Tender No SCLPS52019E0156401 58

Contractor shall provide copies of the tests certificates to the purchaser as may

be required

21 Labour Law Contractor shall abide by all labour laws rules and regulations

which are prevailing and as enforced from time to time and SCL shall not be

responsible for any accident or mishap during the course of the contract to any

of engineer labour employee by the Contractor The contractor shall also ensure

that the statutory obligations with regards to the employment of labour under

law are complied properly and timely

22 ARBITRATION

In the event of any disputes differences or claims arising out of or relating to

the interpretation and application of the Contract such disputes or differences

or claims shall be settled amicably by mutual consultations of the good Offices

of the respective Parties and recognizing their mutual interests attempt to reach

a solution satisfactory to both the parties If such a resolution is not possible

within 30 days from the date of receipt of written notice of the existence of such

disputes then the unresolved disputes or differences or claims shall be

referred to the Sole Arbitrator appointed by the Parties by mutual consent in

accordance with the rules and procedures of Arbitration and Conciliation Act

1996 as amended from time to time The arbitration shall be conducted in New

Delhi in the Arbitration and Conciliation Centre New Delhi (Domestic and

International) as per its rules and regulations The expenses for the Arbitration

shall be shared equally or as may be determined by the Arbitrator The

considered and written decision of the Arbitrator shall be final and binding

between the Parties The applicable language for Arbitration shall be English

only Work under the Contract shall be continued by the CONTRACTOR during

the pendency of arbitration proceedings without prejudice to a final adjustment

in accordance with the decision of the Arbitrator unless otherwise directed in

writing by the DEPARTMENT or unless the matter is such that the works cannot

be possibly continued until the decision (whether final or interim) of the

Arbitrator is obtained

23 APPLICABLE LAWS The contract shall be interpreted construed and

Tender No SCLPS52019E0156401 59

governed by laws of IndiaThe contract shall be subject to exclusive Jurisdiction

of the Court of SAS Nagar (Mohali) Punjab India irrespective of anything

mentioned in any correspondences or otherwise

24 Any Other Term

Tender No SCLPS52019E0156401 60

Supporting Documents from Vendor

Attachment ‐ I

Attachment ‐ II

Price Bid Form

Item Description Slab Range Qty UOM Currency Unit Price Total Price

Supply of MCC Panels cables

cable trays lightings etc for

electrical distribution system

including fire detection

system LAN Paging etc for

the Chemical Store building as

per detailed specifications

technical write‐updrawings

attached

‐ 1 Lot ‐ ‐ ‐

Installation Testing and

Commissioning of MCC

Panels cables cable trays

lightings etc for electrical

distribution system including

fire detection system LAN

Paging etc for the Chemical

Store building as per detailed

specifications technical write‐

updrawings attached

‐ 1 Lot ‐ ‐ ‐

Tender No SCLPS52019E0156401 61

Break‐up of other taxes and other costs should be specified in respective narration columns

Sum of these Break‐up values should be specified in respective value columns

Supporting Documents from Vendor (Commercial)

Document attachment with price bid

Attachment ‐ I

Attachment ‐ II

  • pdf_document_tndr_notc_electrical_distribution_system_051119
  • pdf_document_tndr_doc_electrical_distribution_system_051119
Page 47: -72, -160071 चंडीगढ़ के समीप पंजाब भारत...स म -क डक टर ल ब र टर /Semi-Conductor Laboratory अ त रक ष वभ

Tender No SCLPS52019E0156401 46

remotely located units simultaneously In such cases the

Manual Call stations shall have the highest prioritybullThe FACP

shall also be able to actuate switches automatically in case of

Fire condition of AHUs and power supply or other system such

as piped pressurized gas supplybullThe system shall be fail safe

and adequate safe guards should be under taken that in the

event of a failure of a part of the system it shall not handicap

the complete system The loop cards shall be of Modular

constructionbullThe FACP shall have its own battery backup of a

minimum of 48 hours in normal run and then half an hour in

alarm condition The backup time calculation shall be done as

per TAC standards The Battery shall be 2 x 12V (24V) DC and

of sealed maintenance free type housed inside the FACPbullIt

shall be able to withstand temperature variations from 0

Degree Centigrade to 55 Degree Centigrade Further Relative

Humidity (non‐condensing type) up to 93 shall not hamper

its performance The voltage rating shall be from 17V DC to

31V DC though the voltage may be change depending upon

the working voltages of a proprietary FACPbullThe FACP shall be

totally enclosed dust and vermin proof type made of

minimum 16‐gauge dust inhibited sheet with even baked

finish The FACP shall be of completely solid state designbullThe

logic circuitry shall be based on high noise immunity solid‐

state hardware employing modular construction Logic cards

shall be of epoxy fiber glass constructionbullThe FACP shall have

EN 54ULFM approvalbullThe panel shall have an extra loop

card to serve as standby in case of burnout or malfunctioning

of any operating loop cardsbullThe FACP shall be capable of

being networked (future expansion) with other similar FACPs

located at different locations of SCL premises through a single

RS 485 busbullThe FACP shall have provision for interfacing with

the Public Address System

7 G Repeater panelScope comprises of supply and installation

Tender No SCLPS52019E0156401 47

of Repeater Panel which display fire fault message

simultaneously with the FACP bullIt shall be capable of

interfacing with the FACP on a single RS 485 Bus bullThe panel

shall be capable of operating on 24V DC supplybullThe

independent 24V DC supply source to be installed in MS

cubicle Box duly powder coated paint along with repeater

panelbullThe panel shall have 2 x 40‐character backlit display

which shall display date time and description of alarm

trouble events are that displayed in the panel shall be

powered from the FACPbullIt shall have control keys for sound

silence mute and to reset the FACP from the repeater

stationsbullThe repeater panel shall have the following LEDs

indicationsbullSupply bullFault bullMute bullSilent bullDisabled

bullFire

8 H Fire CableSupply and installation of 2Cx15mm2 Copper

extruded PVC inner sheath armored and overall FRLS PVC

outer sheathed 11 KV grade as per IS 7098 (Part I bearing ISI

certification) on existing cable traywallsoft soilhard soil as

required

9 I Fire Cable terminationSupplying and making end

termination with brass compression gland and copper lugs for

2Cx15mm2 Copper cable in MS Box of Size 4X4 installed

above the false ceilingwallsurface as required

10 J Junction Box for Fire devicesSupply installation testing and

commissioning of MS painted box Size 4X4 with ELMEX type

terminal block for loop in loop out of 2c x15 sq mm copper

armored cable and connection to the fire detector device on

wallsurfacerecess including wall cutting and providing

necessary hardware for mounting fixing including all

material for fixing as required

Tender No SCLPS52019E0156401 48

TECHNICAL SPECIFICATION‐4

Item Specifications ‐IV

Sl No Specifications Compliance

(Yes No)

Offered Specifications Remarks

1 A NetworksLAN The detailed specification for the network

rack switch cable cords IOs face plates etc and the

required accessories shall be as below CAT 6A or better cable

shall be laid in the PVC Conduit The detailed specifications

for the different component of networksLAN are as follows

2 bull Rack Supply installation testing and commissioning of UL

listed modular type 12U network rack with front glass door

and rear perforated door floor mounted Size 550x550 with

1 No of 5 port Octagonal PDU 515Amp with MCB and Fan

Tray with minimum 2 Fans The rack should have provision of

2 nos of cable manager duct type 1U and 2 vertical manager‐

concealed type Rack should be three sides openable with

front glass door and rear perforated door and provision of

cable entry from top and bottom both with proper earthing

kit as requiredRecommended Make Rittal Netrack

Schneider Valrack

3 bull Network Switch Supply amp installation of Network Switch in

Network Rack with the following specification as belowSwitch

shall haveamp61607Port Density Minimum 8 101001000

BaseT Ports amp 4‐1G SFP Ports ready for use with SFP module

Ports shall support PoE on all ports with PoE budget of

180Wamp61607Architecture Stand‐alone rack

mountableamp61607Bandwidth minimum 56Gbps of

switching bandwidth to support above listed ports in non‐

blocking configurationamp61607StackableScable support for

Tender No SCLPS52019E0156401 49

stacking multiple switchesamp61607Stacking backplane

bandwidth Access switch shall have additional port(s) for

providing minimum 40 Gbps stacking bandwidthamp61607L2

Features 8021x authentication spanning tree

etcamp61607Networkjflowsflow or equivalent provision for

Networkjflowsflow or equivalent supportamp61607Network

Management support Network Management through

command line interface (CLI) SNMP v1 v2c v3

httpsamp61607IPv6 Readiness IPv6 Readiness from day

1amp61607RegulatorySafety confirming to UL60950 amp

EN60950amp61607EALNIAP certified Model No shall be EAL

or NIAPNDPP certifiedRecommended Make Cisco Juniper

HP Brocade dell

4 bull CAT 6A Cable Supply and installationlaying of category 6A

or better 4 pair shielded cable UFTP or FUTP in PVC

Conduit sheath type low smoke zero halogen (LSZH) with

transmission properties amp electrical properties tested

minimum up to 500MHz amp verified by ETL amp comply with

ANSITIAEIA‐568‐C2 amp ISOIEC 11801 Recommended make

Commscope Schneider Molex Siemon

5 bull Patch Panel Supply installation testing and commissioning

of CAT6A PatchJack Panel of 24 Port fully loaded in Network

rack with port identification number with self‐adhesive clear

label holder Each portjack on the panel should be

individually removable on field from the panel and have

integrated rear cable management metallic shelf and have a

separate provision of grounding Recommended make

Commscope Schneider Molex Siemon

6 bull Patch Cords (1 meter) Supply installation testing and

commissioning of Patch Cords Cat 6A shielded 1 meter in

Network rack with 4 pair shielded copper wire factory pre

terminated with shielded RJ45 plugs Aluminumpolyester

Tender No SCLPS52019E0156401 50

shield screen material with low smoke Zero halogen sheath

comply to TIA‐568‐C2 Cat 6A in IOs of Network

RackRecommended make Commscope Schneider Molex

Siemon

7 bull Patch Cords (3 meter) Supply installation testing and

commissioning of Patch Cords Cat 6A shielded 3 meter in

Network rack with 4 pair shielded copper wire factory pre

terminated with shielded RJ45 plugs Aluminumpolyester

shield screen material with low smoke Zero halogen sheath

comply to TIA‐568‐C2 Cat 6A at field side Recommended

make Commscope Schneider Molex Siemon

8 bull Information outlet Supply and installation of Shielded Cat

6A information outlet UFTP or FUTP compliance to category

6A or better TIA568C2‐500MHz at field sideRecommended

make Commscope Schneider Molex Siemon

9 bull Face Plate (Dual) Supply and installation of single gang

square face plate (Dual) and SMB Box with a provision to

support variety of jacks‐ UTP STP etc at the field

sideRecommended make Commscope Schneider Molex

SiemonbullFace plate (single) Supply and installation of square

face plate ( single) with a provision to support variety of jacks‐

UTP STP etc at the field sideRecommended make

Commscope Schneider Molex Siemon

10 bull SMB Box Supply and installation of SMB Box for face plate

(DualSingle) as required Recommended make Commscope

Schneider Molex Siemon

11 bull Other Accessories amp61607Supply and Installation of

25mm electrical grade ISI mark PVC Conduit in

wallfloorslabsurface including wallfloor cutting and

making good the same as required Recommended make

Reputed ISI Markamp61607Supply and installation of OFC SM

Tender No SCLPS52019E0156401 51

OS2 Cable in existing 32mm HDPE pipe as

requiredamp61607Supply and Laying of 32mm HDPE pipe

direct in ground including excavation sand cushioning

protective covering and refilling the trench including standard

cable route marker etc as requiredamp61607Supply and

installation of SC simplex single‐mode LSZH pigtail 1m as

requiredamp61607Supply and installation of adaptor plate

with 3 SC duplex SM adaptors as requiredamp61607Splicing of

OFC as per Core as requiredamp61607Supply and installation

of accessories for making the Chamber Pit‐ 1Mtr Depth with

Lid for housing OFC as requiredamp61607Trenching of

HardSoft Soil as required

12 B Paging The scope includes supply installation testing and

commissioning of Supply and installation of IP 65 or better

explosion proofWP loud speaker anticorrosive powder

coated red (RAL‐3000) suitable for Zone I amp II Class II C

Hardware SS304 as per IS2148 and equivalent to model FLSR

25 of Baliga with necessary support gland as required and

installing the same on wallsurface with GI supports as

required and connecting the same with wire The Scope also

includes supply and installation of 2Cx15mm2 FRLS armored

and PVC sheath twisted pair wire their termination tagging

glanding earthing etc as required for speakers and other

accessories requires for smooth commissioning of the paging

system

Vendor Specificied Terms

Description Vendor Terms

Tender No SCLPS52019E0156401 52

1Delivery Term

Prices shall be quoted on F O R destination basis ie S C L S A S Nagar Mohali

Punjab exclusive of GST and taxes as may be applicable

2 GST

Purchaser is entitled to concessional GST of 5 as per Ministry of Finance

Department of Revenue Notification No 472017 Integrated Tax (Rate) both

dated 14th November 2017 respectively and would accordingly issue Exemption

Certificate in favour of the contractor quoting in Indian Rupees The bidder

should take note of the same while quoting the prices in Indian Rupees GST on

installation services shall be applicable 18

3 DELIVERY SCHEDULEPERIOD OF COMPLETION

The time allowed for supply installation testing and commissioning of the entire

works shall be 06 (Six) months to be reckoned form the 7th day of issue of

purchase order

4 IMPORTANT

This being a two part Tender Technical and Commercial parts separate the

bidder should not attach any document(s) containing pricing information with

technical part The Contractor will provide Un priced commercial offer in

envelope 1 (Technical Part) as an attachment

The tenders containing price information in Technical Part will be treated as

unsolicited offers and rejected Contractor to confirm that Price bid is not

attached in Envelope 1 ie Technical Part

Priced Commercial offer if any should be attached in Envelope 2 (Price Bid)

under Supporting Documents from Vendor (Commercial) as an attachment

5 The prices shall remain firm until completion of entire project including

extended period if any No cost escalation shall be applicable for the work

Tender No SCLPS52019E0156401 53

6 SECURITY DEPOSIT

a) On acceptance of the tender the Contractor shall submit security deposit for

ten percent (10 percent) of the value of the Contract within 15 days from the

date of purchase order If the Contractor fails toprovide the security within the

period specified such failure shall constitute a breach of the Contract and the

Purchaser shall be entitled to make other arrangements for the re purchase of

the stores contracted at the cost and risk of the Contractor

b) Security Deposit shall be submitted through Demand Draft Bankers Cheque

fixed deposit receipt or Bank Guarantee from any of the Scheduled Banks

executed on nonjudicial stamp paper of appropriate value and shall be valid for

a period of sixty (60) days beyond the date for completion of the Purchase

OrderContract

c) In case the contractor fails to furnish the security deposit within the specified

date or extended due date the Purchase OrderContract shall be cancelled and

in addition appropriate penal action may also be considered

d) After the Purchase OrderContract is successfully executed in all respects the

Bank Guarantee towards Security Deposit may be discharged and retained

amount shall be refunded to vendors

e) In the event of non execution of the Purchase orderContract or breach of any

terms and conditions of the Purchase Order the Security Deposit shall be

forfeited

7 Warranty

The Contractor shall provide for the tendered job comprehensive warranty for

parts as well as labour for a period of 12 months from the date of successful

installation commissioning and testing of the system at Purchasers site at no

extra charges against any manufacturing defectfaulty workmanship In case any

defect arises during warranty period the Contractor should replacerectify the

same at its own cost at siteworks

The LED light fittings and its driver unit etc shall have warranty for a period of 5

Tender No SCLPS52019E0156401 54

years from the date of installation and commissioning

8 Warranty Replacements

All replacement parts if any shall be supplied by the Contractor free of cost on F

O R Purchaser site at S A S Nagar Punjab basis

9 TERMS OF PAYMENT

The payment shall be remitted as under

90 of the value of the materials supplied shall be paid within 30 days of the

receipt of the materials at purchaser site and the balance 10 amount along

with 100 installation charges shall be payable on successful installation

commissioning and acceptance of the entire project at Purchasers site against a

Performance Bank Guarantee

10 PERFORMANCE BANK GUARANTEE (PBG)

The Contractor shall furnish a Bank Guarantee (as per format given by purchaser)

from any nationalized scheduled bank for an amount equivalent to 10 of the

value of the Contract and shall be valid for a period of 60 days beyond the expiry

date of warranty period On the performance and completion of the Contract in

all respects the Bank Guarantee will be returned to the Contractor without any

interest

11 VALIDITY

The tender must be valid for a minimum period of 120 days from the date of

opening of Technical bid and 90 days after opening of Price bid

The tender where the validity period is shorter than the period specified in the

tender enquiry shall be excluded from the procurement process

12 Quantity Variation

The quantities indicated against each items in the Bill of Quantities (BOQ) are

indicative and are for the purpose of bidding only Variation in quantities up to

Tender No SCLPS52019E0156401 55

+25 percent shall be carried out by the contractor on the agreedPurchase order

(PO) rates and terms amp conditions as in the purchase order (PO)

13 GUARANTEED TIME DELIVERY

The time for and the date of delivery stipulated in the Purchase Order shall be

deemed to be the essence of the Contract Delivery must be completed within

the date specified therein

14 Extra Items

In case of extra items (that are completely new and are in addition to the items

contained in the contract) the contractor may claim rates supported by proper

analysis and purchaser engineer in charge of the work shall after giving

consideration to the analysis of the rates submitted by the contractor determine

the rates on the basis of market rates and the contractor shall be paid in

accordance with the rates so determined The contractor(s) profit amp OH shall be

factored in the rate analysis 15

15 CONSIGNEE

Sr Purchase and Stores Officer (Stores)

Semi Conductor Laboratory

Sector 72 SAS Nagar (Mohali) Punjab

India 160 071

16 INSTALLATION AND COMMISSIONING

Installation commissioning and demonstration of performance of the tendered

stores as per Purchaser tendered specifications shall be carried out by the

Contractor at Purchaser site at S A S Nagar Punjab India

The Contractor shall provide in advance guidelines for preparation of the

installation site and list of items to be supplied by Purchaser during installation

