specifications for design, supply, installation, · module for integration of existing addressable...

69

Upload: others

Post on 23-Jul-2020

7 views

Category:

Documents


0 download

TRANSCRIPT

Page 1: SPECIFICATIONS FOR DESIGN, SUPPLY, INSTALLATION, · Module for integration of existing addressable fire detection and ... Date of Notification issued by ISRO : ... 9.2 Techno-commercial
Page 2: SPECIFICATIONS FOR DESIGN, SUPPLY, INSTALLATION, · Module for integration of existing addressable fire detection and ... Date of Notification issued by ISRO : ... 9.2 Techno-commercial

1 | P a g e

SPECIFICATIONS FOR DESIGN, SUPPLY, INSTALLATION, TESTING AND COMMISSIONING OF TOTAL FLOODING CLEAN

GAS FIRE SUPPRESSION SYSTEM FOR RO FACILITIES

OWNER : INDIAN SPACE RESEARCH ORGANISATION

LOCATION : SATISH DHAWAN SPACE CENTRE, SRIHARIKOTA

May 2020

SATISH DHAWAN SPACE CENTRE Indian Space Research Organization

Department of Space, Government of India Sriharikota 524124

Nellore District, Andhra Pradesh State, India

Page 3: SPECIFICATIONS FOR DESIGN, SUPPLY, INSTALLATION, · Module for integration of existing addressable fire detection and ... Date of Notification issued by ISRO : ... 9.2 Techno-commercial

2 | P a g e

Index

Sl No. Description Page No.

1 Introduction, Details of the works to be carried out and Schedule of quantities

4-7

2 Geographical Location and Climatic Conditions 7-8

3 Scope of work 9

4 Detailed Scope of work 9-11

5 General Conditions, Suppliers Obligation & functions 11-13

6 General Instruction to the contractor 14

7 Compliance to Standards 14

8 Quality of materials and workmanship 14

9 Operation Instructions and Procedure 14-15

10 Maintenance Instructions and Procedure 15

I. Section – A (General Terms and Conditions)

1 Terms and Conditions for Bids 17

2 Part-I Techno Commercial Bid 17

3 Table-2: Format of Un-Priced Price Bid (Detailed) 18-22

4 Format to be filled, signed and shall be uploaded 23

5 Part-II: Price Bid Indicating the Price 24

6 Table-3: Format of Price Bid (Detailed) 25-27

7 Proposal Document 28

8 Preparation of Bids 28

9 validity of Offer 28

10 Cost of Bidding 28

11 Applicable language/measurement 28

12 Arrangement of Bid 28-29

13 Schedule of Prices 29

14 Documents Comprising the Bid 29-30

15 Quality Assurance Plan 30

16 Bid Submission 30

17 Bid Evaluation 30-31

18 Commercial Terms 31

19 Taxes 31

20 Delivery Period 31

21 Terms of Payment 32

22 Advance Payment 32

23 Liquidated Damages (LD) 32

24 Warranty 32

25 Performance Bank Guarantee (PBG) 32

26 Security Deposit (SD) 32

27 Validity of Offer 32-33

28 Force Majeure 33

29 Arbitration 33

30 Secrecy 33

31 Compliance with security requirement 34

32 Confidentiality and proprietary right protection 34

33 Instructions to the Bidder 34-36

34 Terms & Conditions to Bidder 36

Page 4: SPECIFICATIONS FOR DESIGN, SUPPLY, INSTALLATION, · Module for integration of existing addressable fire detection and ... Date of Notification issued by ISRO : ... 9.2 Techno-commercial

3 | P a g e

Sl. No. Description Page No.

35 Specific Requirements 36

36 Unit Rates 36

37 Safety 36-37

38 General Conditions 37-39

39 Transportation & Material Handling 39

40 Evaluation of Machinery and Manpower and Consumables 39

41 Medical Assistance 39

42 Bidder Minimum Qualification Criteria 39-40

43 Evaluation Criteria 41

II. Section-B (Technical Specification for Total Flooding Clean

Gas Fire Suppression System for RO Facilities)

42

1 Chapter-I (Technical Specifications for Total Flooding Clean Gas

Fire Suppression System for RO Facilities)

43-51

2 Chapter-II (List of Maintenance spares required for Two Years

Maintenance – One lot consists of the following items)

52

3 Chapter-III (Specifications for Two years Non-Comprehensive

Maintenance of Total Flooding Clean Gas Fire Suppression System

(HFC 227ea) For RO Facilities)