Tender No SCLPS52019E0156401 56

On receipt of intimation from the Purchaser the Contractor shall depute its

engineer(s) to Purchaser site within two weeks to carry out installation and

commissioning and will demonstrate the functionality of the tendered

equipment to Purchaser specifications as per mutually agreed acceptance

procedure The Contractor shall be responsible for any lossdamages sustained

due to delay on the part of the Contractor to send its engineer for installation

and commissioning

Failure to commission the tendered equipment successfully shall entitle

Purchaser to full refund of the payment made and the interest thereon Decision

regarding successful installation and commissioning shall rest solely with the

Purchaser

17 REJECTION

In the event that any of the stores supplied by the Contractor is found defective

in material or workmanship or otherwise not in conformity with the

requirements of the Contract specifications the purchaser shall either reject the

stores or request the Contractor in writing to rectify the same The Contractor

on receipt of such notification shall either rectify or replace the defective stores

free of cost to the purchaser If the Contractor fails to do so the purchaser may

at his option either

a) replace or rectify such defective stores and recover the extra cost so involved

from the Contractor or

b) terminate the Contract for default as provided in this tender document

18 EXTENSION OF TIME

If the completion of supply of stores is delayed due to reason of force majeure

such as acts of god acts of public enemy acts of Government fires floods

epidemics quarantine restriction strikes freight embargoes etc the

Contractor shall give notice within 15 days to the purchaser in writing of his

claim for an extension of time The purchaser on receipt of such notice after

verification if necessary may agree to extend the Contract delivery date as may

Tender No SCLPS52019E0156401 57

be reasonable but without prejudice to other terms and conditions of the

Contract

19 DELAY IN COMPLETIONLIQUIDATED DAMAGES

If the Contractor fails to deliver the stores within the time specified in the

Contract or any extension thereof the purchaser shall recover from the

Contractor as liquidated damages a sum of one half of one percent (05 percent)

of the Contract price of the undelivered stores for each calendar week of delay

The total liquidated damages shall not exceed ten percent (10 percent) of the

Contract price of the unit or units so delayed Stores will be deemed to have

been delivered only when all their component parts are also delivered If certain

components are not delivered in time the stores will be considered as delayed

until such time as the missing parts are delivered Delivery of stores shall be

complete on Installation commissioning Testing and Acceptance

20 INSPECTION AND ACCEPTANCE TEST

The Purchasers representatives shall also be entitled at all reasonable times

during manufacture to inspect examine and test on the Contractors premises

the material and workmanship of all stores to be supplied under this Contract

and if part of the said stores is being manufactured on other premises the

Contractor shall obtain for the purchasers representative permission to inspect

examine and test as if the equipment were being manufactured on the

Contractors premises

Such inspection examination and testing shall not release the Contractor from

the obligations under this Contract

For tests on the premises of the Contractor or of any of his sub Contractors the

Contractor shall provide free of cost assistance labour material electricity fuel

and instruments as may be required or as may be reasonably needed by the

purchasers representative to carry out the tests efficiently

When the stores have passed the specified test the purchaser representative

shall furnish a certificate to the effect in writing to the Contractor The

Tender No SCLPS52019E0156401 58

Contractor shall provide copies of the tests certificates to the purchaser as may

be required

21 Labour Law Contractor shall abide by all labour laws rules and regulations

which are prevailing and as enforced from time to time and SCL shall not be

responsible for any accident or mishap during the course of the contract to any

of engineer labour employee by the Contractor The contractor shall also ensure

that the statutory obligations with regards to the employment of labour under

law are complied properly and timely

22 ARBITRATION

In the event of any disputes differences or claims arising out of or relating to

the interpretation and application of the Contract such disputes or differences

or claims shall be settled amicably by mutual consultations of the good Offices

of the respective Parties and recognizing their mutual interests attempt to reach

a solution satisfactory to both the parties If such a resolution is not possible

within 30 days from the date of receipt of written notice of the existence of such

disputes then the unresolved disputes or differences or claims shall be

referred to the Sole Arbitrator appointed by the Parties by mutual consent in

accordance with the rules and procedures of Arbitration and Conciliation Act

1996 as amended from time to time The arbitration shall be conducted in New

Delhi in the Arbitration and Conciliation Centre New Delhi (Domestic and

International) as per its rules and regulations The expenses for the Arbitration

shall be shared equally or as may be determined by the Arbitrator The

considered and written decision of the Arbitrator shall be final and binding

between the Parties The applicable language for Arbitration shall be English

only Work under the Contract shall be continued by the CONTRACTOR during

the pendency of arbitration proceedings without prejudice to a final adjustment

in accordance with the decision of the Arbitrator unless otherwise directed in

writing by the DEPARTMENT or unless the matter is such that the works cannot

be possibly continued until the decision (whether final or interim) of the

Arbitrator is obtained

23 APPLICABLE LAWS The contract shall be interpreted construed and

Tender No SCLPS52019E0156401 59

governed by laws of IndiaThe contract shall be subject to exclusive Jurisdiction

of the Court of SAS Nagar (Mohali) Punjab India irrespective of anything

mentioned in any correspondences or otherwise

24 Any Other Term

Tender No SCLPS52019E0156401 60

Supporting Documents from Vendor

Attachment ‐ I

Attachment ‐ II

Price Bid Form

Item Description Slab Range Qty UOM Currency Unit Price Total Price

Supply of MCC Panels cables

cable trays lightings etc for

electrical distribution system

including fire detection

system LAN Paging etc for

the Chemical Store building as

per detailed specifications

technical write‐updrawings

attached

‐ 1 Lot ‐ ‐ ‐

Installation Testing and

Commissioning of MCC

Panels cables cable trays

lightings etc for electrical

distribution system including

fire detection system LAN

Paging etc for the Chemical

Store building as per detailed

specifications technical write‐

updrawings attached

‐ 1 Lot ‐ ‐ ‐

Tender No SCLPS52019E0156401 61

Break‐up of other taxes and other costs should be specified in respective narration columns

Sum of these Break‐up values should be specified in respective value columns

Supporting Documents from Vendor (Commercial)

Document attachment with price bid

Attachment ‐ I

Attachment ‐ II

  • pdf_document_tndr_notc_electrical_distribution_system_051119
  • pdf_document_tndr_doc_electrical_distribution_system_051119
Page 48: -72, -160071 चंडीगढ़ के समीप पंजाब भारत...स म -क डक टर ल ब र टर /Semi-Conductor Laboratory अ त रक ष वभ

Tender No SCLPS52019E0156401 47

of Repeater Panel which display fire fault message

simultaneously with the FACP bullIt shall be capable of

interfacing with the FACP on a single RS 485 Bus bullThe panel

shall be capable of operating on 24V DC supplybullThe

independent 24V DC supply source to be installed in MS

cubicle Box duly powder coated paint along with repeater

panelbullThe panel shall have 2 x 40‐character backlit display

which shall display date time and description of alarm

trouble events are that displayed in the panel shall be

powered from the FACPbullIt shall have control keys for sound

silence mute and to reset the FACP from the repeater

stationsbullThe repeater panel shall have the following LEDs

indicationsbullSupply bullFault bullMute bullSilent bullDisabled

bullFire

8 H Fire CableSupply and installation of 2Cx15mm2 Copper

extruded PVC inner sheath armored and overall FRLS PVC

outer sheathed 11 KV grade as per IS 7098 (Part I bearing ISI

certification) on existing cable traywallsoft soilhard soil as

required

9 I Fire Cable terminationSupplying and making end

termination with brass compression gland and copper lugs for

2Cx15mm2 Copper cable in MS Box of Size 4X4 installed

above the false ceilingwallsurface as required

10 J Junction Box for Fire devicesSupply installation testing and

commissioning of MS painted box Size 4X4 with ELMEX type

terminal block for loop in loop out of 2c x15 sq mm copper

armored cable and connection to the fire detector device on

wallsurfacerecess including wall cutting and providing

necessary hardware for mounting fixing including all

material for fixing as required

Tender No SCLPS52019E0156401 48

TECHNICAL SPECIFICATION‐4

Item Specifications ‐IV

Sl No Specifications Compliance

(Yes No)

Offered Specifications Remarks

1 A NetworksLAN The detailed specification for the network

rack switch cable cords IOs face plates etc and the

required accessories shall be as below CAT 6A or better cable

shall be laid in the PVC Conduit The detailed specifications

for the different component of networksLAN are as follows

2 bull Rack Supply installation testing and commissioning of UL

listed modular type 12U network rack with front glass door

and rear perforated door floor mounted Size 550x550 with

1 No of 5 port Octagonal PDU 515Amp with MCB and Fan

Tray with minimum 2 Fans The rack should have provision of

2 nos of cable manager duct type 1U and 2 vertical manager‐

concealed type Rack should be three sides openable with

front glass door and rear perforated door and provision of

cable entry from top and bottom both with proper earthing

kit as requiredRecommended Make Rittal Netrack

Schneider Valrack

3 bull Network Switch Supply amp installation of Network Switch in

Network Rack with the following specification as belowSwitch

shall haveamp61607Port Density Minimum 8 101001000

BaseT Ports amp 4‐1G SFP Ports ready for use with SFP module

Ports shall support PoE on all ports with PoE budget of

180Wamp61607Architecture Stand‐alone rack

mountableamp61607Bandwidth minimum 56Gbps of

switching bandwidth to support above listed ports in non‐

blocking configurationamp61607StackableScable support for

Tender No SCLPS52019E0156401 49

stacking multiple switchesamp61607Stacking backplane

bandwidth Access switch shall have additional port(s) for

providing minimum 40 Gbps stacking bandwidthamp61607L2

Features 8021x authentication spanning tree

etcamp61607Networkjflowsflow or equivalent provision for

Networkjflowsflow or equivalent supportamp61607Network

Management support Network Management through

command line interface (CLI) SNMP v1 v2c v3

httpsamp61607IPv6 Readiness IPv6 Readiness from day

1amp61607RegulatorySafety confirming to UL60950 amp

EN60950amp61607EALNIAP certified Model No shall be EAL

or NIAPNDPP certifiedRecommended Make Cisco Juniper

HP Brocade dell

4 bull CAT 6A Cable Supply and installationlaying of category 6A

or better 4 pair shielded cable UFTP or FUTP in PVC

Conduit sheath type low smoke zero halogen (LSZH) with

transmission properties amp electrical properties tested

minimum up to 500MHz amp verified by ETL amp comply with

ANSITIAEIA‐568‐C2 amp ISOIEC 11801 Recommended make

Commscope Schneider Molex Siemon

5 bull Patch Panel Supply installation testing and commissioning

of CAT6A PatchJack Panel of 24 Port fully loaded in Network

rack with port identification number with self‐adhesive clear

label holder Each portjack on the panel should be

individually removable on field from the panel and have

integrated rear cable management metallic shelf and have a

separate provision of grounding Recommended make

Commscope Schneider Molex Siemon

6 bull Patch Cords (1 meter) Supply installation testing and

commissioning of Patch Cords Cat 6A shielded 1 meter in

Network rack with 4 pair shielded copper wire factory pre

terminated with shielded RJ45 plugs Aluminumpolyester

Tender No SCLPS52019E0156401 50

shield screen material with low smoke Zero halogen sheath

comply to TIA‐568‐C2 Cat 6A in IOs of Network

RackRecommended make Commscope Schneider Molex

Siemon

7 bull Patch Cords (3 meter) Supply installation testing and

commissioning of Patch Cords Cat 6A shielded 3 meter in

Network rack with 4 pair shielded copper wire factory pre

terminated with shielded RJ45 plugs Aluminumpolyester

shield screen material with low smoke Zero halogen sheath

comply to TIA‐568‐C2 Cat 6A at field side Recommended

make Commscope Schneider Molex Siemon

8 bull Information outlet Supply and installation of Shielded Cat

6A information outlet UFTP or FUTP compliance to category

6A or better TIA568C2‐500MHz at field sideRecommended

make Commscope Schneider Molex Siemon

9 bull Face Plate (Dual) Supply and installation of single gang

square face plate (Dual) and SMB Box with a provision to

support variety of jacks‐ UTP STP etc at the field

sideRecommended make Commscope Schneider Molex

SiemonbullFace plate (single) Supply and installation of square

face plate ( single) with a provision to support variety of jacks‐

UTP STP etc at the field sideRecommended make

Commscope Schneider Molex Siemon

10 bull SMB Box Supply and installation of SMB Box for face plate

(DualSingle) as required Recommended make Commscope

Schneider Molex Siemon

11 bull Other Accessories amp61607Supply and Installation of

25mm electrical grade ISI mark PVC Conduit in

wallfloorslabsurface including wallfloor cutting and

making good the same as required Recommended make

Reputed ISI Markamp61607Supply and installation of OFC SM

Tender No SCLPS52019E0156401 51

OS2 Cable in existing 32mm HDPE pipe as

requiredamp61607Supply and Laying of 32mm HDPE pipe

direct in ground including excavation sand cushioning

protective covering and refilling the trench including standard

cable route marker etc as requiredamp61607Supply and

installation of SC simplex single‐mode LSZH pigtail 1m as

requiredamp61607Supply and installation of adaptor plate

with 3 SC duplex SM adaptors as requiredamp61607Splicing of

OFC as per Core as requiredamp61607Supply and installation

of accessories for making the Chamber Pit‐ 1Mtr Depth with

Lid for housing OFC as requiredamp61607Trenching of

HardSoft Soil as required

12 B Paging The scope includes supply installation testing and

commissioning of Supply and installation of IP 65 or better

explosion proofWP loud speaker anticorrosive powder

coated red (RAL‐3000) suitable for Zone I amp II Class II C

Hardware SS304 as per IS2148 and equivalent to model FLSR

25 of Baliga with necessary support gland as required and

installing the same on wallsurface with GI supports as

required and connecting the same with wire The Scope also

includes supply and installation of 2Cx15mm2 FRLS armored

and PVC sheath twisted pair wire their termination tagging

glanding earthing etc as required for speakers and other

accessories requires for smooth commissioning of the paging

system

Vendor Specificied Terms

Description Vendor Terms

Tender No SCLPS52019E0156401 52

1Delivery Term

Prices shall be quoted on F O R destination basis ie S C L S A S Nagar Mohali

Punjab exclusive of GST and taxes as may be applicable

2 GST

Purchaser is entitled to concessional GST of 5 as per Ministry of Finance

Department of Revenue Notification No 472017 Integrated Tax (Rate) both

dated 14th November 2017 respectively and would accordingly issue Exemption

Certificate in favour of the contractor quoting in Indian Rupees The bidder

should take note of the same while quoting the prices in Indian Rupees GST on

installation services shall be applicable 18

3 DELIVERY SCHEDULEPERIOD OF COMPLETION

The time allowed for supply installation testing and commissioning of the entire

works shall be 06 (Six) months to be reckoned form the 7th day of issue of

purchase order

4 IMPORTANT

This being a two part Tender Technical and Commercial parts separate the

bidder should not attach any document(s) containing pricing information with

technical part The Contractor will provide Un priced commercial offer in

envelope 1 (Technical Part) as an attachment

The tenders containing price information in Technical Part will be treated as

unsolicited offers and rejected Contractor to confirm that Price bid is not

attached in Envelope 1 ie Technical Part

Priced Commercial offer if any should be attached in Envelope 2 (Price Bid)

under Supporting Documents from Vendor (Commercial) as an attachment

5 The prices shall remain firm until completion of entire project including

extended period if any No cost escalation shall be applicable for the work

Tender No SCLPS52019E0156401 53

6 SECURITY DEPOSIT

a) On acceptance of the tender the Contractor shall submit security deposit for

ten percent (10 percent) of the value of the Contract within 15 days from the

date of purchase order If the Contractor fails toprovide the security within the

period specified such failure shall constitute a breach of the Contract and the

Purchaser shall be entitled to make other arrangements for the re purchase of

the stores contracted at the cost and risk of the Contractor

b) Security Deposit shall be submitted through Demand Draft Bankers Cheque

fixed deposit receipt or Bank Guarantee from any of the Scheduled Banks

executed on nonjudicial stamp paper of appropriate value and shall be valid for

a period of sixty (60) days beyond the date for completion of the Purchase

OrderContract

c) In case the contractor fails to furnish the security deposit within the specified

date or extended due date the Purchase OrderContract shall be cancelled and

in addition appropriate penal action may also be considered

d) After the Purchase OrderContract is successfully executed in all respects the

Bank Guarantee towards Security Deposit may be discharged and retained

amount shall be refunded to vendors

e) In the event of non execution of the Purchase orderContract or breach of any

terms and conditions of the Purchase Order the Security Deposit shall be

forfeited

7 Warranty

The Contractor shall provide for the tendered job comprehensive warranty for

parts as well as labour for a period of 12 months from the date of successful

installation commissioning and testing of the system at Purchasers site at no

extra charges against any manufacturing defectfaulty workmanship In case any

defect arises during warranty period the Contractor should replacerectify the

same at its own cost at siteworks

The LED light fittings and its driver unit etc shall have warranty for a period of 5

Tender No SCLPS52019E0156401 54

years from the date of installation and commissioning

8 Warranty Replacements

All replacement parts if any shall be supplied by the Contractor free of cost on F

O R Purchaser site at S A S Nagar Punjab basis

9 TERMS OF PAYMENT

The payment shall be remitted as under

90 of the value of the materials supplied shall be paid within 30 days of the

receipt of the materials at purchaser site and the balance 10 amount along

with 100 installation charges shall be payable on successful installation

commissioning and acceptance of the entire project at Purchasers site against a

Performance Bank Guarantee

10 PERFORMANCE BANK GUARANTEE (PBG)

The Contractor shall furnish a Bank Guarantee (as per format given by purchaser)

from any nationalized scheduled bank for an amount equivalent to 10 of the

value of the Contract and shall be valid for a period of 60 days beyond the expiry

date of warranty period On the performance and completion of the Contract in

all respects the Bank Guarantee will be returned to the Contractor without any

interest

11 VALIDITY

The tender must be valid for a minimum period of 120 days from the date of

opening of Technical bid and 90 days after opening of Price bid

The tender where the validity period is shorter than the period specified in the

tender enquiry shall be excluded from the procurement process

12 Quantity Variation

The quantities indicated against each items in the Bill of Quantities (BOQ) are

indicative and are for the purpose of bidding only Variation in quantities up to

Tender No SCLPS52019E0156401 55

+25 percent shall be carried out by the contractor on the agreedPurchase order

(PO) rates and terms amp conditions as in the purchase order (PO)

13 GUARANTEED TIME DELIVERY

The time for and the date of delivery stipulated in the Purchase Order shall be

deemed to be the essence of the Contract Delivery must be completed within

the date specified therein

14 Extra Items

In case of extra items (that are completely new and are in addition to the items

contained in the contract) the contractor may claim rates supported by proper

analysis and purchaser engineer in charge of the work shall after giving

consideration to the analysis of the rates submitted by the contractor determine

the rates on the basis of market rates and the contractor shall be paid in

accordance with the rates so determined The contractor(s) profit amp OH shall be

factored in the rate analysis 15

15 CONSIGNEE

Sr Purchase and Stores Officer (Stores)

Semi Conductor Laboratory

Sector 72 SAS Nagar (Mohali) Punjab

India 160 071

16 INSTALLATION AND COMMISSIONING

Installation commissioning and demonstration of performance of the tendered

stores as per Purchaser tendered specifications shall be carried out by the

Contractor at Purchaser site at S A S Nagar Punjab India

The Contractor shall provide in advance guidelines for preparation of the

installation site and list of items to be supplied by Purchaser during installation

Tender No SCLPS52019E0156401 56

On receipt of intimation from the Purchaser the Contractor shall depute its

engineer(s) to Purchaser site within two weeks to carry out installation and

commissioning and will demonstrate the functionality of the tendered

equipment to Purchaser specifications as per mutually agreed acceptance

procedure The Contractor shall be responsible for any lossdamages sustained

due to delay on the part of the Contractor to send its engineer for installation

and commissioning

Failure to commission the tendered equipment successfully shall entitle

Purchaser to full refund of the payment made and the interest thereon Decision

regarding successful installation and commissioning shall rest solely with the

Purchaser

17 REJECTION

In the event that any of the stores supplied by the Contractor is found defective

in material or workmanship or otherwise not in conformity with the

requirements of the Contract specifications the purchaser shall either reject the

stores or request the Contractor in writing to rectify the same The Contractor

on receipt of such notification shall either rectify or replace the defective stores

free of cost to the purchaser If the Contractor fails to do so the purchaser may

at his option either

a) replace or rectify such defective stores and recover the extra cost so involved

from the Contractor or

b) terminate the Contract for default as provided in this tender document

18 EXTENSION OF TIME

If the completion of supply of stores is delayed due to reason of force majeure

such as acts of god acts of public enemy acts of Government fires floods

epidemics quarantine restriction strikes freight embargoes etc the

Contractor shall give notice within 15 days to the purchaser in writing of his

claim for an extension of time The purchaser on receipt of such notice after

verification if necessary may agree to extend the Contract delivery date as may

Tender No SCLPS52019E0156401 57

be reasonable but without prejudice to other terms and conditions of the

Contract

19 DELAY IN COMPLETIONLIQUIDATED DAMAGES

If the Contractor fails to deliver the stores within the time specified in the

Contract or any extension thereof the purchaser shall recover from the

Contractor as liquidated damages a sum of one half of one percent (05 percent)

of the Contract price of the undelivered stores for each calendar week of delay

The total liquidated damages shall not exceed ten percent (10 percent) of the

Contract price of the unit or units so delayed Stores will be deemed to have

been delivered only when all their component parts are also delivered If certain

components are not delivered in time the stores will be considered as delayed

until such time as the missing parts are delivered Delivery of stores shall be

complete on Installation commissioning Testing and Acceptance

20 INSPECTION AND ACCEPTANCE TEST

The Purchasers representatives shall also be entitled at all reasonable times

during manufacture to inspect examine and test on the Contractors premises

the material and workmanship of all stores to be supplied under this Contract

and if part of the said stores is being manufactured on other premises the

Contractor shall obtain for the purchasers representative permission to inspect

examine and test as if the equipment were being manufactured on the

Contractors premises

Such inspection examination and testing shall not release the Contractor from

the obligations under this Contract

For tests on the premises of the Contractor or of any of his sub Contractors the

Contractor shall provide free of cost assistance labour material electricity fuel

and instruments as may be required or as may be reasonably needed by the

purchasers representative to carry out the tests efficiently

When the stores have passed the specified test the purchaser representative

shall furnish a certificate to the effect in writing to the Contractor The

Tender No SCLPS52019E0156401 58

Contractor shall provide copies of the tests certificates to the purchaser as may

be required

21 Labour Law Contractor shall abide by all labour laws rules and regulations

which are prevailing and as enforced from time to time and SCL shall not be

responsible for any accident or mishap during the course of the contract to any

of engineer labour employee by the Contractor The contractor shall also ensure

that the statutory obligations with regards to the employment of labour under

law are complied properly and timely

22 ARBITRATION

In the event of any disputes differences or claims arising out of or relating to

the interpretation and application of the Contract such disputes or differences

or claims shall be settled amicably by mutual consultations of the good Offices

of the respective Parties and recognizing their mutual interests attempt to reach

a solution satisfactory to both the parties If such a resolution is not possible

within 30 days from the date of receipt of written notice of the existence of such

disputes then the unresolved disputes or differences or claims shall be

referred to the Sole Arbitrator appointed by the Parties by mutual consent in

accordance with the rules and procedures of Arbitration and Conciliation Act

1996 as amended from time to time The arbitration shall be conducted in New

Delhi in the Arbitration and Conciliation Centre New Delhi (Domestic and

International) as per its rules and regulations The expenses for the Arbitration

shall be shared equally or as may be determined by the Arbitrator The

considered and written decision of the Arbitrator shall be final and binding

between the Parties The applicable language for Arbitration shall be English

only Work under the Contract shall be continued by the CONTRACTOR during

the pendency of arbitration proceedings without prejudice to a final adjustment

in accordance with the decision of the Arbitrator unless otherwise directed in

writing by the DEPARTMENT or unless the matter is such that the works cannot

be possibly continued until the decision (whether final or interim) of the

Arbitrator is obtained

23 APPLICABLE LAWS The contract shall be interpreted construed and

Tender No SCLPS52019E0156401 59

governed by laws of IndiaThe contract shall be subject to exclusive Jurisdiction

of the Court of SAS Nagar (Mohali) Punjab India irrespective of anything

mentioned in any correspondences or otherwise

24 Any Other Term

Tender No SCLPS52019E0156401 60

Supporting Documents from Vendor

Attachment ‐ I

Attachment ‐ II

Price Bid Form

Item Description Slab Range Qty UOM Currency Unit Price Total Price

Supply of MCC Panels cables

cable trays lightings etc for

electrical distribution system

including fire detection

system LAN Paging etc for

the Chemical Store building as

per detailed specifications

technical write‐updrawings

attached

‐ 1 Lot ‐ ‐ ‐

Installation Testing and

Commissioning of MCC

Panels cables cable trays

lightings etc for electrical

distribution system including

fire detection system LAN

Paging etc for the Chemical

Store building as per detailed

specifications technical write‐

updrawings attached

‐ 1 Lot ‐ ‐ ‐

Tender No SCLPS52019E0156401 61

Break‐up of other taxes and other costs should be specified in respective narration columns

Sum of these Break‐up values should be specified in respective value columns

Supporting Documents from Vendor (Commercial)

Document attachment with price bid

Attachment ‐ I

Attachment ‐ II

  • pdf_document_tndr_notc_electrical_distribution_system_051119
  • pdf_document_tndr_doc_electrical_distribution_system_051119
Page 49: -72, -160071 चंडीगढ़ के समीप पंजाब भारत...स म -क डक टर ल ब र टर /Semi-Conductor Laboratory अ त रक ष वभ

Tender No SCLPS52019E0156401 48

TECHNICAL SPECIFICATION‐4

Item Specifications ‐IV

Sl No Specifications Compliance

(Yes No)

Offered Specifications Remarks

1 A NetworksLAN The detailed specification for the network

rack switch cable cords IOs face plates etc and the

required accessories shall be as below CAT 6A or better cable

shall be laid in the PVC Conduit The detailed specifications

for the different component of networksLAN are as follows

2 bull Rack Supply installation testing and commissioning of UL

listed modular type 12U network rack with front glass door

and rear perforated door floor mounted Size 550x550 with

1 No of 5 port Octagonal PDU 515Amp with MCB and Fan

Tray with minimum 2 Fans The rack should have provision of

2 nos of cable manager duct type 1U and 2 vertical manager‐

concealed type Rack should be three sides openable with

front glass door and rear perforated door and provision of

cable entry from top and bottom both with proper earthing

kit as requiredRecommended Make Rittal Netrack

Schneider Valrack

3 bull Network Switch Supply amp installation of Network Switch in

Network Rack with the following specification as belowSwitch

shall haveamp61607Port Density Minimum 8 101001000

BaseT Ports amp 4‐1G SFP Ports ready for use with SFP module

Ports shall support PoE on all ports with PoE budget of

180Wamp61607Architecture Stand‐alone rack

mountableamp61607Bandwidth minimum 56Gbps of

switching bandwidth to support above listed ports in non‐

blocking configurationamp61607StackableScable support for

Tender No SCLPS52019E0156401 49

stacking multiple switchesamp61607Stacking backplane

bandwidth Access switch shall have additional port(s) for

providing minimum 40 Gbps stacking bandwidthamp61607L2

Features 8021x authentication spanning tree

etcamp61607Networkjflowsflow or equivalent provision for

Networkjflowsflow or equivalent supportamp61607Network

Management support Network Management through

command line interface (CLI) SNMP v1 v2c v3

httpsamp61607IPv6 Readiness IPv6 Readiness from day

1amp61607RegulatorySafety confirming to UL60950 amp

EN60950amp61607EALNIAP certified Model No shall be EAL

or NIAPNDPP certifiedRecommended Make Cisco Juniper

HP Brocade dell

4 bull CAT 6A Cable Supply and installationlaying of category 6A

or better 4 pair shielded cable UFTP or FUTP in PVC

Conduit sheath type low smoke zero halogen (LSZH) with

transmission properties amp electrical properties tested

minimum up to 500MHz amp verified by ETL amp comply with

ANSITIAEIA‐568‐C2 amp ISOIEC 11801 Recommended make

Commscope Schneider Molex Siemon

5 bull Patch Panel Supply installation testing and commissioning

of CAT6A PatchJack Panel of 24 Port fully loaded in Network

rack with port identification number with self‐adhesive clear

label holder Each portjack on the panel should be

individually removable on field from the panel and have

integrated rear cable management metallic shelf and have a

separate provision of grounding Recommended make

Commscope Schneider Molex Siemon

6 bull Patch Cords (1 meter) Supply installation testing and

commissioning of Patch Cords Cat 6A shielded 1 meter in

Network rack with 4 pair shielded copper wire factory pre

terminated with shielded RJ45 plugs Aluminumpolyester

Tender No SCLPS52019E0156401 50

shield screen material with low smoke Zero halogen sheath

comply to TIA‐568‐C2 Cat 6A in IOs of Network

RackRecommended make Commscope Schneider Molex

Siemon

7 bull Patch Cords (3 meter) Supply installation testing and

commissioning of Patch Cords Cat 6A shielded 3 meter in

Network rack with 4 pair shielded copper wire factory pre

terminated with shielded RJ45 plugs Aluminumpolyester

shield screen material with low smoke Zero halogen sheath

comply to TIA‐568‐C2 Cat 6A at field side Recommended

make Commscope Schneider Molex Siemon

8 bull Information outlet Supply and installation of Shielded Cat

6A information outlet UFTP or FUTP compliance to category

6A or better TIA568C2‐500MHz at field sideRecommended

make Commscope Schneider Molex Siemon

9 bull Face Plate (Dual) Supply and installation of single gang

square face plate (Dual) and SMB Box with a provision to

support variety of jacks‐ UTP STP etc at the field

sideRecommended make Commscope Schneider Molex

SiemonbullFace plate (single) Supply and installation of square

face plate ( single) with a provision to support variety of jacks‐

UTP STP etc at the field sideRecommended make

Commscope Schneider Molex Siemon

10 bull SMB Box Supply and installation of SMB Box for face plate

(DualSingle) as required Recommended make Commscope

Schneider Molex Siemon

11 bull Other Accessories amp61607Supply and Installation of

25mm electrical grade ISI mark PVC Conduit in

wallfloorslabsurface including wallfloor cutting and

making good the same as required Recommended make

Reputed ISI Markamp61607Supply and installation of OFC SM

Tender No SCLPS52019E0156401 51

OS2 Cable in existing 32mm HDPE pipe as

requiredamp61607Supply and Laying of 32mm HDPE pipe

direct in ground including excavation sand cushioning

protective covering and refilling the trench including standard

cable route marker etc as requiredamp61607Supply and

installation of SC simplex single‐mode LSZH pigtail 1m as

requiredamp61607Supply and installation of adaptor plate

with 3 SC duplex SM adaptors as requiredamp61607Splicing of

OFC as per Core as requiredamp61607Supply and installation

of accessories for making the Chamber Pit‐ 1Mtr Depth with

Lid for housing OFC as requiredamp61607Trenching of

HardSoft Soil as required

12 B Paging The scope includes supply installation testing and

commissioning of Supply and installation of IP 65 or better

explosion proofWP loud speaker anticorrosive powder

coated red (RAL‐3000) suitable for Zone I amp II Class II C

Hardware SS304 as per IS2148 and equivalent to model FLSR

25 of Baliga with necessary support gland as required and

installing the same on wallsurface with GI supports as

required and connecting the same with wire The Scope also

includes supply and installation of 2Cx15mm2 FRLS armored

and PVC sheath twisted pair wire their termination tagging

glanding earthing etc as required for speakers and other

accessories requires for smooth commissioning of the paging

system

Vendor Specificied Terms

Description Vendor Terms

Tender No SCLPS52019E0156401 52

1Delivery Term

Prices shall be quoted on F O R destination basis ie S C L S A S Nagar Mohali

Punjab exclusive of GST and taxes as may be applicable

2 GST

Purchaser is entitled to concessional GST of 5 as per Ministry of Finance

Department of Revenue Notification No 472017 Integrated Tax (Rate) both

dated 14th November 2017 respectively and would accordingly issue Exemption

Certificate in favour of the contractor quoting in Indian Rupees The bidder

should take note of the same while quoting the prices in Indian Rupees GST on

installation services shall be applicable 18

3 DELIVERY SCHEDULEPERIOD OF COMPLETION

The time allowed for supply installation testing and commissioning of the entire

works shall be 06 (Six) months to be reckoned form the 7th day of issue of

purchase order

4 IMPORTANT

This being a two part Tender Technical and Commercial parts separate the

bidder should not attach any document(s) containing pricing information with

technical part The Contractor will provide Un priced commercial offer in

envelope 1 (Technical Part) as an attachment

The tenders containing price information in Technical Part will be treated as

unsolicited offers and rejected Contractor to confirm that Price bid is not

attached in Envelope 1 ie Technical Part

Priced Commercial offer if any should be attached in Envelope 2 (Price Bid)

under Supporting Documents from Vendor (Commercial) as an attachment

5 The prices shall remain firm until completion of entire project including

extended period if any No cost escalation shall be applicable for the work

Tender No SCLPS52019E0156401 53

6 SECURITY DEPOSIT

a) On acceptance of the tender the Contractor shall submit security deposit for

ten percent (10 percent) of the value of the Contract within 15 days from the

date of purchase order If the Contractor fails toprovide the security within the

period specified such failure shall constitute a breach of the Contract and the

Purchaser shall be entitled to make other arrangements for the re purchase of

the stores contracted at the cost and risk of the Contractor

b) Security Deposit shall be submitted through Demand Draft Bankers Cheque

fixed deposit receipt or Bank Guarantee from any of the Scheduled Banks

executed on nonjudicial stamp paper of appropriate value and shall be valid for

a period of sixty (60) days beyond the date for completion of the Purchase

OrderContract

c) In case the contractor fails to furnish the security deposit within the specified

date or extended due date the Purchase OrderContract shall be cancelled and

in addition appropriate penal action may also be considered

d) After the Purchase OrderContract is successfully executed in all respects the

Bank Guarantee towards Security Deposit may be discharged and retained

amount shall be refunded to vendors

e) In the event of non execution of the Purchase orderContract or breach of any

terms and conditions of the Purchase Order the Security Deposit shall be

forfeited

7 Warranty

The Contractor shall provide for the tendered job comprehensive warranty for

parts as well as labour for a period of 12 months from the date of successful

installation commissioning and testing of the system at Purchasers site at no

extra charges against any manufacturing defectfaulty workmanship In case any

defect arises during warranty period the Contractor should replacerectify the

same at its own cost at siteworks

The LED light fittings and its driver unit etc shall have warranty for a period of 5

Tender No SCLPS52019E0156401 54

years from the date of installation and commissioning

8 Warranty Replacements

All replacement parts if any shall be supplied by the Contractor free of cost on F

O R Purchaser site at S A S Nagar Punjab basis

9 TERMS OF PAYMENT

The payment shall be remitted as under

90 of the value of the materials supplied shall be paid within 30 days of the

receipt of the materials at purchaser site and the balance 10 amount along

with 100 installation charges shall be payable on successful installation

commissioning and acceptance of the entire project at Purchasers site against a

Performance Bank Guarantee

10 PERFORMANCE BANK GUARANTEE (PBG)

The Contractor shall furnish a Bank Guarantee (as per format given by purchaser)

from any nationalized scheduled bank for an amount equivalent to 10 of the

value of the Contract and shall be valid for a period of 60 days beyond the expiry

date of warranty period On the performance and completion of the Contract in

all respects the Bank Guarantee will be returned to the Contractor without any

interest

11 VALIDITY

The tender must be valid for a minimum period of 120 days from the date of

opening of Technical bid and 90 days after opening of Price bid

The tender where the validity period is shorter than the period specified in the

tender enquiry shall be excluded from the procurement process

12 Quantity Variation

The quantities indicated against each items in the Bill of Quantities (BOQ) are

indicative and are for the purpose of bidding only Variation in quantities up to

Tender No SCLPS52019E0156401 55

+25 percent shall be carried out by the contractor on the agreedPurchase order

(PO) rates and terms amp conditions as in the purchase order (PO)

13 GUARANTEED TIME DELIVERY

The time for and the date of delivery stipulated in the Purchase Order shall be

deemed to be the essence of the Contract Delivery must be completed within

the date specified therein

14 Extra Items

In case of extra items (that are completely new and are in addition to the items

contained in the contract) the contractor may claim rates supported by proper

analysis and purchaser engineer in charge of the work shall after giving

consideration to the analysis of the rates submitted by the contractor determine

the rates on the basis of market rates and the contractor shall be paid in

accordance with the rates so determined The contractor(s) profit amp OH shall be

factored in the rate analysis 15

15 CONSIGNEE

Sr Purchase and Stores Officer (Stores)

Semi Conductor Laboratory

Sector 72 SAS Nagar (Mohali) Punjab

India 160 071

16 INSTALLATION AND COMMISSIONING

Installation commissioning and demonstration of performance of the tendered

stores as per Purchaser tendered specifications shall be carried out by the

Contractor at Purchaser site at S A S Nagar Punjab India

The Contractor shall provide in advance guidelines for preparation of the

installation site and list of items to be supplied by Purchaser during installation

Tender No SCLPS52019E0156401 56

On receipt of intimation from the Purchaser the Contractor shall depute its

engineer(s) to Purchaser site within two weeks to carry out installation and

commissioning and will demonstrate the functionality of the tendered

equipment to Purchaser specifications as per mutually agreed acceptance

procedure The Contractor shall be responsible for any lossdamages sustained

due to delay on the part of the Contractor to send its engineer for installation

and commissioning

Failure to commission the tendered equipment successfully shall entitle

Purchaser to full refund of the payment made and the interest thereon Decision

regarding successful installation and commissioning shall rest solely with the

Purchaser

17 REJECTION

In the event that any of the stores supplied by the Contractor is found defective

in material or workmanship or otherwise not in conformity with the

requirements of the Contract specifications the purchaser shall either reject the

stores or request the Contractor in writing to rectify the same The Contractor

on receipt of such notification shall either rectify or replace the defective stores

free of cost to the purchaser If the Contractor fails to do so the purchaser may

at his option either

a) replace or rectify such defective stores and recover the extra cost so involved

from the Contractor or

b) terminate the Contract for default as provided in this tender document

18 EXTENSION OF TIME

If the completion of supply of stores is delayed due to reason of force majeure

such as acts of god acts of public enemy acts of Government fires floods

epidemics quarantine restriction strikes freight embargoes etc the

Contractor shall give notice within 15 days to the purchaser in writing of his

claim for an extension of time The purchaser on receipt of such notice after

verification if necessary may agree to extend the Contract delivery date as may

Tender No SCLPS52019E0156401 57

be reasonable but without prejudice to other terms and conditions of the

Contract

19 DELAY IN COMPLETIONLIQUIDATED DAMAGES

If the Contractor fails to deliver the stores within the time specified in the

Contract or any extension thereof the purchaser shall recover from the

Contractor as liquidated damages a sum of one half of one percent (05 percent)

of the Contract price of the undelivered stores for each calendar week of delay

The total liquidated damages shall not exceed ten percent (10 percent) of the

Contract price of the unit or units so delayed Stores will be deemed to have

been delivered only when all their component parts are also delivered If certain

components are not delivered in time the stores will be considered as delayed

until such time as the missing parts are delivered Delivery of stores shall be

complete on Installation commissioning Testing and Acceptance

20 INSPECTION AND ACCEPTANCE TEST

The Purchasers representatives shall also be entitled at all reasonable times

during manufacture to inspect examine and test on the Contractors premises

the material and workmanship of all stores to be supplied under this Contract

and if part of the said stores is being manufactured on other premises the

Contractor shall obtain for the purchasers representative permission to inspect

examine and test as if the equipment were being manufactured on the

Contractors premises

Such inspection examination and testing shall not release the Contractor from

the obligations under this Contract

For tests on the premises of the Contractor or of any of his sub Contractors the

Contractor shall provide free of cost assistance labour material electricity fuel

and instruments as may be required or as may be reasonably needed by the

purchasers representative to carry out the tests efficiently

When the stores have passed the specified test the purchaser representative

shall furnish a certificate to the effect in writing to the Contractor The

Tender No SCLPS52019E0156401 58

Contractor shall provide copies of the tests certificates to the purchaser as may

be required

21 Labour Law Contractor shall abide by all labour laws rules and regulations

which are prevailing and as enforced from time to time and SCL shall not be

responsible for any accident or mishap during the course of the contract to any

of engineer labour employee by the Contractor The contractor shall also ensure

that the statutory obligations with regards to the employment of labour under

law are complied properly and timely

22 ARBITRATION

In the event of any disputes differences or claims arising out of or relating to

the interpretation and application of the Contract such disputes or differences

or claims shall be settled amicably by mutual consultations of the good Offices

of the respective Parties and recognizing their mutual interests attempt to reach

a solution satisfactory to both the parties If such a resolution is not possible

within 30 days from the date of receipt of written notice of the existence of such

disputes then the unresolved disputes or differences or claims shall be

referred to the Sole Arbitrator appointed by the Parties by mutual consent in

accordance with the rules and procedures of Arbitration and Conciliation Act

1996 as amended from time to time The arbitration shall be conducted in New

Delhi in the Arbitration and Conciliation Centre New Delhi (Domestic and

International) as per its rules and regulations The expenses for the Arbitration

shall be shared equally or as may be determined by the Arbitrator The

considered and written decision of the Arbitrator shall be final and binding

between the Parties The applicable language for Arbitration shall be English

only Work under the Contract shall be continued by the CONTRACTOR during

the pendency of arbitration proceedings without prejudice to a final adjustment

in accordance with the decision of the Arbitrator unless otherwise directed in

writing by the DEPARTMENT or unless the matter is such that the works cannot

be possibly continued until the decision (whether final or interim) of the

Arbitrator is obtained

23 APPLICABLE LAWS The contract shall be interpreted construed and

Tender No SCLPS52019E0156401 59

governed by laws of IndiaThe contract shall be subject to exclusive Jurisdiction

of the Court of SAS Nagar (Mohali) Punjab India irrespective of anything

mentioned in any correspondences or otherwise

24 Any Other Term

Tender No SCLPS52019E0156401 60

Supporting Documents from Vendor

Attachment ‐ I

Attachment ‐ II

Price Bid Form

Item Description Slab Range Qty UOM Currency Unit Price Total Price

Supply of MCC Panels cables

cable trays lightings etc for

electrical distribution system

including fire detection

system LAN Paging etc for

the Chemical Store building as

per detailed specifications

technical write‐updrawings

attached

‐ 1 Lot ‐ ‐ ‐

Installation Testing and

Commissioning of MCC

Panels cables cable trays

lightings etc for electrical

distribution system including

fire detection system LAN

Paging etc for the Chemical

Store building as per detailed

specifications technical write‐

updrawings attached

‐ 1 Lot ‐ ‐ ‐

Tender No SCLPS52019E0156401 61

Break‐up of other taxes and other costs should be specified in respective narration columns

Sum of these Break‐up values should be specified in respective value columns

Supporting Documents from Vendor (Commercial)

Document attachment with price bid

Attachment ‐ I

Attachment ‐ II

  • pdf_document_tndr_notc_electrical_distribution_system_051119
  • pdf_document_tndr_doc_electrical_distribution_system_051119
Page 50: -72, -160071 चंडीगढ़ के समीप पंजाब भारत...स म -क डक टर ल ब र टर /Semi-Conductor Laboratory अ त रक ष वभ

Tender No SCLPS52019E0156401 49

stacking multiple switchesamp61607Stacking backplane

bandwidth Access switch shall have additional port(s) for

providing minimum 40 Gbps stacking bandwidthamp61607L2

Features 8021x authentication spanning tree

etcamp61607Networkjflowsflow or equivalent provision for

Networkjflowsflow or equivalent supportamp61607Network

Management support Network Management through

command line interface (CLI) SNMP v1 v2c v3

httpsamp61607IPv6 Readiness IPv6 Readiness from day

1amp61607RegulatorySafety confirming to UL60950 amp

EN60950amp61607EALNIAP certified Model No shall be EAL

or NIAPNDPP certifiedRecommended Make Cisco Juniper

HP Brocade dell

4 bull CAT 6A Cable Supply and installationlaying of category 6A

or better 4 pair shielded cable UFTP or FUTP in PVC

Conduit sheath type low smoke zero halogen (LSZH) with

transmission properties amp electrical properties tested

minimum up to 500MHz amp verified by ETL amp comply with

ANSITIAEIA‐568‐C2 amp ISOIEC 11801 Recommended make

Commscope Schneider Molex Siemon

5 bull Patch Panel Supply installation testing and commissioning

of CAT6A PatchJack Panel of 24 Port fully loaded in Network

rack with port identification number with self‐adhesive clear

label holder Each portjack on the panel should be

individually removable on field from the panel and have

integrated rear cable management metallic shelf and have a

separate provision of grounding Recommended make

Commscope Schneider Molex Siemon

6 bull Patch Cords (1 meter) Supply installation testing and

commissioning of Patch Cords Cat 6A shielded 1 meter in

Network rack with 4 pair shielded copper wire factory pre

terminated with shielded RJ45 plugs Aluminumpolyester

Tender No SCLPS52019E0156401 50

shield screen material with low smoke Zero halogen sheath

comply to TIA‐568‐C2 Cat 6A in IOs of Network

RackRecommended make Commscope Schneider Molex

Siemon

7 bull Patch Cords (3 meter) Supply installation testing and

commissioning of Patch Cords Cat 6A shielded 3 meter in

Network rack with 4 pair shielded copper wire factory pre

terminated with shielded RJ45 plugs Aluminumpolyester

shield screen material with low smoke Zero halogen sheath

comply to TIA‐568‐C2 Cat 6A at field side Recommended

make Commscope Schneider Molex Siemon

8 bull Information outlet Supply and installation of Shielded Cat

6A information outlet UFTP or FUTP compliance to category

6A or better TIA568C2‐500MHz at field sideRecommended

make Commscope Schneider Molex Siemon

9 bull Face Plate (Dual) Supply and installation of single gang

square face plate (Dual) and SMB Box with a provision to

support variety of jacks‐ UTP STP etc at the field

sideRecommended make Commscope Schneider Molex

SiemonbullFace plate (single) Supply and installation of square

face plate ( single) with a provision to support variety of jacks‐

UTP STP etc at the field sideRecommended make

Commscope Schneider Molex Siemon

10 bull SMB Box Supply and installation of SMB Box for face plate

(DualSingle) as required Recommended make Commscope

Schneider Molex Siemon

11 bull Other Accessories amp61607Supply and Installation of

25mm electrical grade ISI mark PVC Conduit in

wallfloorslabsurface including wallfloor cutting and

making good the same as required Recommended make

Reputed ISI Markamp61607Supply and installation of OFC SM

Tender No SCLPS52019E0156401 51

OS2 Cable in existing 32mm HDPE pipe as

requiredamp61607Supply and Laying of 32mm HDPE pipe

direct in ground including excavation sand cushioning

protective covering and refilling the trench including standard

cable route marker etc as requiredamp61607Supply and

installation of SC simplex single‐mode LSZH pigtail 1m as

requiredamp61607Supply and installation of adaptor plate

with 3 SC duplex SM adaptors as requiredamp61607Splicing of

OFC as per Core as requiredamp61607Supply and installation

of accessories for making the Chamber Pit‐ 1Mtr Depth with

Lid for housing OFC as requiredamp61607Trenching of

HardSoft Soil as required

12 B Paging The scope includes supply installation testing and

commissioning of Supply and installation of IP 65 or better

explosion proofWP loud speaker anticorrosive powder

coated red (RAL‐3000) suitable for Zone I amp II Class II C

Hardware SS304 as per IS2148 and equivalent to model FLSR

25 of Baliga with necessary support gland as required and

installing the same on wallsurface with GI supports as

required and connecting the same with wire The Scope also

includes supply and installation of 2Cx15mm2 FRLS armored

and PVC sheath twisted pair wire their termination tagging

glanding earthing etc as required for speakers and other

accessories requires for smooth commissioning of the paging

system

Vendor Specificied Terms

Description Vendor Terms

Tender No SCLPS52019E0156401 52

1Delivery Term

Prices shall be quoted on F O R destination basis ie S C L S A S Nagar Mohali

Punjab exclusive of GST and taxes as may be applicable

2 GST

Purchaser is entitled to concessional GST of 5 as per Ministry of Finance

Department of Revenue Notification No 472017 Integrated Tax (Rate) both

dated 14th November 2017 respectively and would accordingly issue Exemption

Certificate in favour of the contractor quoting in Indian Rupees The bidder

should take note of the same while quoting the prices in Indian Rupees GST on

installation services shall be applicable 18

3 DELIVERY SCHEDULEPERIOD OF COMPLETION

The time allowed for supply installation testing and commissioning of the entire

works shall be 06 (Six) months to be reckoned form the 7th day of issue of

purchase order

4 IMPORTANT

This being a two part Tender Technical and Commercial parts separate the

bidder should not attach any document(s) containing pricing information with

technical part The Contractor will provide Un priced commercial offer in

envelope 1 (Technical Part) as an attachment

The tenders containing price information in Technical Part will be treated as

unsolicited offers and rejected Contractor to confirm that Price bid is not

attached in Envelope 1 ie Technical Part

Priced Commercial offer if any should be attached in Envelope 2 (Price Bid)

under Supporting Documents from Vendor (Commercial) as an attachment

5 The prices shall remain firm until completion of entire project including

extended period if any No cost escalation shall be applicable for the work

Tender No SCLPS52019E0156401 53

6 SECURITY DEPOSIT

a) On acceptance of the tender the Contractor shall submit security deposit for

ten percent (10 percent) of the value of the Contract within 15 days from the

date of purchase order If the Contractor fails toprovide the security within the

period specified such failure shall constitute a breach of the Contract and the

Purchaser shall be entitled to make other arrangements for the re purchase of

the stores contracted at the cost and risk of the Contractor

b) Security Deposit shall be submitted through Demand Draft Bankers Cheque

fixed deposit receipt or Bank Guarantee from any of the Scheduled Banks

executed on nonjudicial stamp paper of appropriate value and shall be valid for

a period of sixty (60) days beyond the date for completion of the Purchase

OrderContract

c) In case the contractor fails to furnish the security deposit within the specified

date or extended due date the Purchase OrderContract shall be cancelled and

in addition appropriate penal action may also be considered

d) After the Purchase OrderContract is successfully executed in all respects the

Bank Guarantee towards Security Deposit may be discharged and retained

amount shall be refunded to vendors

e) In the event of non execution of the Purchase orderContract or breach of any

terms and conditions of the Purchase Order the Security Deposit shall be

forfeited

7 Warranty

The Contractor shall provide for the tendered job comprehensive warranty for

parts as well as labour for a period of 12 months from the date of successful

installation commissioning and testing of the system at Purchasers site at no

extra charges against any manufacturing defectfaulty workmanship In case any

defect arises during warranty period the Contractor should replacerectify the

same at its own cost at siteworks

The LED light fittings and its driver unit etc shall have warranty for a period of 5

Tender No SCLPS52019E0156401 54

years from the date of installation and commissioning

8 Warranty Replacements

All replacement parts if any shall be supplied by the Contractor free of cost on F

O R Purchaser site at S A S Nagar Punjab basis

9 TERMS OF PAYMENT

The payment shall be remitted as under

90 of the value of the materials supplied shall be paid within 30 days of the

receipt of the materials at purchaser site and the balance 10 amount along

with 100 installation charges shall be payable on successful installation

commissioning and acceptance of the entire project at Purchasers site against a

Performance Bank Guarantee

10 PERFORMANCE BANK GUARANTEE (PBG)

The Contractor shall furnish a Bank Guarantee (as per format given by purchaser)

from any nationalized scheduled bank for an amount equivalent to 10 of the

value of the Contract and shall be valid for a period of 60 days beyond the expiry

date of warranty period On the performance and completion of the Contract in

all respects the Bank Guarantee will be returned to the Contractor without any

interest

11 VALIDITY

The tender must be valid for a minimum period of 120 days from the date of

opening of Technical bid and 90 days after opening of Price bid

The tender where the validity period is shorter than the period specified in the

tender enquiry shall be excluded from the procurement process

12 Quantity Variation

The quantities indicated against each items in the Bill of Quantities (BOQ) are

indicative and are for the purpose of bidding only Variation in quantities up to

Tender No SCLPS52019E0156401 55

+25 percent shall be carried out by the contractor on the agreedPurchase order

(PO) rates and terms amp conditions as in the purchase order (PO)

13 GUARANTEED TIME DELIVERY

The time for and the date of delivery stipulated in the Purchase Order shall be

deemed to be the essence of the Contract Delivery must be completed within

the date specified therein

14 Extra Items

In case of extra items (that are completely new and are in addition to the items

contained in the contract) the contractor may claim rates supported by proper

analysis and purchaser engineer in charge of the work shall after giving

consideration to the analysis of the rates submitted by the contractor determine

the rates on the basis of market rates and the contractor shall be paid in

accordance with the rates so determined The contractor(s) profit amp OH shall be

factored in the rate analysis 15

15 CONSIGNEE

Sr Purchase and Stores Officer (Stores)

Semi Conductor Laboratory

Sector 72 SAS Nagar (Mohali) Punjab

India 160 071

16 INSTALLATION AND COMMISSIONING

Installation commissioning and demonstration of performance of the tendered

stores as per Purchaser tendered specifications shall be carried out by the

Contractor at Purchaser site at S A S Nagar Punjab India

The Contractor shall provide in advance guidelines for preparation of the

installation site and list of items to be supplied by Purchaser during installation

Tender No SCLPS52019E0156401 56

On receipt of intimation from the Purchaser the Contractor shall depute its

engineer(s) to Purchaser site within two weeks to carry out installation and

commissioning and will demonstrate the functionality of the tendered

equipment to Purchaser specifications as per mutually agreed acceptance

procedure The Contractor shall be responsible for any lossdamages sustained

due to delay on the part of the Contractor to send its engineer for installation

and commissioning

Failure to commission the tendered equipment successfully shall entitle

Purchaser to full refund of the payment made and the interest thereon Decision

regarding successful installation and commissioning shall rest solely with the

Purchaser

17 REJECTION

In the event that any of the stores supplied by the Contractor is found defective

in material or workmanship or otherwise not in conformity with the

requirements of the Contract specifications the purchaser shall either reject the

stores or request the Contractor in writing to rectify the same The Contractor

on receipt of such notification shall either rectify or replace the defective stores

free of cost to the purchaser If the Contractor fails to do so the purchaser may

at his option either

a) replace or rectify such defective stores and recover the extra cost so involved

from the Contractor or

b) terminate the Contract for default as provided in this tender document

18 EXTENSION OF TIME

If the completion of supply of stores is delayed due to reason of force majeure

such as acts of god acts of public enemy acts of Government fires floods

epidemics quarantine restriction strikes freight embargoes etc the

Contractor shall give notice within 15 days to the purchaser in writing of his

claim for an extension of time The purchaser on receipt of such notice after

verification if necessary may agree to extend the Contract delivery date as may

Tender No SCLPS52019E0156401 57

be reasonable but without prejudice to other terms and conditions of the

Contract

19 DELAY IN COMPLETIONLIQUIDATED DAMAGES

If the Contractor fails to deliver the stores within the time specified in the

Contract or any extension thereof the purchaser shall recover from the

Contractor as liquidated damages a sum of one half of one percent (05 percent)

of the Contract price of the undelivered stores for each calendar week of delay

The total liquidated damages shall not exceed ten percent (10 percent) of the

Contract price of the unit or units so delayed Stores will be deemed to have

been delivered only when all their component parts are also delivered If certain

components are not delivered in time the stores will be considered as delayed

until such time as the missing parts are delivered Delivery of stores shall be

complete on Installation commissioning Testing and Acceptance

20 INSPECTION AND ACCEPTANCE TEST

The Purchasers representatives shall also be entitled at all reasonable times

during manufacture to inspect examine and test on the Contractors premises

the material and workmanship of all stores to be supplied under this Contract

and if part of the said stores is being manufactured on other premises the

Contractor shall obtain for the purchasers representative permission to inspect

examine and test as if the equipment were being manufactured on the

Contractors premises

Such inspection examination and testing shall not release the Contractor from

the obligations under this Contract

For tests on the premises of the Contractor or of any of his sub Contractors the

Contractor shall provide free of cost assistance labour material electricity fuel

and instruments as may be required or as may be reasonably needed by the

purchasers representative to carry out the tests efficiently

When the stores have passed the specified test the purchaser representative

shall furnish a certificate to the effect in writing to the Contractor The

Tender No SCLPS52019E0156401 58

Contractor shall provide copies of the tests certificates to the purchaser as may

be required

21 Labour Law Contractor shall abide by all labour laws rules and regulations

which are prevailing and as enforced from time to time and SCL shall not be

responsible for any accident or mishap during the course of the contract to any

of engineer labour employee by the Contractor The contractor shall also ensure

that the statutory obligations with regards to the employment of labour under

law are complied properly and timely

22 ARBITRATION

In the event of any disputes differences or claims arising out of or relating to

the interpretation and application of the Contract such disputes or differences

or claims shall be settled amicably by mutual consultations of the good Offices

of the respective Parties and recognizing their mutual interests attempt to reach

a solution satisfactory to both the parties If such a resolution is not possible

within 30 days from the date of receipt of written notice of the existence of such

disputes then the unresolved disputes or differences or claims shall be

referred to the Sole Arbitrator appointed by the Parties by mutual consent in

accordance with the rules and procedures of Arbitration and Conciliation Act

1996 as amended from time to time The arbitration shall be conducted in New

Delhi in the Arbitration and Conciliation Centre New Delhi (Domestic and

International) as per its rules and regulations The expenses for the Arbitration

shall be shared equally or as may be determined by the Arbitrator The

considered and written decision of the Arbitrator shall be final and binding

between the Parties The applicable language for Arbitration shall be English

only Work under the Contract shall be continued by the CONTRACTOR during

the pendency of arbitration proceedings without prejudice to a final adjustment

in accordance with the decision of the Arbitrator unless otherwise directed in

writing by the DEPARTMENT or unless the matter is such that the works cannot

be possibly continued until the decision (whether final or interim) of the

Arbitrator is obtained

23 APPLICABLE LAWS The contract shall be interpreted construed and

Tender No SCLPS52019E0156401 59

governed by laws of IndiaThe contract shall be subject to exclusive Jurisdiction

of the Court of SAS Nagar (Mohali) Punjab India irrespective of anything

mentioned in any correspondences or otherwise

24 Any Other Term

Tender No SCLPS52019E0156401 60

Supporting Documents from Vendor

Attachment ‐ I

Attachment ‐ II

Price Bid Form

Item Description Slab Range Qty UOM Currency Unit Price Total Price

Supply of MCC Panels cables

cable trays lightings etc for

electrical distribution system

including fire detection

system LAN Paging etc for

the Chemical Store building as

per detailed specifications

technical write‐updrawings

attached

‐ 1 Lot ‐ ‐ ‐

Installation Testing and

Commissioning of MCC

Panels cables cable trays

lightings etc for electrical

distribution system including

fire detection system LAN

Paging etc for the Chemical

Store building as per detailed

specifications technical write‐

updrawings attached

‐ 1 Lot ‐ ‐ ‐

Tender No SCLPS52019E0156401 61

Break‐up of other taxes and other costs should be specified in respective narration columns

Sum of these Break‐up values should be specified in respective value columns

Supporting Documents from Vendor (Commercial)

Document attachment with price bid

Attachment ‐ I

Attachment ‐ II

  • pdf_document_tndr_notc_electrical_distribution_system_051119
  • pdf_document_tndr_doc_electrical_distribution_system_051119
Page 51: -72, -160071 चंडीगढ़ के समीप पंजाब भारत...स म -क डक टर ल ब र टर /Semi-Conductor Laboratory अ त रक ष वभ

Tender No SCLPS52019E0156401 50

shield screen material with low smoke Zero halogen sheath

comply to TIA‐568‐C2 Cat 6A in IOs of Network

RackRecommended make Commscope Schneider Molex

Siemon

7 bull Patch Cords (3 meter) Supply installation testing and

commissioning of Patch Cords Cat 6A shielded 3 meter in

Network rack with 4 pair shielded copper wire factory pre

terminated with shielded RJ45 plugs Aluminumpolyester

shield screen material with low smoke Zero halogen sheath

comply to TIA‐568‐C2 Cat 6A at field side Recommended

make Commscope Schneider Molex Siemon

8 bull Information outlet Supply and installation of Shielded Cat

6A information outlet UFTP or FUTP compliance to category

6A or better TIA568C2‐500MHz at field sideRecommended

make Commscope Schneider Molex Siemon

9 bull Face Plate (Dual) Supply and installation of single gang

square face plate (Dual) and SMB Box with a provision to

support variety of jacks‐ UTP STP etc at the field

sideRecommended make Commscope Schneider Molex

SiemonbullFace plate (single) Supply and installation of square

face plate ( single) with a provision to support variety of jacks‐

UTP STP etc at the field sideRecommended make

Commscope Schneider Molex Siemon

10 bull SMB Box Supply and installation of SMB Box for face plate

(DualSingle) as required Recommended make Commscope

Schneider Molex Siemon

11 bull Other Accessories amp61607Supply and Installation of

25mm electrical grade ISI mark PVC Conduit in

wallfloorslabsurface including wallfloor cutting and

making good the same as required Recommended make

Reputed ISI Markamp61607Supply and installation of OFC SM

Tender No SCLPS52019E0156401 51

OS2 Cable in existing 32mm HDPE pipe as

requiredamp61607Supply and Laying of 32mm HDPE pipe

direct in ground including excavation sand cushioning

protective covering and refilling the trench including standard

cable route marker etc as requiredamp61607Supply and

installation of SC simplex single‐mode LSZH pigtail 1m as

requiredamp61607Supply and installation of adaptor plate

with 3 SC duplex SM adaptors as requiredamp61607Splicing of

OFC as per Core as requiredamp61607Supply and installation

of accessories for making the Chamber Pit‐ 1Mtr Depth with

Lid for housing OFC as requiredamp61607Trenching of

HardSoft Soil as required

12 B Paging The scope includes supply installation testing and

commissioning of Supply and installation of IP 65 or better

explosion proofWP loud speaker anticorrosive powder

coated red (RAL‐3000) suitable for Zone I amp II Class II C

Hardware SS304 as per IS2148 and equivalent to model FLSR

25 of Baliga with necessary support gland as required and

installing the same on wallsurface with GI supports as

required and connecting the same with wire The Scope also

includes supply and installation of 2Cx15mm2 FRLS armored

and PVC sheath twisted pair wire their termination tagging

glanding earthing etc as required for speakers and other

accessories requires for smooth commissioning of the paging

system

Vendor Specificied Terms

Description Vendor Terms

Tender No SCLPS52019E0156401 52

1Delivery Term

Prices shall be quoted on F O R destination basis ie S C L S A S Nagar Mohali

Punjab exclusive of GST and taxes as may be applicable

2 GST

Purchaser is entitled to concessional GST of 5 as per Ministry of Finance

Department of Revenue Notification No 472017 Integrated Tax (Rate) both

dated 14th November 2017 respectively and would accordingly issue Exemption

Certificate in favour of the contractor quoting in Indian Rupees The bidder

should take note of the same while quoting the prices in Indian Rupees GST on

installation services shall be applicable 18

3 DELIVERY SCHEDULEPERIOD OF COMPLETION

The time allowed for supply installation testing and commissioning of the entire

works shall be 06 (Six) months to be reckoned form the 7th day of issue of

purchase order

4 IMPORTANT

This being a two part Tender Technical and Commercial parts separate the

bidder should not attach any document(s) containing pricing information with

technical part The Contractor will provide Un priced commercial offer in

envelope 1 (Technical Part) as an attachment

The tenders containing price information in Technical Part will be treated as

unsolicited offers and rejected Contractor to confirm that Price bid is not

attached in Envelope 1 ie Technical Part

Priced Commercial offer if any should be attached in Envelope 2 (Price Bid)

under Supporting Documents from Vendor (Commercial) as an attachment

5 The prices shall remain firm until completion of entire project including

extended period if any No cost escalation shall be applicable for the work

Tender No SCLPS52019E0156401 53

6 SECURITY DEPOSIT

a) On acceptance of the tender the Contractor shall submit security deposit for

ten percent (10 percent) of the value of the Contract within 15 days from the

date of purchase order If the Contractor fails toprovide the security within the

period specified such failure shall constitute a breach of the Contract and the

Purchaser shall be entitled to make other arrangements for the re purchase of

the stores contracted at the cost and risk of the Contractor

b) Security Deposit shall be submitted through Demand Draft Bankers Cheque

fixed deposit receipt or Bank Guarantee from any of the Scheduled Banks

executed on nonjudicial stamp paper of appropriate value and shall be valid for

a period of sixty (60) days beyond the date for completion of the Purchase

OrderContract

c) In case the contractor fails to furnish the security deposit within the specified

date or extended due date the Purchase OrderContract shall be cancelled and

in addition appropriate penal action may also be considered

d) After the Purchase OrderContract is successfully executed in all respects the

Bank Guarantee towards Security Deposit may be discharged and retained

amount shall be refunded to vendors

e) In the event of non execution of the Purchase orderContract or breach of any

terms and conditions of the Purchase Order the Security Deposit shall be

forfeited

7 Warranty

The Contractor shall provide for the tendered job comprehensive warranty for

parts as well as labour for a period of 12 months from the date of successful

installation commissioning and testing of the system at Purchasers site at no

extra charges against any manufacturing defectfaulty workmanship In case any

defect arises during warranty period the Contractor should replacerectify the

same at its own cost at siteworks

The LED light fittings and its driver unit etc shall have warranty for a period of 5

Tender No SCLPS52019E0156401 54

years from the date of installation and commissioning

8 Warranty Replacements

All replacement parts if any shall be supplied by the Contractor free of cost on F

O R Purchaser site at S A S Nagar Punjab basis

9 TERMS OF PAYMENT

The payment shall be remitted as under

90 of the value of the materials supplied shall be paid within 30 days of the

receipt of the materials at purchaser site and the balance 10 amount along

with 100 installation charges shall be payable on successful installation

commissioning and acceptance of the entire project at Purchasers site against a

Performance Bank Guarantee

10 PERFORMANCE BANK GUARANTEE (PBG)

The Contractor shall furnish a Bank Guarantee (as per format given by purchaser)

from any nationalized scheduled bank for an amount equivalent to 10 of the

value of the Contract and shall be valid for a period of 60 days beyond the expiry

date of warranty period On the performance and completion of the Contract in

all respects the Bank Guarantee will be returned to the Contractor without any

interest

11 VALIDITY

The tender must be valid for a minimum period of 120 days from the date of

opening of Technical bid and 90 days after opening of Price bid

The tender where the validity period is shorter than the period specified in the

tender enquiry shall be excluded from the procurement process

12 Quantity Variation

The quantities indicated against each items in the Bill of Quantities (BOQ) are

indicative and are for the purpose of bidding only Variation in quantities up to

Tender No SCLPS52019E0156401 55

+25 percent shall be carried out by the contractor on the agreedPurchase order

(PO) rates and terms amp conditions as in the purchase order (PO)

13 GUARANTEED TIME DELIVERY

The time for and the date of delivery stipulated in the Purchase Order shall be

deemed to be the essence of the Contract Delivery must be completed within

the date specified therein

14 Extra Items

In case of extra items (that are completely new and are in addition to the items

contained in the contract) the contractor may claim rates supported by proper

analysis and purchaser engineer in charge of the work shall after giving

consideration to the analysis of the rates submitted by the contractor determine

the rates on the basis of market rates and the contractor shall be paid in

accordance with the rates so determined The contractor(s) profit amp OH shall be

factored in the rate analysis 15

15 CONSIGNEE

Sr Purchase and Stores Officer (Stores)

Semi Conductor Laboratory

Sector 72 SAS Nagar (Mohali) Punjab

India 160 071

16 INSTALLATION AND COMMISSIONING

Installation commissioning and demonstration of performance of the tendered

stores as per Purchaser tendered specifications shall be carried out by the

Contractor at Purchaser site at S A S Nagar Punjab India

The Contractor shall provide in advance guidelines for preparation of the

installation site and list of items to be supplied by Purchaser during installation

Tender No SCLPS52019E0156401 56

On receipt of intimation from the Purchaser the Contractor shall depute its

engineer(s) to Purchaser site within two weeks to carry out installation and

commissioning and will demonstrate the functionality of the tendered

equipment to Purchaser specifications as per mutually agreed acceptance

procedure The Contractor shall be responsible for any lossdamages sustained

due to delay on the part of the Contractor to send its engineer for installation

and commissioning

Failure to commission the tendered equipment successfully shall entitle

Purchaser to full refund of the payment made and the interest thereon Decision

regarding successful installation and commissioning shall rest solely with the

Purchaser

17 REJECTION

In the event that any of the stores supplied by the Contractor is found defective

in material or workmanship or otherwise not in conformity with the

requirements of the Contract specifications the purchaser shall either reject the

stores or request the Contractor in writing to rectify the same The Contractor

on receipt of such notification shall either rectify or replace the defective stores

free of cost to the purchaser If the Contractor fails to do so the purchaser may

at his option either

a) replace or rectify such defective stores and recover the extra cost so involved

from the Contractor or

b) terminate the Contract for default as provided in this tender document

18 EXTENSION OF TIME

If the completion of supply of stores is delayed due to reason of force majeure

such as acts of god acts of public enemy acts of Government fires floods

epidemics quarantine restriction strikes freight embargoes etc the

Contractor shall give notice within 15 days to the purchaser in writing of his

claim for an extension of time The purchaser on receipt of such notice after

verification if necessary may agree to extend the Contract delivery date as may

Tender No SCLPS52019E0156401 57

be reasonable but without prejudice to other terms and conditions of the

Contract

19 DELAY IN COMPLETIONLIQUIDATED DAMAGES

If the Contractor fails to deliver the stores within the time specified in the

Contract or any extension thereof the purchaser shall recover from the

Contractor as liquidated damages a sum of one half of one percent (05 percent)

of the Contract price of the undelivered stores for each calendar week of delay

The total liquidated damages shall not exceed ten percent (10 percent) of the

Contract price of the unit or units so delayed Stores will be deemed to have

been delivered only when all their component parts are also delivered If certain

components are not delivered in time the stores will be considered as delayed

until such time as the missing parts are delivered Delivery of stores shall be

complete on Installation commissioning Testing and Acceptance

20 INSPECTION AND ACCEPTANCE TEST

The Purchasers representatives shall also be entitled at all reasonable times

during manufacture to inspect examine and test on the Contractors premises

the material and workmanship of all stores to be supplied under this Contract

and if part of the said stores is being manufactured on other premises the

Contractor shall obtain for the purchasers representative permission to inspect

examine and test as if the equipment were being manufactured on the

Contractors premises

Such inspection examination and testing shall not release the Contractor from

the obligations under this Contract

For tests on the premises of the Contractor or of any of his sub Contractors the

Contractor shall provide free of cost assistance labour material electricity fuel

and instruments as may be required or as may be reasonably needed by the

purchasers representative to carry out the tests efficiently

When the stores have passed the specified test the purchaser representative

shall furnish a certificate to the effect in writing to the Contractor The

Tender No SCLPS52019E0156401 58

Contractor shall provide copies of the tests certificates to the purchaser as may

be required

21 Labour Law Contractor shall abide by all labour laws rules and regulations

which are prevailing and as enforced from time to time and SCL shall not be

responsible for any accident or mishap during the course of the contract to any

of engineer labour employee by the Contractor The contractor shall also ensure

that the statutory obligations with regards to the employment of labour under

law are complied properly and timely

22 ARBITRATION

In the event of any disputes differences or claims arising out of or relating to

the interpretation and application of the Contract such disputes or differences

or claims shall be settled amicably by mutual consultations of the good Offices

of the respective Parties and recognizing their mutual interests attempt to reach

a solution satisfactory to both the parties If such a resolution is not possible

within 30 days from the date of receipt of written notice of the existence of such

disputes then the unresolved disputes or differences or claims shall be

referred to the Sole Arbitrator appointed by the Parties by mutual consent in

accordance with the rules and procedures of Arbitration and Conciliation Act

1996 as amended from time to time The arbitration shall be conducted in New

Delhi in the Arbitration and Conciliation Centre New Delhi (Domestic and

International) as per its rules and regulations The expenses for the Arbitration

shall be shared equally or as may be determined by the Arbitrator The

considered and written decision of the Arbitrator shall be final and binding

between the Parties The applicable language for Arbitration shall be English

only Work under the Contract shall be continued by the CONTRACTOR during

the pendency of arbitration proceedings without prejudice to a final adjustment

in accordance with the decision of the Arbitrator unless otherwise directed in

writing by the DEPARTMENT or unless the matter is such that the works cannot

be possibly continued until the decision (whether final or interim) of the

Arbitrator is obtained

23 APPLICABLE LAWS The contract shall be interpreted construed and

Tender No SCLPS52019E0156401 59

governed by laws of IndiaThe contract shall be subject to exclusive Jurisdiction

of the Court of SAS Nagar (Mohali) Punjab India irrespective of anything

mentioned in any correspondences or otherwise

24 Any Other Term

Tender No SCLPS52019E0156401 60

Supporting Documents from Vendor

Attachment ‐ I

Attachment ‐ II

Price Bid Form

Item Description Slab Range Qty UOM Currency Unit Price Total Price

Supply of MCC Panels cables

cable trays lightings etc for

electrical distribution system

including fire detection

system LAN Paging etc for

the Chemical Store building as

per detailed specifications

technical write‐updrawings

attached

‐ 1 Lot ‐ ‐ ‐

Installation Testing and

Commissioning of MCC

Panels cables cable trays

lightings etc for electrical

distribution system including

fire detection system LAN

Paging etc for the Chemical

Store building as per detailed

specifications technical write‐

updrawings attached

‐ 1 Lot ‐ ‐ ‐

Tender No SCLPS52019E0156401 61

Break‐up of other taxes and other costs should be specified in respective narration columns

Sum of these Break‐up values should be specified in respective value columns

Supporting Documents from Vendor (Commercial)

Document attachment with price bid

Attachment ‐ I

Attachment ‐ II

  • pdf_document_tndr_notc_electrical_distribution_system_051119
  • pdf_document_tndr_doc_electrical_distribution_system_051119
Page 52: -72, -160071 चंडीगढ़ के समीप पंजाब भारत...स म -क डक टर ल ब र टर /Semi-Conductor Laboratory अ त रक ष वभ

Tender No SCLPS52019E0156401 51

OS2 Cable in existing 32mm HDPE pipe as

requiredamp61607Supply and Laying of 32mm HDPE pipe

direct in ground including excavation sand cushioning

protective covering and refilling the trench including standard

cable route marker etc as requiredamp61607Supply and

installation of SC simplex single‐mode LSZH pigtail 1m as

requiredamp61607Supply and installation of adaptor plate

with 3 SC duplex SM adaptors as requiredamp61607Splicing of

OFC as per Core as requiredamp61607Supply and installation

of accessories for making the Chamber Pit‐ 1Mtr Depth with

Lid for housing OFC as requiredamp61607Trenching of

HardSoft Soil as required

12 B Paging The scope includes supply installation testing and

commissioning of Supply and installation of IP 65 or better

explosion proofWP loud speaker anticorrosive powder

coated red (RAL‐3000) suitable for Zone I amp II Class II C

Hardware SS304 as per IS2148 and equivalent to model FLSR

25 of Baliga with necessary support gland as required and

installing the same on wallsurface with GI supports as

required and connecting the same with wire The Scope also

includes supply and installation of 2Cx15mm2 FRLS armored

and PVC sheath twisted pair wire their termination tagging

glanding earthing etc as required for speakers and other

accessories requires for smooth commissioning of the paging

system

Vendor Specificied Terms

Description Vendor Terms

Tender No SCLPS52019E0156401 52

1Delivery Term

Prices shall be quoted on F O R destination basis ie S C L S A S Nagar Mohali

Punjab exclusive of GST and taxes as may be applicable

2 GST

Purchaser is entitled to concessional GST of 5 as per Ministry of Finance

Department of Revenue Notification No 472017 Integrated Tax (Rate) both

dated 14th November 2017 respectively and would accordingly issue Exemption

Certificate in favour of the contractor quoting in Indian Rupees The bidder

should take note of the same while quoting the prices in Indian Rupees GST on

installation services shall be applicable 18

3 DELIVERY SCHEDULEPERIOD OF COMPLETION

The time allowed for supply installation testing and commissioning of the entire

works shall be 06 (Six) months to be reckoned form the 7th day of issue of

purchase order

4 IMPORTANT

This being a two part Tender Technical and Commercial parts separate the

bidder should not attach any document(s) containing pricing information with

technical part The Contractor will provide Un priced commercial offer in

envelope 1 (Technical Part) as an attachment

The tenders containing price information in Technical Part will be treated as

unsolicited offers and rejected Contractor to confirm that Price bid is not

attached in Envelope 1 ie Technical Part

Priced Commercial offer if any should be attached in Envelope 2 (Price Bid)

under Supporting Documents from Vendor (Commercial) as an attachment

5 The prices shall remain firm until completion of entire project including

extended period if any No cost escalation shall be applicable for the work

Tender No SCLPS52019E0156401 53

6 SECURITY DEPOSIT

a) On acceptance of the tender the Contractor shall submit security deposit for

ten percent (10 percent) of the value of the Contract within 15 days from the

date of purchase order If the Contractor fails toprovide the security within the

period specified such failure shall constitute a breach of the Contract and the

Purchaser shall be entitled to make other arrangements for the re purchase of

the stores contracted at the cost and risk of the Contractor

b) Security Deposit shall be submitted through Demand Draft Bankers Cheque

fixed deposit receipt or Bank Guarantee from any of the Scheduled Banks

executed on nonjudicial stamp paper of appropriate value and shall be valid for

a period of sixty (60) days beyond the date for completion of the Purchase

OrderContract

c) In case the contractor fails to furnish the security deposit within the specified

date or extended due date the Purchase OrderContract shall be cancelled and

in addition appropriate penal action may also be considered

d) After the Purchase OrderContract is successfully executed in all respects the

Bank Guarantee towards Security Deposit may be discharged and retained

amount shall be refunded to vendors

e) In the event of non execution of the Purchase orderContract or breach of any

terms and conditions of the Purchase Order the Security Deposit shall be

forfeited

7 Warranty

The Contractor shall provide for the tendered job comprehensive warranty for

parts as well as labour for a period of 12 months from the date of successful

installation commissioning and testing of the system at Purchasers site at no

extra charges against any manufacturing defectfaulty workmanship In case any

defect arises during warranty period the Contractor should replacerectify the

same at its own cost at siteworks

The LED light fittings and its driver unit etc shall have warranty for a period of 5

Tender No SCLPS52019E0156401 54

years from the date of installation and commissioning

8 Warranty Replacements

All replacement parts if any shall be supplied by the Contractor free of cost on F

O R Purchaser site at S A S Nagar Punjab basis

9 TERMS OF PAYMENT

The payment shall be remitted as under

90 of the value of the materials supplied shall be paid within 30 days of the

receipt of the materials at purchaser site and the balance 10 amount along

with 100 installation charges shall be payable on successful installation

commissioning and acceptance of the entire project at Purchasers site against a

Performance Bank Guarantee

10 PERFORMANCE BANK GUARANTEE (PBG)

The Contractor shall furnish a Bank Guarantee (as per format given by purchaser)

from any nationalized scheduled bank for an amount equivalent to 10 of the

value of the Contract and shall be valid for a period of 60 days beyond the expiry

date of warranty period On the performance and completion of the Contract in

all respects the Bank Guarantee will be returned to the Contractor without any

interest

11 VALIDITY

The tender must be valid for a minimum period of 120 days from the date of

opening of Technical bid and 90 days after opening of Price bid

The tender where the validity period is shorter than the period specified in the

tender enquiry shall be excluded from the procurement process

12 Quantity Variation

The quantities indicated against each items in the Bill of Quantities (BOQ) are

indicative and are for the purpose of bidding only Variation in quantities up to

Tender No SCLPS52019E0156401 55

+25 percent shall be carried out by the contractor on the agreedPurchase order

(PO) rates and terms amp conditions as in the purchase order (PO)

13 GUARANTEED TIME DELIVERY

The time for and the date of delivery stipulated in the Purchase Order shall be

deemed to be the essence of the Contract Delivery must be completed within

the date specified therein

14 Extra Items

In case of extra items (that are completely new and are in addition to the items

contained in the contract) the contractor may claim rates supported by proper

analysis and purchaser engineer in charge of the work shall after giving

consideration to the analysis of the rates submitted by the contractor determine

the rates on the basis of market rates and the contractor shall be paid in

accordance with the rates so determined The contractor(s) profit amp OH shall be

factored in the rate analysis 15

15 CONSIGNEE

Sr Purchase and Stores Officer (Stores)

Semi Conductor Laboratory

Sector 72 SAS Nagar (Mohali) Punjab

India 160 071

16 INSTALLATION AND COMMISSIONING

Installation commissioning and demonstration of performance of the tendered

stores as per Purchaser tendered specifications shall be carried out by the

Contractor at Purchaser site at S A S Nagar Punjab India

The Contractor shall provide in advance guidelines for preparation of the

installation site and list of items to be supplied by Purchaser during installation

Tender No SCLPS52019E0156401 56

On receipt of intimation from the Purchaser the Contractor shall depute its

engineer(s) to Purchaser site within two weeks to carry out installation and

commissioning and will demonstrate the functionality of the tendered

equipment to Purchaser specifications as per mutually agreed acceptance

procedure The Contractor shall be responsible for any lossdamages sustained

due to delay on the part of the Contractor to send its engineer for installation

and commissioning

Failure to commission the tendered equipment successfully shall entitle

Purchaser to full refund of the payment made and the interest thereon Decision

regarding successful installation and commissioning shall rest solely with the

Purchaser

17 REJECTION

In the event that any of the stores supplied by the Contractor is found defective

in material or workmanship or otherwise not in conformity with the

requirements of the Contract specifications the purchaser shall either reject the

stores or request the Contractor in writing to rectify the same The Contractor

on receipt of such notification shall either rectify or replace the defective stores

free of cost to the purchaser If the Contractor fails to do so the purchaser may

at his option either

a) replace or rectify such defective stores and recover the extra cost so involved

from the Contractor or

b) terminate the Contract for default as provided in this tender document

18 EXTENSION OF TIME

If the completion of supply of stores is delayed due to reason of force majeure

such as acts of god acts of public enemy acts of Government fires floods

epidemics quarantine restriction strikes freight embargoes etc the

Contractor shall give notice within 15 days to the purchaser in writing of his

claim for an extension of time The purchaser on receipt of such notice after

verification if necessary may agree to extend the Contract delivery date as may

Tender No SCLPS52019E0156401 57

be reasonable but without prejudice to other terms and conditions of the

Contract

19 DELAY IN COMPLETIONLIQUIDATED DAMAGES

If the Contractor fails to deliver the stores within the time specified in the

Contract or any extension thereof the purchaser shall recover from the

Contractor as liquidated damages a sum of one half of one percent (05 percent)

of the Contract price of the undelivered stores for each calendar week of delay

The total liquidated damages shall not exceed ten percent (10 percent) of the

Contract price of the unit or units so delayed Stores will be deemed to have

been delivered only when all their component parts are also delivered If certain

components are not delivered in time the stores will be considered as delayed

until such time as the missing parts are delivered Delivery of stores shall be

complete on Installation commissioning Testing and Acceptance

20 INSPECTION AND ACCEPTANCE TEST

The Purchasers representatives shall also be entitled at all reasonable times

during manufacture to inspect examine and test on the Contractors premises

the material and workmanship of all stores to be supplied under this Contract

and if part of the said stores is being manufactured on other premises the

Contractor shall obtain for the purchasers representative permission to inspect

examine and test as if the equipment were being manufactured on the

Contractors premises

Such inspection examination and testing shall not release the Contractor from

the obligations under this Contract

For tests on the premises of the Contractor or of any of his sub Contractors the

Contractor shall provide free of cost assistance labour material electricity fuel

and instruments as may be required or as may be reasonably needed by the

purchasers representative to carry out the tests efficiently

When the stores have passed the specified test the purchaser representative

shall furnish a certificate to the effect in writing to the Contractor The

Tender No SCLPS52019E0156401 58

Contractor shall provide copies of the tests certificates to the purchaser as may

be required

21 Labour Law Contractor shall abide by all labour laws rules and regulations

which are prevailing and as enforced from time to time and SCL shall not be

responsible for any accident or mishap during the course of the contract to any

of engineer labour employee by the Contractor The contractor shall also ensure

that the statutory obligations with regards to the employment of labour under

law are complied properly and timely

22 ARBITRATION

In the event of any disputes differences or claims arising out of or relating to

the interpretation and application of the Contract such disputes or differences

or claims shall be settled amicably by mutual consultations of the good Offices

of the respective Parties and recognizing their mutual interests attempt to reach

a solution satisfactory to both the parties If such a resolution is not possible

within 30 days from the date of receipt of written notice of the existence of such

disputes then the unresolved disputes or differences or claims shall be

referred to the Sole Arbitrator appointed by the Parties by mutual consent in

accordance with the rules and procedures of Arbitration and Conciliation Act

1996 as amended from time to time The arbitration shall be conducted in New

Delhi in the Arbitration and Conciliation Centre New Delhi (Domestic and

International) as per its rules and regulations The expenses for the Arbitration

shall be shared equally or as may be determined by the Arbitrator The

considered and written decision of the Arbitrator shall be final and binding

between the Parties The applicable language for Arbitration shall be English

only Work under the Contract shall be continued by the CONTRACTOR during

the pendency of arbitration proceedings without prejudice to a final adjustment

in accordance with the decision of the Arbitrator unless otherwise directed in

writing by the DEPARTMENT or unless the matter is such that the works cannot

be possibly continued until the decision (whether final or interim) of the

Arbitrator is obtained

23 APPLICABLE LAWS The contract shall be interpreted construed and

Tender No SCLPS52019E0156401 59

governed by laws of IndiaThe contract shall be subject to exclusive Jurisdiction

of the Court of SAS Nagar (Mohali) Punjab India irrespective of anything

mentioned in any correspondences or otherwise

24 Any Other Term

Tender No SCLPS52019E0156401 60

Supporting Documents from Vendor

Attachment ‐ I

Attachment ‐ II

Price Bid Form

Item Description Slab Range Qty UOM Currency Unit Price Total Price

Supply of MCC Panels cables

cable trays lightings etc for

electrical distribution system

including fire detection

system LAN Paging etc for

the Chemical Store building as

per detailed specifications

technical write‐updrawings

attached

‐ 1 Lot ‐ ‐ ‐

Installation Testing and

Commissioning of MCC

Panels cables cable trays

lightings etc for electrical

distribution system including

fire detection system LAN

Paging etc for the Chemical

Store building as per detailed

specifications technical write‐

updrawings attached

‐ 1 Lot ‐ ‐ ‐

Tender No SCLPS52019E0156401 61

Break‐up of other taxes and other costs should be specified in respective narration columns

Sum of these Break‐up values should be specified in respective value columns

Supporting Documents from Vendor (Commercial)

Document attachment with price bid

Attachment ‐ I

Attachment ‐ II

  • pdf_document_tndr_notc_electrical_distribution_system_051119
  • pdf_document_tndr_doc_electrical_distribution_system_051119
Page 53: -72, -160071 चंडीगढ़ के समीप पंजाब भारत...स म -क डक टर ल ब र टर /Semi-Conductor Laboratory अ त रक ष वभ

Tender No SCLPS52019E0156401 52

1Delivery Term

Prices shall be quoted on F O R destination basis ie S C L S A S Nagar Mohali

Punjab exclusive of GST and taxes as may be applicable

2 GST

Purchaser is entitled to concessional GST of 5 as per Ministry of Finance

Department of Revenue Notification No 472017 Integrated Tax (Rate) both

dated 14th November 2017 respectively and would accordingly issue Exemption

Certificate in favour of the contractor quoting in Indian Rupees The bidder

should take note of the same while quoting the prices in Indian Rupees GST on

installation services shall be applicable 18

3 DELIVERY SCHEDULEPERIOD OF COMPLETION

The time allowed for supply installation testing and commissioning of the entire

works shall be 06 (Six) months to be reckoned form the 7th day of issue of

purchase order

4 IMPORTANT

This being a two part Tender Technical and Commercial parts separate the

bidder should not attach any document(s) containing pricing information with

technical part The Contractor will provide Un priced commercial offer in

envelope 1 (Technical Part) as an attachment

The tenders containing price information in Technical Part will be treated as

unsolicited offers and rejected Contractor to confirm that Price bid is not

attached in Envelope 1 ie Technical Part

Priced Commercial offer if any should be attached in Envelope 2 (Price Bid)

under Supporting Documents from Vendor (Commercial) as an attachment

5 The prices shall remain firm until completion of entire project including

extended period if any No cost escalation shall be applicable for the work

Tender No SCLPS52019E0156401 53

6 SECURITY DEPOSIT

a) On acceptance of the tender the Contractor shall submit security deposit for

ten percent (10 percent) of the value of the Contract within 15 days from the

date of purchase order If the Contractor fails toprovide the security within the

period specified such failure shall constitute a breach of the Contract and the

Purchaser shall be entitled to make other arrangements for the re purchase of

the stores contracted at the cost and risk of the Contractor

b) Security Deposit shall be submitted through Demand Draft Bankers Cheque

fixed deposit receipt or Bank Guarantee from any of the Scheduled Banks

executed on nonjudicial stamp paper of appropriate value and shall be valid for

a period of sixty (60) days beyond the date for completion of the Purchase

OrderContract

c) In case the contractor fails to furnish the security deposit within the specified

date or extended due date the Purchase OrderContract shall be cancelled and

in addition appropriate penal action may also be considered

d) After the Purchase OrderContract is successfully executed in all respects the

Bank Guarantee towards Security Deposit may be discharged and retained

amount shall be refunded to vendors

e) In the event of non execution of the Purchase orderContract or breach of any

terms and conditions of the Purchase Order the Security Deposit shall be

forfeited

7 Warranty

The Contractor shall provide for the tendered job comprehensive warranty for

parts as well as labour for a period of 12 months from the date of successful

installation commissioning and testing of the system at Purchasers site at no

extra charges against any manufacturing defectfaulty workmanship In case any

defect arises during warranty period the Contractor should replacerectify the

same at its own cost at siteworks

The LED light fittings and its driver unit etc shall have warranty for a period of 5

Tender No SCLPS52019E0156401 54

years from the date of installation and commissioning

8 Warranty Replacements

All replacement parts if any shall be supplied by the Contractor free of cost on F

O R Purchaser site at S A S Nagar Punjab basis

9 TERMS OF PAYMENT

The payment shall be remitted as under

90 of the value of the materials supplied shall be paid within 30 days of the

receipt of the materials at purchaser site and the balance 10 amount along

with 100 installation charges shall be payable on successful installation

commissioning and acceptance of the entire project at Purchasers site against a

Performance Bank Guarantee

10 PERFORMANCE BANK GUARANTEE (PBG)

The Contractor shall furnish a Bank Guarantee (as per format given by purchaser)

from any nationalized scheduled bank for an amount equivalent to 10 of the

value of the Contract and shall be valid for a period of 60 days beyond the expiry

date of warranty period On the performance and completion of the Contract in

all respects the Bank Guarantee will be returned to the Contractor without any

interest

11 VALIDITY

The tender must be valid for a minimum period of 120 days from the date of

opening of Technical bid and 90 days after opening of Price bid

The tender where the validity period is shorter than the period specified in the

tender enquiry shall be excluded from the procurement process

12 Quantity Variation

The quantities indicated against each items in the Bill of Quantities (BOQ) are

indicative and are for the purpose of bidding only Variation in quantities up to

Tender No SCLPS52019E0156401 55

+25 percent shall be carried out by the contractor on the agreedPurchase order

(PO) rates and terms amp conditions as in the purchase order (PO)

13 GUARANTEED TIME DELIVERY

The time for and the date of delivery stipulated in the Purchase Order shall be

deemed to be the essence of the Contract Delivery must be completed within

the date specified therein

14 Extra Items

In case of extra items (that are completely new and are in addition to the items

contained in the contract) the contractor may claim rates supported by proper

analysis and purchaser engineer in charge of the work shall after giving

consideration to the analysis of the rates submitted by the contractor determine

the rates on the basis of market rates and the contractor shall be paid in

accordance with the rates so determined The contractor(s) profit amp OH shall be

factored in the rate analysis 15

15 CONSIGNEE

Sr Purchase and Stores Officer (Stores)

Semi Conductor Laboratory

Sector 72 SAS Nagar (Mohali) Punjab

India 160 071

16 INSTALLATION AND COMMISSIONING

Installation commissioning and demonstration of performance of the tendered

stores as per Purchaser tendered specifications shall be carried out by the

Contractor at Purchaser site at S A S Nagar Punjab India

The Contractor shall provide in advance guidelines for preparation of the

installation site and list of items to be supplied by Purchaser during installation

Tender No SCLPS52019E0156401 56

On receipt of intimation from the Purchaser the Contractor shall depute its

engineer(s) to Purchaser site within two weeks to carry out installation and

commissioning and will demonstrate the functionality of the tendered

equipment to Purchaser specifications as per mutually agreed acceptance

procedure The Contractor shall be responsible for any lossdamages sustained

due to delay on the part of the Contractor to send its engineer for installation

and commissioning

Failure to commission the tendered equipment successfully shall entitle

Purchaser to full refund of the payment made and the interest thereon Decision

regarding successful installation and commissioning shall rest solely with the

Purchaser

17 REJECTION

In the event that any of the stores supplied by the Contractor is found defective

in material or workmanship or otherwise not in conformity with the

requirements of the Contract specifications the purchaser shall either reject the

stores or request the Contractor in writing to rectify the same The Contractor

on receipt of such notification shall either rectify or replace the defective stores

free of cost to the purchaser If the Contractor fails to do so the purchaser may

at his option either

a) replace or rectify such defective stores and recover the extra cost so involved

from the Contractor or

b) terminate the Contract for default as provided in this tender document

18 EXTENSION OF TIME

If the completion of supply of stores is delayed due to reason of force majeure

such as acts of god acts of public enemy acts of Government fires floods

epidemics quarantine restriction strikes freight embargoes etc the

Contractor shall give notice within 15 days to the purchaser in writing of his

claim for an extension of time The purchaser on receipt of such notice after

verification if necessary may agree to extend the Contract delivery date as may

Tender No SCLPS52019E0156401 57

be reasonable but without prejudice to other terms and conditions of the

Contract

19 DELAY IN COMPLETIONLIQUIDATED DAMAGES

If the Contractor fails to deliver the stores within the time specified in the

Contract or any extension thereof the purchaser shall recover from the

Contractor as liquidated damages a sum of one half of one percent (05 percent)

of the Contract price of the undelivered stores for each calendar week of delay

The total liquidated damages shall not exceed ten percent (10 percent) of the

Contract price of the unit or units so delayed Stores will be deemed to have

been delivered only when all their component parts are also delivered If certain

components are not delivered in time the stores will be considered as delayed

until such time as the missing parts are delivered Delivery of stores shall be

complete on Installation commissioning Testing and Acceptance

20 INSPECTION AND ACCEPTANCE TEST

The Purchasers representatives shall also be entitled at all reasonable times

during manufacture to inspect examine and test on the Contractors premises

the material and workmanship of all stores to be supplied under this Contract

and if part of the said stores is being manufactured on other premises the

Contractor shall obtain for the purchasers representative permission to inspect

examine and test as if the equipment were being manufactured on the

Contractors premises

Such inspection examination and testing shall not release the Contractor from

the obligations under this Contract

For tests on the premises of the Contractor or of any of his sub Contractors the

Contractor shall provide free of cost assistance labour material electricity fuel

and instruments as may be required or as may be reasonably needed by the

purchasers representative to carry out the tests efficiently

When the stores have passed the specified test the purchaser representative

shall furnish a certificate to the effect in writing to the Contractor The

Tender No SCLPS52019E0156401 58

Contractor shall provide copies of the tests certificates to the purchaser as may

be required

21 Labour Law Contractor shall abide by all labour laws rules and regulations

which are prevailing and as enforced from time to time and SCL shall not be

responsible for any accident or mishap during the course of the contract to any

of engineer labour employee by the Contractor The contractor shall also ensure

that the statutory obligations with regards to the employment of labour under

law are complied properly and timely

22 ARBITRATION

In the event of any disputes differences or claims arising out of or relating to

the interpretation and application of the Contract such disputes or differences

or claims shall be settled amicably by mutual consultations of the good Offices

of the respective Parties and recognizing their mutual interests attempt to reach

a solution satisfactory to both the parties If such a resolution is not possible

within 30 days from the date of receipt of written notice of the existence of such

disputes then the unresolved disputes or differences or claims shall be

referred to the Sole Arbitrator appointed by the Parties by mutual consent in

accordance with the rules and procedures of Arbitration and Conciliation Act

1996 as amended from time to time The arbitration shall be conducted in New

Delhi in the Arbitration and Conciliation Centre New Delhi (Domestic and

International) as per its rules and regulations The expenses for the Arbitration

shall be shared equally or as may be determined by the Arbitrator The

considered and written decision of the Arbitrator shall be final and binding

between the Parties The applicable language for Arbitration shall be English

only Work under the Contract shall be continued by the CONTRACTOR during

the pendency of arbitration proceedings without prejudice to a final adjustment

in accordance with the decision of the Arbitrator unless otherwise directed in

writing by the DEPARTMENT or unless the matter is such that the works cannot

be possibly continued until the decision (whether final or interim) of the

Arbitrator is obtained

23 APPLICABLE LAWS The contract shall be interpreted construed and

Tender No SCLPS52019E0156401 59

governed by laws of IndiaThe contract shall be subject to exclusive Jurisdiction

of the Court of SAS Nagar (Mohali) Punjab India irrespective of anything

mentioned in any correspondences or otherwise

24 Any Other Term

Tender No SCLPS52019E0156401 60

Supporting Documents from Vendor

Attachment ‐ I

Attachment ‐ II

Price Bid Form

Item Description Slab Range Qty UOM Currency Unit Price Total Price

Supply of MCC Panels cables

cable trays lightings etc for

electrical distribution system

including fire detection

system LAN Paging etc for

the Chemical Store building as

per detailed specifications

technical write‐updrawings

attached

‐ 1 Lot ‐ ‐ ‐

Installation Testing and

Commissioning of MCC

Panels cables cable trays

lightings etc for electrical

distribution system including

fire detection system LAN

Paging etc for the Chemical

Store building as per detailed

specifications technical write‐

updrawings attached

‐ 1 Lot ‐ ‐ ‐

Tender No SCLPS52019E0156401 61

Break‐up of other taxes and other costs should be specified in respective narration columns

Sum of these Break‐up values should be specified in respective value columns

Supporting Documents from Vendor (Commercial)

Document attachment with price bid

Attachment ‐ I

Attachment ‐ II

  • pdf_document_tndr_notc_electrical_distribution_system_051119
  • pdf_document_tndr_doc_electrical_distribution_system_051119
Page 54: -72, -160071 चंडीगढ़ के समीप पंजाब भारत...स म -क डक टर ल ब र टर /Semi-Conductor Laboratory अ त रक ष वभ

Tender No SCLPS52019E0156401 53

6 SECURITY DEPOSIT

a) On acceptance of the tender the Contractor shall submit security deposit for

ten percent (10 percent) of the value of the Contract within 15 days from the

date of purchase order If the Contractor fails toprovide the security within the

period specified such failure shall constitute a breach of the Contract and the

Purchaser shall be entitled to make other arrangements for the re purchase of

the stores contracted at the cost and risk of the Contractor

b) Security Deposit shall be submitted through Demand Draft Bankers Cheque

fixed deposit receipt or Bank Guarantee from any of the Scheduled Banks

executed on nonjudicial stamp paper of appropriate value and shall be valid for

a period of sixty (60) days beyond the date for completion of the Purchase

OrderContract

c) In case the contractor fails to furnish the security deposit within the specified

date or extended due date the Purchase OrderContract shall be cancelled and

in addition appropriate penal action may also be considered

d) After the Purchase OrderContract is successfully executed in all respects the

Bank Guarantee towards Security Deposit may be discharged and retained

amount shall be refunded to vendors

e) In the event of non execution of the Purchase orderContract or breach of any

terms and conditions of the Purchase Order the Security Deposit shall be

forfeited

7 Warranty

The Contractor shall provide for the tendered job comprehensive warranty for

parts as well as labour for a period of 12 months from the date of successful

installation commissioning and testing of the system at Purchasers site at no

extra charges against any manufacturing defectfaulty workmanship In case any

defect arises during warranty period the Contractor should replacerectify the

same at its own cost at siteworks

The LED light fittings and its driver unit etc shall have warranty for a period of 5

Tender No SCLPS52019E0156401 54

years from the date of installation and commissioning

8 Warranty Replacements

All replacement parts if any shall be supplied by the Contractor free of cost on F

O R Purchaser site at S A S Nagar Punjab basis

9 TERMS OF PAYMENT

The payment shall be remitted as under

90 of the value of the materials supplied shall be paid within 30 days of the

receipt of the materials at purchaser site and the balance 10 amount along

with 100 installation charges shall be payable on successful installation

commissioning and acceptance of the entire project at Purchasers site against a

Performance Bank Guarantee

10 PERFORMANCE BANK GUARANTEE (PBG)

The Contractor shall furnish a Bank Guarantee (as per format given by purchaser)

from any nationalized scheduled bank for an amount equivalent to 10 of the

value of the Contract and shall be valid for a period of 60 days beyond the expiry

date of warranty period On the performance and completion of the Contract in

all respects the Bank Guarantee will be returned to the Contractor without any

interest

11 VALIDITY

The tender must be valid for a minimum period of 120 days from the date of

opening of Technical bid and 90 days after opening of Price bid

The tender where the validity period is shorter than the period specified in the

tender enquiry shall be excluded from the procurement process

12 Quantity Variation

The quantities indicated against each items in the Bill of Quantities (BOQ) are

indicative and are for the purpose of bidding only Variation in quantities up to

Tender No SCLPS52019E0156401 55

+25 percent shall be carried out by the contractor on the agreedPurchase order

(PO) rates and terms amp conditions as in the purchase order (PO)

13 GUARANTEED TIME DELIVERY

The time for and the date of delivery stipulated in the Purchase Order shall be

deemed to be the essence of the Contract Delivery must be completed within

the date specified therein

14 Extra Items

In case of extra items (that are completely new and are in addition to the items

contained in the contract) the contractor may claim rates supported by proper

analysis and purchaser engineer in charge of the work shall after giving

consideration to the analysis of the rates submitted by the contractor determine

the rates on the basis of market rates and the contractor shall be paid in

accordance with the rates so determined The contractor(s) profit amp OH shall be

factored in the rate analysis 15

15 CONSIGNEE

Sr Purchase and Stores Officer (Stores)

Semi Conductor Laboratory

Sector 72 SAS Nagar (Mohali) Punjab

India 160 071

16 INSTALLATION AND COMMISSIONING

Installation commissioning and demonstration of performance of the tendered

stores as per Purchaser tendered specifications shall be carried out by the

Contractor at Purchaser site at S A S Nagar Punjab India

The Contractor shall provide in advance guidelines for preparation of the

installation site and list of items to be supplied by Purchaser during installation

Tender No SCLPS52019E0156401 56

On receipt of intimation from the Purchaser the Contractor shall depute its

engineer(s) to Purchaser site within two weeks to carry out installation and

commissioning and will demonstrate the functionality of the tendered

equipment to Purchaser specifications as per mutually agreed acceptance

procedure The Contractor shall be responsible for any lossdamages sustained

due to delay on the part of the Contractor to send its engineer for installation

and commissioning

Failure to commission the tendered equipment successfully shall entitle

Purchaser to full refund of the payment made and the interest thereon Decision

regarding successful installation and commissioning shall rest solely with the

Purchaser

17 REJECTION

In the event that any of the stores supplied by the Contractor is found defective

in material or workmanship or otherwise not in conformity with the

requirements of the Contract specifications the purchaser shall either reject the

stores or request the Contractor in writing to rectify the same The Contractor

on receipt of such notification shall either rectify or replace the defective stores

free of cost to the purchaser If the Contractor fails to do so the purchaser may

at his option either

a) replace or rectify such defective stores and recover the extra cost so involved

from the Contractor or

b) terminate the Contract for default as provided in this tender document

18 EXTENSION OF TIME

If the completion of supply of stores is delayed due to reason of force majeure

such as acts of god acts of public enemy acts of Government fires floods

epidemics quarantine restriction strikes freight embargoes etc the

Contractor shall give notice within 15 days to the purchaser in writing of his

claim for an extension of time The purchaser on receipt of such notice after

verification if necessary may agree to extend the Contract delivery date as may

Tender No SCLPS52019E0156401 57

be reasonable but without prejudice to other terms and conditions of the

Contract

19 DELAY IN COMPLETIONLIQUIDATED DAMAGES

If the Contractor fails to deliver the stores within the time specified in the

Contract or any extension thereof the purchaser shall recover from the

Contractor as liquidated damages a sum of one half of one percent (05 percent)

of the Contract price of the undelivered stores for each calendar week of delay

The total liquidated damages shall not exceed ten percent (10 percent) of the

Contract price of the unit or units so delayed Stores will be deemed to have

been delivered only when all their component parts are also delivered If certain

components are not delivered in time the stores will be considered as delayed

until such time as the missing parts are delivered Delivery of stores shall be

complete on Installation commissioning Testing and Acceptance

20 INSPECTION AND ACCEPTANCE TEST

The Purchasers representatives shall also be entitled at all reasonable times

during manufacture to inspect examine and test on the Contractors premises

the material and workmanship of all stores to be supplied under this Contract

and if part of the said stores is being manufactured on other premises the

Contractor shall obtain for the purchasers representative permission to inspect

examine and test as if the equipment were being manufactured on the

Contractors premises

Such inspection examination and testing shall not release the Contractor from

the obligations under this Contract

For tests on the premises of the Contractor or of any of his sub Contractors the

Contractor shall provide free of cost assistance labour material electricity fuel

and instruments as may be required or as may be reasonably needed by the

purchasers representative to carry out the tests efficiently

When the stores have passed the specified test the purchaser representative

shall furnish a certificate to the effect in writing to the Contractor The

Tender No SCLPS52019E0156401 58

Contractor shall provide copies of the tests certificates to the purchaser as may

be required

21 Labour Law Contractor shall abide by all labour laws rules and regulations

which are prevailing and as enforced from time to time and SCL shall not be

responsible for any accident or mishap during the course of the contract to any

of engineer labour employee by the Contractor The contractor shall also ensure

that the statutory obligations with regards to the employment of labour under

law are complied properly and timely

22 ARBITRATION

In the event of any disputes differences or claims arising out of or relating to

the interpretation and application of the Contract such disputes or differences

or claims shall be settled amicably by mutual consultations of the good Offices

of the respective Parties and recognizing their mutual interests attempt to reach

a solution satisfactory to both the parties If such a resolution is not possible

within 30 days from the date of receipt of written notice of the existence of such

disputes then the unresolved disputes or differences or claims shall be

referred to the Sole Arbitrator appointed by the Parties by mutual consent in

accordance with the rules and procedures of Arbitration and Conciliation Act

1996 as amended from time to time The arbitration shall be conducted in New

Delhi in the Arbitration and Conciliation Centre New Delhi (Domestic and

International) as per its rules and regulations The expenses for the Arbitration

shall be shared equally or as may be determined by the Arbitrator The

considered and written decision of the Arbitrator shall be final and binding

between the Parties The applicable language for Arbitration shall be English

only Work under the Contract shall be continued by the CONTRACTOR during

the pendency of arbitration proceedings without prejudice to a final adjustment

in accordance with the decision of the Arbitrator unless otherwise directed in

writing by the DEPARTMENT or unless the matter is such that the works cannot

be possibly continued until the decision (whether final or interim) of the

Arbitrator is obtained

23 APPLICABLE LAWS The contract shall be interpreted construed and

Tender No SCLPS52019E0156401 59

governed by laws of IndiaThe contract shall be subject to exclusive Jurisdiction

of the Court of SAS Nagar (Mohali) Punjab India irrespective of anything

mentioned in any correspondences or otherwise

24 Any Other Term

Tender No SCLPS52019E0156401 60

Supporting Documents from Vendor

Attachment ‐ I

Attachment ‐ II

Price Bid Form

Item Description Slab Range Qty UOM Currency Unit Price Total Price

Supply of MCC Panels cables

cable trays lightings etc for

electrical distribution system

including fire detection

system LAN Paging etc for

the Chemical Store building as

per detailed specifications

technical write‐updrawings

attached

‐ 1 Lot ‐ ‐ ‐

Installation Testing and

Commissioning of MCC

Panels cables cable trays

lightings etc for electrical

distribution system including

fire detection system LAN

Paging etc for the Chemical

Store building as per detailed

specifications technical write‐

updrawings attached

‐ 1 Lot ‐ ‐ ‐

Tender No SCLPS52019E0156401 61

Break‐up of other taxes and other costs should be specified in respective narration columns

Sum of these Break‐up values should be specified in respective value columns

Supporting Documents from Vendor (Commercial)

Document attachment with price bid

Attachment ‐ I

Attachment ‐ II

  • pdf_document_tndr_notc_electrical_distribution_system_051119
  • pdf_document_tndr_doc_electrical_distribution_system_051119
Page 55: -72, -160071 चंडीगढ़ के समीप पंजाब भारत...स म -क डक टर ल ब र टर /Semi-Conductor Laboratory अ त रक ष वभ

Tender No SCLPS52019E0156401 54

years from the date of installation and commissioning

8 Warranty Replacements

All replacement parts if any shall be supplied by the Contractor free of cost on F

O R Purchaser site at S A S Nagar Punjab basis

9 TERMS OF PAYMENT

The payment shall be remitted as under

90 of the value of the materials supplied shall be paid within 30 days of the

receipt of the materials at purchaser site and the balance 10 amount along

with 100 installation charges shall be payable on successful installation

commissioning and acceptance of the entire project at Purchasers site against a

Performance Bank Guarantee

10 PERFORMANCE BANK GUARANTEE (PBG)

The Contractor shall furnish a Bank Guarantee (as per format given by purchaser)

from any nationalized scheduled bank for an amount equivalent to 10 of the

value of the Contract and shall be valid for a period of 60 days beyond the expiry

date of warranty period On the performance and completion of the Contract in

all respects the Bank Guarantee will be returned to the Contractor without any

interest

11 VALIDITY

The tender must be valid for a minimum period of 120 days from the date of

opening of Technical bid and 90 days after opening of Price bid

The tender where the validity period is shorter than the period specified in the

tender enquiry shall be excluded from the procurement process

12 Quantity Variation

The quantities indicated against each items in the Bill of Quantities (BOQ) are

indicative and are for the purpose of bidding only Variation in quantities up to

Tender No SCLPS52019E0156401 55

+25 percent shall be carried out by the contractor on the agreedPurchase order

(PO) rates and terms amp conditions as in the purchase order (PO)

13 GUARANTEED TIME DELIVERY

The time for and the date of delivery stipulated in the Purchase Order shall be

deemed to be the essence of the Contract Delivery must be completed within

the date specified therein

14 Extra Items

In case of extra items (that are completely new and are in addition to the items

contained in the contract) the contractor may claim rates supported by proper

analysis and purchaser engineer in charge of the work shall after giving

consideration to the analysis of the rates submitted by the contractor determine

the rates on the basis of market rates and the contractor shall be paid in

accordance with the rates so determined The contractor(s) profit amp OH shall be

factored in the rate analysis 15

15 CONSIGNEE

Sr Purchase and Stores Officer (Stores)

Semi Conductor Laboratory

Sector 72 SAS Nagar (Mohali) Punjab

India 160 071

16 INSTALLATION AND COMMISSIONING

Installation commissioning and demonstration of performance of the tendered

stores as per Purchaser tendered specifications shall be carried out by the

Contractor at Purchaser site at S A S Nagar Punjab India

The Contractor shall provide in advance guidelines for preparation of the

installation site and list of items to be supplied by Purchaser during installation

Tender No SCLPS52019E0156401 56

On receipt of intimation from the Purchaser the Contractor shall depute its

engineer(s) to Purchaser site within two weeks to carry out installation and

commissioning and will demonstrate the functionality of the tendered

equipment to Purchaser specifications as per mutually agreed acceptance

procedure The Contractor shall be responsible for any lossdamages sustained

due to delay on the part of the Contractor to send its engineer for installation

and commissioning

Failure to commission the tendered equipment successfully shall entitle

Purchaser to full refund of the payment made and the interest thereon Decision

regarding successful installation and commissioning shall rest solely with the

Purchaser

17 REJECTION

In the event that any of the stores supplied by the Contractor is found defective

in material or workmanship or otherwise not in conformity with the

requirements of the Contract specifications the purchaser shall either reject the

stores or request the Contractor in writing to rectify the same The Contractor

on receipt of such notification shall either rectify or replace the defective stores

free of cost to the purchaser If the Contractor fails to do so the purchaser may

at his option either

a) replace or rectify such defective stores and recover the extra cost so involved

from the Contractor or

b) terminate the Contract for default as provided in this tender document

18 EXTENSION OF TIME

If the completion of supply of stores is delayed due to reason of force majeure

such as acts of god acts of public enemy acts of Government fires floods

epidemics quarantine restriction strikes freight embargoes etc the

Contractor shall give notice within 15 days to the purchaser in writing of his

claim for an extension of time The purchaser on receipt of such notice after

verification if necessary may agree to extend the Contract delivery date as may

Tender No SCLPS52019E0156401 57

be reasonable but without prejudice to other terms and conditions of the

Contract

19 DELAY IN COMPLETIONLIQUIDATED DAMAGES

If the Contractor fails to deliver the stores within the time specified in the

Contract or any extension thereof the purchaser shall recover from the

Contractor as liquidated damages a sum of one half of one percent (05 percent)

of the Contract price of the undelivered stores for each calendar week of delay

The total liquidated damages shall not exceed ten percent (10 percent) of the

Contract price of the unit or units so delayed Stores will be deemed to have

been delivered only when all their component parts are also delivered If certain

components are not delivered in time the stores will be considered as delayed

until such time as the missing parts are delivered Delivery of stores shall be

complete on Installation commissioning Testing and Acceptance

20 INSPECTION AND ACCEPTANCE TEST

The Purchasers representatives shall also be entitled at all reasonable times

during manufacture to inspect examine and test on the Contractors premises

the material and workmanship of all stores to be supplied under this Contract

and if part of the said stores is being manufactured on other premises the

Contractor shall obtain for the purchasers representative permission to inspect

examine and test as if the equipment were being manufactured on the

Contractors premises

Such inspection examination and testing shall not release the Contractor from

the obligations under this Contract

For tests on the premises of the Contractor or of any of his sub Contractors the

Contractor shall provide free of cost assistance labour material electricity fuel

and instruments as may be required or as may be reasonably needed by the

purchasers representative to carry out the tests efficiently

When the stores have passed the specified test the purchaser representative

shall furnish a certificate to the effect in writing to the Contractor The

Tender No SCLPS52019E0156401 58

Contractor shall provide copies of the tests certificates to the purchaser as may

be required

21 Labour Law Contractor shall abide by all labour laws rules and regulations

which are prevailing and as enforced from time to time and SCL shall not be

responsible for any accident or mishap during the course of the contract to any

of engineer labour employee by the Contractor The contractor shall also ensure

that the statutory obligations with regards to the employment of labour under

law are complied properly and timely

22 ARBITRATION

In the event of any disputes differences or claims arising out of or relating to

the interpretation and application of the Contract such disputes or differences

or claims shall be settled amicably by mutual consultations of the good Offices

of the respective Parties and recognizing their mutual interests attempt to reach

a solution satisfactory to both the parties If such a resolution is not possible

within 30 days from the date of receipt of written notice of the existence of such

disputes then the unresolved disputes or differences or claims shall be

referred to the Sole Arbitrator appointed by the Parties by mutual consent in

accordance with the rules and procedures of Arbitration and Conciliation Act

1996 as amended from time to time The arbitration shall be conducted in New

Delhi in the Arbitration and Conciliation Centre New Delhi (Domestic and

International) as per its rules and regulations The expenses for the Arbitration

shall be shared equally or as may be determined by the Arbitrator The

considered and written decision of the Arbitrator shall be final and binding

between the Parties The applicable language for Arbitration shall be English

only Work under the Contract shall be continued by the CONTRACTOR during

the pendency of arbitration proceedings without prejudice to a final adjustment

in accordance with the decision of the Arbitrator unless otherwise directed in

writing by the DEPARTMENT or unless the matter is such that the works cannot

be possibly continued until the decision (whether final or interim) of the

Arbitrator is obtained

23 APPLICABLE LAWS The contract shall be interpreted construed and

Tender No SCLPS52019E0156401 59

governed by laws of IndiaThe contract shall be subject to exclusive Jurisdiction

of the Court of SAS Nagar (Mohali) Punjab India irrespective of anything

mentioned in any correspondences or otherwise

24 Any Other Term

Tender No SCLPS52019E0156401 60

Supporting Documents from Vendor

Attachment ‐ I

Attachment ‐ II

Price Bid Form

Item Description Slab Range Qty UOM Currency Unit Price Total Price

Supply of MCC Panels cables

cable trays lightings etc for

electrical distribution system

including fire detection

system LAN Paging etc for

the Chemical Store building as

per detailed specifications

technical write‐updrawings

attached

‐ 1 Lot ‐ ‐ ‐

Installation Testing and

Commissioning of MCC

Panels cables cable trays

lightings etc for electrical

distribution system including

fire detection system LAN

Paging etc for the Chemical

Store building as per detailed

specifications technical write‐

updrawings attached

‐ 1 Lot ‐ ‐ ‐

Tender No SCLPS52019E0156401 61

Break‐up of other taxes and other costs should be specified in respective narration columns

Sum of these Break‐up values should be specified in respective value columns

Supporting Documents from Vendor (Commercial)

Document attachment with price bid

Attachment ‐ I

Attachment ‐ II

  • pdf_document_tndr_notc_electrical_distribution_system_051119
  • pdf_document_tndr_doc_electrical_distribution_system_051119
Page 56: -72, -160071 चंडीगढ़ के समीप पंजाब भारत...स म -क डक टर ल ब र टर /Semi-Conductor Laboratory अ त रक ष वभ

Tender No SCLPS52019E0156401 55

+25 percent shall be carried out by the contractor on the agreedPurchase order

(PO) rates and terms amp conditions as in the purchase order (PO)

13 GUARANTEED TIME DELIVERY

The time for and the date of delivery stipulated in the Purchase Order shall be

deemed to be the essence of the Contract Delivery must be completed within

the date specified therein

14 Extra Items

In case of extra items (that are completely new and are in addition to the items

contained in the contract) the contractor may claim rates supported by proper

analysis and purchaser engineer in charge of the work shall after giving

consideration to the analysis of the rates submitted by the contractor determine

the rates on the basis of market rates and the contractor shall be paid in

accordance with the rates so determined The contractor(s) profit amp OH shall be

factored in the rate analysis 15

15 CONSIGNEE

Sr Purchase and Stores Officer (Stores)

Semi Conductor Laboratory

Sector 72 SAS Nagar (Mohali) Punjab

India 160 071

16 INSTALLATION AND COMMISSIONING

Installation commissioning and demonstration of performance of the tendered

stores as per Purchaser tendered specifications shall be carried out by the

Contractor at Purchaser site at S A S Nagar Punjab India

The Contractor shall provide in advance guidelines for preparation of the

installation site and list of items to be supplied by Purchaser during installation

Tender No SCLPS52019E0156401 56

On receipt of intimation from the Purchaser the Contractor shall depute its

engineer(s) to Purchaser site within two weeks to carry out installation and

commissioning and will demonstrate the functionality of the tendered

equipment to Purchaser specifications as per mutually agreed acceptance

procedure The Contractor shall be responsible for any lossdamages sustained

due to delay on the part of the Contractor to send its engineer for installation

and commissioning

Failure to commission the tendered equipment successfully shall entitle

Purchaser to full refund of the payment made and the interest thereon Decision

regarding successful installation and commissioning shall rest solely with the

Purchaser

17 REJECTION

In the event that any of the stores supplied by the Contractor is found defective

in material or workmanship or otherwise not in conformity with the

requirements of the Contract specifications the purchaser shall either reject the

stores or request the Contractor in writing to rectify the same The Contractor

on receipt of such notification shall either rectify or replace the defective stores

free of cost to the purchaser If the Contractor fails to do so the purchaser may

at his option either

a) replace or rectify such defective stores and recover the extra cost so involved

from the Contractor or

b) terminate the Contract for default as provided in this tender document

18 EXTENSION OF TIME

If the completion of supply of stores is delayed due to reason of force majeure

such as acts of god acts of public enemy acts of Government fires floods

epidemics quarantine restriction strikes freight embargoes etc the

Contractor shall give notice within 15 days to the purchaser in writing of his

claim for an extension of time The purchaser on receipt of such notice after

verification if necessary may agree to extend the Contract delivery date as may

Tender No SCLPS52019E0156401 57

be reasonable but without prejudice to other terms and conditions of the

Contract

19 DELAY IN COMPLETIONLIQUIDATED DAMAGES

If the Contractor fails to deliver the stores within the time specified in the

Contract or any extension thereof the purchaser shall recover from the

Contractor as liquidated damages a sum of one half of one percent (05 percent)

of the Contract price of the undelivered stores for each calendar week of delay

The total liquidated damages shall not exceed ten percent (10 percent) of the

Contract price of the unit or units so delayed Stores will be deemed to have

been delivered only when all their component parts are also delivered If certain

components are not delivered in time the stores will be considered as delayed

until such time as the missing parts are delivered Delivery of stores shall be

complete on Installation commissioning Testing and Acceptance

20 INSPECTION AND ACCEPTANCE TEST

The Purchasers representatives shall also be entitled at all reasonable times

during manufacture to inspect examine and test on the Contractors premises

the material and workmanship of all stores to be supplied under this Contract

and if part of the said stores is being manufactured on other premises the

Contractor shall obtain for the purchasers representative permission to inspect

examine and test as if the equipment were being manufactured on the

Contractors premises

Such inspection examination and testing shall not release the Contractor from

the obligations under this Contract

For tests on the premises of the Contractor or of any of his sub Contractors the

Contractor shall provide free of cost assistance labour material electricity fuel

and instruments as may be required or as may be reasonably needed by the

purchasers representative to carry out the tests efficiently

When the stores have passed the specified test the purchaser representative

shall furnish a certificate to the effect in writing to the Contractor The

Tender No SCLPS52019E0156401 58

Contractor shall provide copies of the tests certificates to the purchaser as may

be required

21 Labour Law Contractor shall abide by all labour laws rules and regulations

which are prevailing and as enforced from time to time and SCL shall not be

responsible for any accident or mishap during the course of the contract to any

of engineer labour employee by the Contractor The contractor shall also ensure

that the statutory obligations with regards to the employment of labour under

law are complied properly and timely

22 ARBITRATION

In the event of any disputes differences or claims arising out of or relating to

the interpretation and application of the Contract such disputes or differences

or claims shall be settled amicably by mutual consultations of the good Offices

of the respective Parties and recognizing their mutual interests attempt to reach

a solution satisfactory to both the parties If such a resolution is not possible

within 30 days from the date of receipt of written notice of the existence of such

disputes then the unresolved disputes or differences or claims shall be

referred to the Sole Arbitrator appointed by the Parties by mutual consent in

accordance with the rules and procedures of Arbitration and Conciliation Act

1996 as amended from time to time The arbitration shall be conducted in New

Delhi in the Arbitration and Conciliation Centre New Delhi (Domestic and

International) as per its rules and regulations The expenses for the Arbitration

shall be shared equally or as may be determined by the Arbitrator The

considered and written decision of the Arbitrator shall be final and binding

between the Parties The applicable language for Arbitration shall be English

only Work under the Contract shall be continued by the CONTRACTOR during

the pendency of arbitration proceedings without prejudice to a final adjustment

in accordance with the decision of the Arbitrator unless otherwise directed in

writing by the DEPARTMENT or unless the matter is such that the works cannot

be possibly continued until the decision (whether final or interim) of the

Arbitrator is obtained

23 APPLICABLE LAWS The contract shall be interpreted construed and

Tender No SCLPS52019E0156401 59

governed by laws of IndiaThe contract shall be subject to exclusive Jurisdiction

of the Court of SAS Nagar (Mohali) Punjab India irrespective of anything

mentioned in any correspondences or otherwise

24 Any Other Term

Tender No SCLPS52019E0156401 60

Supporting Documents from Vendor

Attachment ‐ I

Attachment ‐ II

Price Bid Form

Item Description Slab Range Qty UOM Currency Unit Price Total Price

Supply of MCC Panels cables

cable trays lightings etc for

electrical distribution system

including fire detection

system LAN Paging etc for

the Chemical Store building as

per detailed specifications

technical write‐updrawings

attached

‐ 1 Lot ‐ ‐ ‐

Installation Testing and

Commissioning of MCC

Panels cables cable trays

lightings etc for electrical

distribution system including

fire detection system LAN

Paging etc for the Chemical

Store building as per detailed

specifications technical write‐

updrawings attached

‐ 1 Lot ‐ ‐ ‐

Tender No SCLPS52019E0156401 61

Break‐up of other taxes and other costs should be specified in respective narration columns

Sum of these Break‐up values should be specified in respective value columns

Supporting Documents from Vendor (Commercial)

Document attachment with price bid

Attachment ‐ I

Attachment ‐ II

  • pdf_document_tndr_notc_electrical_distribution_system_051119
  • pdf_document_tndr_doc_electrical_distribution_system_051119
Page 57: -72, -160071 चंडीगढ़ के समीप पंजाब भारत...स म -क डक टर ल ब र टर /Semi-Conductor Laboratory अ त रक ष वभ

Tender No SCLPS52019E0156401 56

On receipt of intimation from the Purchaser the Contractor shall depute its

engineer(s) to Purchaser site within two weeks to carry out installation and

commissioning and will demonstrate the functionality of the tendered

equipment to Purchaser specifications as per mutually agreed acceptance

procedure The Contractor shall be responsible for any lossdamages sustained

due to delay on the part of the Contractor to send its engineer for installation

and commissioning

Failure to commission the tendered equipment successfully shall entitle

Purchaser to full refund of the payment made and the interest thereon Decision

regarding successful installation and commissioning shall rest solely with the

Purchaser

17 REJECTION

In the event that any of the stores supplied by the Contractor is found defective

in material or workmanship or otherwise not in conformity with the

requirements of the Contract specifications the purchaser shall either reject the

stores or request the Contractor in writing to rectify the same The Contractor

on receipt of such notification shall either rectify or replace the defective stores

free of cost to the purchaser If the Contractor fails to do so the purchaser may

at his option either

a) replace or rectify such defective stores and recover the extra cost so involved

from the Contractor or

b) terminate the Contract for default as provided in this tender document

18 EXTENSION OF TIME

If the completion of supply of stores is delayed due to reason of force majeure

such as acts of god acts of public enemy acts of Government fires floods

epidemics quarantine restriction strikes freight embargoes etc the

Contractor shall give notice within 15 days to the purchaser in writing of his

claim for an extension of time The purchaser on receipt of such notice after

verification if necessary may agree to extend the Contract delivery date as may

Tender No SCLPS52019E0156401 57

be reasonable but without prejudice to other terms and conditions of the

Contract

19 DELAY IN COMPLETIONLIQUIDATED DAMAGES

If the Contractor fails to deliver the stores within the time specified in the

Contract or any extension thereof the purchaser shall recover from the

Contractor as liquidated damages a sum of one half of one percent (05 percent)

of the Contract price of the undelivered stores for each calendar week of delay

The total liquidated damages shall not exceed ten percent (10 percent) of the

Contract price of the unit or units so delayed Stores will be deemed to have

been delivered only when all their component parts are also delivered If certain

components are not delivered in time the stores will be considered as delayed

until such time as the missing parts are delivered Delivery of stores shall be

complete on Installation commissioning Testing and Acceptance

20 INSPECTION AND ACCEPTANCE TEST

The Purchasers representatives shall also be entitled at all reasonable times

during manufacture to inspect examine and test on the Contractors premises

the material and workmanship of all stores to be supplied under this Contract

and if part of the said stores is being manufactured on other premises the

Contractor shall obtain for the purchasers representative permission to inspect

examine and test as if the equipment were being manufactured on the

Contractors premises

Such inspection examination and testing shall not release the Contractor from

the obligations under this Contract

For tests on the premises of the Contractor or of any of his sub Contractors the

Contractor shall provide free of cost assistance labour material electricity fuel

and instruments as may be required or as may be reasonably needed by the

purchasers representative to carry out the tests efficiently

When the stores have passed the specified test the purchaser representative

shall furnish a certificate to the effect in writing to the Contractor The

Tender No SCLPS52019E0156401 58

Contractor shall provide copies of the tests certificates to the purchaser as may

be required

21 Labour Law Contractor shall abide by all labour laws rules and regulations

which are prevailing and as enforced from time to time and SCL shall not be

responsible for any accident or mishap during the course of the contract to any

of engineer labour employee by the Contractor The contractor shall also ensure

that the statutory obligations with regards to the employment of labour under

law are complied properly and timely

22 ARBITRATION

In the event of any disputes differences or claims arising out of or relating to

the interpretation and application of the Contract such disputes or differences

or claims shall be settled amicably by mutual consultations of the good Offices

of the respective Parties and recognizing their mutual interests attempt to reach

a solution satisfactory to both the parties If such a resolution is not possible

within 30 days from the date of receipt of written notice of the existence of such

disputes then the unresolved disputes or differences or claims shall be

referred to the Sole Arbitrator appointed by the Parties by mutual consent in

accordance with the rules and procedures of Arbitration and Conciliation Act

1996 as amended from time to time The arbitration shall be conducted in New

Delhi in the Arbitration and Conciliation Centre New Delhi (Domestic and

International) as per its rules and regulations The expenses for the Arbitration

shall be shared equally or as may be determined by the Arbitrator The

considered and written decision of the Arbitrator shall be final and binding

between the Parties The applicable language for Arbitration shall be English

only Work under the Contract shall be continued by the CONTRACTOR during

the pendency of arbitration proceedings without prejudice to a final adjustment

in accordance with the decision of the Arbitrator unless otherwise directed in

writing by the DEPARTMENT or unless the matter is such that the works cannot

be possibly continued until the decision (whether final or interim) of the

Arbitrator is obtained

23 APPLICABLE LAWS The contract shall be interpreted construed and

Tender No SCLPS52019E0156401 59

governed by laws of IndiaThe contract shall be subject to exclusive Jurisdiction

of the Court of SAS Nagar (Mohali) Punjab India irrespective of anything

mentioned in any correspondences or otherwise

24 Any Other Term

Tender No SCLPS52019E0156401 60

Supporting Documents from Vendor

Attachment ‐ I

Attachment ‐ II

Price Bid Form

Item Description Slab Range Qty UOM Currency Unit Price Total Price

Supply of MCC Panels cables

cable trays lightings etc for

electrical distribution system

including fire detection

system LAN Paging etc for

the Chemical Store building as

per detailed specifications

technical write‐updrawings

attached

‐ 1 Lot ‐ ‐ ‐

Installation Testing and

Commissioning of MCC

Panels cables cable trays

lightings etc for electrical

distribution system including

fire detection system LAN

Paging etc for the Chemical

Store building as per detailed

specifications technical write‐

updrawings attached

‐ 1 Lot ‐ ‐ ‐

Tender No SCLPS52019E0156401 61

Break‐up of other taxes and other costs should be specified in respective narration columns

Sum of these Break‐up values should be specified in respective value columns

Supporting Documents from Vendor (Commercial)

Document attachment with price bid

Attachment ‐ I

Attachment ‐ II

  • pdf_document_tndr_notc_electrical_distribution_system_051119
  • pdf_document_tndr_doc_electrical_distribution_system_051119
Page 58: -72, -160071 चंडीगढ़ के समीप पंजाब भारत...स म -क डक टर ल ब र टर /Semi-Conductor Laboratory अ त रक ष वभ

Tender No SCLPS52019E0156401 57

be reasonable but without prejudice to other terms and conditions of the

Contract

19 DELAY IN COMPLETIONLIQUIDATED DAMAGES

If the Contractor fails to deliver the stores within the time specified in the

Contract or any extension thereof the purchaser shall recover from the

Contractor as liquidated damages a sum of one half of one percent (05 percent)

of the Contract price of the undelivered stores for each calendar week of delay

The total liquidated damages shall not exceed ten percent (10 percent) of the

Contract price of the unit or units so delayed Stores will be deemed to have

been delivered only when all their component parts are also delivered If certain

components are not delivered in time the stores will be considered as delayed

until such time as the missing parts are delivered Delivery of stores shall be

complete on Installation commissioning Testing and Acceptance

20 INSPECTION AND ACCEPTANCE TEST

The Purchasers representatives shall also be entitled at all reasonable times

during manufacture to inspect examine and test on the Contractors premises

the material and workmanship of all stores to be supplied under this Contract

and if part of the said stores is being manufactured on other premises the

Contractor shall obtain for the purchasers representative permission to inspect

examine and test as if the equipment were being manufactured on the

Contractors premises

Such inspection examination and testing shall not release the Contractor from

the obligations under this Contract

For tests on the premises of the Contractor or of any of his sub Contractors the

Contractor shall provide free of cost assistance labour material electricity fuel

and instruments as may be required or as may be reasonably needed by the

purchasers representative to carry out the tests efficiently

When the stores have passed the specified test the purchaser representative

shall furnish a certificate to the effect in writing to the Contractor The

Tender No SCLPS52019E0156401 58

Contractor shall provide copies of the tests certificates to the purchaser as may

be required

21 Labour Law Contractor shall abide by all labour laws rules and regulations

which are prevailing and as enforced from time to time and SCL shall not be

responsible for any accident or mishap during the course of the contract to any

of engineer labour employee by the Contractor The contractor shall also ensure

that the statutory obligations with regards to the employment of labour under

law are complied properly and timely

22 ARBITRATION

In the event of any disputes differences or claims arising out of or relating to

the interpretation and application of the Contract such disputes or differences

or claims shall be settled amicably by mutual consultations of the good Offices

of the respective Parties and recognizing their mutual interests attempt to reach

a solution satisfactory to both the parties If such a resolution is not possible

within 30 days from the date of receipt of written notice of the existence of such

disputes then the unresolved disputes or differences or claims shall be

referred to the Sole Arbitrator appointed by the Parties by mutual consent in

accordance with the rules and procedures of Arbitration and Conciliation Act

1996 as amended from time to time The arbitration shall be conducted in New

Delhi in the Arbitration and Conciliation Centre New Delhi (Domestic and

International) as per its rules and regulations The expenses for the Arbitration

shall be shared equally or as may be determined by the Arbitrator The

considered and written decision of the Arbitrator shall be final and binding

between the Parties The applicable language for Arbitration shall be English

only Work under the Contract shall be continued by the CONTRACTOR during

the pendency of arbitration proceedings without prejudice to a final adjustment

in accordance with the decision of the Arbitrator unless otherwise directed in

writing by the DEPARTMENT or unless the matter is such that the works cannot

be possibly continued until the decision (whether final or interim) of the

Arbitrator is obtained

23 APPLICABLE LAWS The contract shall be interpreted construed and

Tender No SCLPS52019E0156401 59

governed by laws of IndiaThe contract shall be subject to exclusive Jurisdiction

of the Court of SAS Nagar (Mohali) Punjab India irrespective of anything

mentioned in any correspondences or otherwise

24 Any Other Term

Tender No SCLPS52019E0156401 60

Supporting Documents from Vendor

Attachment ‐ I

Attachment ‐ II

Price Bid Form

Item Description Slab Range Qty UOM Currency Unit Price Total Price

Supply of MCC Panels cables

cable trays lightings etc for

electrical distribution system

including fire detection

system LAN Paging etc for

the Chemical Store building as

per detailed specifications

technical write‐updrawings

attached

‐ 1 Lot ‐ ‐ ‐

Installation Testing and

Commissioning of MCC

Panels cables cable trays

lightings etc for electrical

distribution system including

fire detection system LAN

Paging etc for the Chemical

Store building as per detailed

specifications technical write‐

updrawings attached

‐ 1 Lot ‐ ‐ ‐

Tender No SCLPS52019E0156401 61

Break‐up of other taxes and other costs should be specified in respective narration columns

Sum of these Break‐up values should be specified in respective value columns

Supporting Documents from Vendor (Commercial)

Document attachment with price bid

Attachment ‐ I

Attachment ‐ II

  • pdf_document_tndr_notc_electrical_distribution_system_051119
  • pdf_document_tndr_doc_electrical_distribution_system_051119
Page 59: -72, -160071 चंडीगढ़ के समीप पंजाब भारत...स म -क डक टर ल ब र टर /Semi-Conductor Laboratory अ त रक ष वभ

Tender No SCLPS52019E0156401 58

Contractor shall provide copies of the tests certificates to the purchaser as may

be required

21 Labour Law Contractor shall abide by all labour laws rules and regulations

which are prevailing and as enforced from time to time and SCL shall not be

responsible for any accident or mishap during the course of the contract to any

of engineer labour employee by the Contractor The contractor shall also ensure

that the statutory obligations with regards to the employment of labour under

law are complied properly and timely

22 ARBITRATION

In the event of any disputes differences or claims arising out of or relating to

the interpretation and application of the Contract such disputes or differences

or claims shall be settled amicably by mutual consultations of the good Offices

of the respective Parties and recognizing their mutual interests attempt to reach

a solution satisfactory to both the parties If such a resolution is not possible

within 30 days from the date of receipt of written notice of the existence of such

disputes then the unresolved disputes or differences or claims shall be

referred to the Sole Arbitrator appointed by the Parties by mutual consent in

accordance with the rules and procedures of Arbitration and Conciliation Act

1996 as amended from time to time The arbitration shall be conducted in New

Delhi in the Arbitration and Conciliation Centre New Delhi (Domestic and

International) as per its rules and regulations The expenses for the Arbitration

shall be shared equally or as may be determined by the Arbitrator The

considered and written decision of the Arbitrator shall be final and binding

between the Parties The applicable language for Arbitration shall be English

only Work under the Contract shall be continued by the CONTRACTOR during

the pendency of arbitration proceedings without prejudice to a final adjustment

in accordance with the decision of the Arbitrator unless otherwise directed in

writing by the DEPARTMENT or unless the matter is such that the works cannot

be possibly continued until the decision (whether final or interim) of the

Arbitrator is obtained

23 APPLICABLE LAWS The contract shall be interpreted construed and

Tender No SCLPS52019E0156401 59

governed by laws of IndiaThe contract shall be subject to exclusive Jurisdiction

of the Court of SAS Nagar (Mohali) Punjab India irrespective of anything

mentioned in any correspondences or otherwise

24 Any Other Term

Tender No SCLPS52019E0156401 60

Supporting Documents from Vendor

Attachment ‐ I

Attachment ‐ II

Price Bid Form

Item Description Slab Range Qty UOM Currency Unit Price Total Price

Supply of MCC Panels cables

cable trays lightings etc for

electrical distribution system

including fire detection

system LAN Paging etc for

the Chemical Store building as

per detailed specifications

technical write‐updrawings

attached

‐ 1 Lot ‐ ‐ ‐

Installation Testing and

Commissioning of MCC

Panels cables cable trays

lightings etc for electrical

distribution system including

fire detection system LAN

Paging etc for the Chemical

Store building as per detailed

specifications technical write‐

updrawings attached

‐ 1 Lot ‐ ‐ ‐

Tender No SCLPS52019E0156401 61

Break‐up of other taxes and other costs should be specified in respective narration columns

Sum of these Break‐up values should be specified in respective value columns

Supporting Documents from Vendor (Commercial)

Document attachment with price bid

Attachment ‐ I

Attachment ‐ II

  • pdf_document_tndr_notc_electrical_distribution_system_051119
  • pdf_document_tndr_doc_electrical_distribution_system_051119
Page 60: -72, -160071 चंडीगढ़ के समीप पंजाब भारत...स म -क डक टर ल ब र टर /Semi-Conductor Laboratory अ त रक ष वभ

Tender No SCLPS52019E0156401 59

governed by laws of IndiaThe contract shall be subject to exclusive Jurisdiction

of the Court of SAS Nagar (Mohali) Punjab India irrespective of anything

mentioned in any correspondences or otherwise

24 Any Other Term

Tender No SCLPS52019E0156401 60

Supporting Documents from Vendor

Attachment ‐ I

Attachment ‐ II

Price Bid Form

Item Description Slab Range Qty UOM Currency Unit Price Total Price

Supply of MCC Panels cables

cable trays lightings etc for

electrical distribution system

including fire detection

system LAN Paging etc for

the Chemical Store building as

per detailed specifications

technical write‐updrawings

attached

‐ 1 Lot ‐ ‐ ‐

Installation Testing and

Commissioning of MCC

Panels cables cable trays

lightings etc for electrical

distribution system including

fire detection system LAN

Paging etc for the Chemical

Store building as per detailed

specifications technical write‐

updrawings attached

‐ 1 Lot ‐ ‐ ‐

Tender No SCLPS52019E0156401 61

Break‐up of other taxes and other costs should be specified in respective narration columns

Sum of these Break‐up values should be specified in respective value columns

Supporting Documents from Vendor (Commercial)

Document attachment with price bid

Attachment ‐ I

Attachment ‐ II

  • pdf_document_tndr_notc_electrical_distribution_system_051119
  • pdf_document_tndr_doc_electrical_distribution_system_051119
Page 61: -72, -160071 चंडीगढ़ के समीप पंजाब भारत...स म -क डक टर ल ब र टर /Semi-Conductor Laboratory अ त रक ष वभ

Tender No SCLPS52019E0156401 60

Supporting Documents from Vendor

Attachment ‐ I

Attachment ‐ II

Price Bid Form

Item Description Slab Range Qty UOM Currency Unit Price Total Price

Supply of MCC Panels cables

cable trays lightings etc for

electrical distribution system

including fire detection

system LAN Paging etc for

the Chemical Store building as

per detailed specifications

technical write‐updrawings

attached

‐ 1 Lot ‐ ‐ ‐

Installation Testing and

Commissioning of MCC

Panels cables cable trays

lightings etc for electrical

distribution system including

fire detection system LAN

Paging etc for the Chemical

Store building as per detailed

specifications technical write‐

updrawings attached

‐ 1 Lot ‐ ‐ ‐

Tender No SCLPS52019E0156401 61

Break‐up of other taxes and other costs should be specified in respective narration columns

Sum of these Break‐up values should be specified in respective value columns

Supporting Documents from Vendor (Commercial)

Document attachment with price bid

Attachment ‐ I

Attachment ‐ II

  • pdf_document_tndr_notc_electrical_distribution_system_051119
  • pdf_document_tndr_doc_electrical_distribution_system_051119
Page 62: -72, -160071 चंडीगढ़ के समीप पंजाब भारत...स म -क डक टर ल ब र टर /Semi-Conductor Laboratory अ त रक ष वभ

Tender No SCLPS52019E0156401 61

Break‐up of other taxes and other costs should be specified in respective narration columns

Sum of these Break‐up values should be specified in respective value columns

Supporting Documents from Vendor (Commercial)

Document attachment with price bid

Attachment ‐ I

Attachment ‐ II

  • pdf_document_tndr_notc_electrical_distribution_system_051119
  • pdf_document_tndr_doc_electrical_distribution_system_051119