53-54

II. Section-C Formats to be filled by the supplier 55-65

LIST OF TABLES

Table No. Description Section

1 Schedule of quantities

2 Un priced schedule of quantities A

3 Priced schedule of quantities A

Page 5: SPECIFICATIONS FOR DESIGN, SUPPLY, INSTALLATION, · Module for integration of existing addressable fire detection and ... Date of Notification issued by ISRO : ... 9.2 Techno-commercial

4 | P a g e

1. INTRODUCTION

Satish Dhawan Space Centre (SDSC-SHAR), Indian Space Research Organization (ISRO), Department of Space, Government of India, Andhra Pradesh 524124, Nellore District, Andhra Pradesh State, India (hereinafter referred to as “Department”) intends to provide Total Flooding Clean Gas Fire Suppression System for RO Facilities” at Zero Point, SDSC SHAR, Sriharikota

RO facilities have electrical installations and servers to support the launch vehicle programs and are earlier provided with halon based fire suppression systems. Now the existing RO facilities to be provided with Total flooding clean gas fire suppression system.

The scope of work under this contract is for “Design, supply, installation, testing and commissioning of Total Flooding Clean Gas Fire Suppression System for RO Facilities as per the given specifications.

Sl. No.

Description of the works to be carried out Qty.

I Design, supply, installation, testing and commissioning of Total Flooding Clean Gas Fire Suppression System for RO Facilities as per the specifications Section- A to Section-C.

1 Lot (REFER TABLE-1 FOR SCHEDULE OF QUANTITIES FOR WHICH UNIT PRICES SHALL BE QUOTED IN PRICE BID ONLY)

II Maintenance spares required for Two years for Total Flooding Clean Gas Fire Suppression System as per the details given in enclosed specifications Section- A to Section-C.

1 Lot (REFER TABLE-1 FOR SCHEDULE OF QUANTITIES FOR WHICH UNIT PRICES SHALL BE QUOTED IN PRICE BID ONLY)

III

Two years Non-Comprehensive Maintenance (Starting from 2nd year i.e. after completion of warranty) of Total Flooding Clean Gas Fire Suppression System (HFC 227ea) as per the enclosed specifications.

1 Lot

Page 6: SPECIFICATIONS FOR DESIGN, SUPPLY, INSTALLATION, · Module for integration of existing addressable fire detection and ... Date of Notification issued by ISRO : ... 9.2 Techno-commercial

5 | P a g e

TABLE-1: SCHEDULE OF QUANTITIES

Sl. No.

Description Qty.

Unit of Measure

Lots/Nos./ Sets

I. Design, supply, installation, testing and commissioning of Total Flooding Clean Gas Fire Suppression System for RO Facilities as per the specifications Section- A to Section-C

1

LOT (SCHEDULE

OF QUANTITIES ARE GIVEN

BELOW)

SCHEDULE OF TOTAL FLOODING CLEAN GAS FIRE SUPPRESSION SYSTEM FOR RO FACILITIES AS PER FOLLOWING DETAILS. (REFER SECTION-B, CHAPTER-I FOR DETAILED SPECIFICATIONS)

1 UL/VDS/FM/LPCB Listed & Marked Gas Release Panel 7 Nos.

2

Supply of Clean gas agent HFC 227ea (NAFS 227 / FM 200) as per NFPA 2001-2015 in UL listed and PESO Approved Cylinders of suitable capacity for RO Facilities. Clean gas shall be filled in UL listed filling station as per approved design calculations. The cylinder bank shall be fitted with all UL/VDS/FM/LPCB Listed & Marked listed accessories viz., valve assembly, arrangement for supervisory switch connection for monitoring cylinder pressure, a pressure gauge with a safety burst disc, electronic control head/ Solenoid, pressure operated control head, flexible hose, strap, Non return valve (NRV) and a safety cap from same OEM and as per enclosed specifications.

Number of Rooms in the RO facilities - 07 Total quantity of Clean gas required for RO facilities -1800 kgs Approx.

7 Sets

3 Piping manifold and Piping from cylinder manifold to Rooms to be protected

7 sets

4 Enclosure for cylinder bank 7 sets

5 Discharge Nozzles (UL/VDS/FM Listed & Marked) 62 Nos.

6 Addressable Manual Call Point (Break Glass type) Address Switch to programme the Manual Pull Station.

7 Nos.

7 Hooter cum Flasher 9 Nos.

8 Manual Abort Station (Pull Type) 7 Nos.

9 Manual Release Station (Pull Type). 7 Nos.

10 Warning sign board (24 V DC) with marking” GAS DISCHARGE DO NOT ENTER” complete with fixing arrangements. (For outside the room)

7 Nos.

11 Warning sign board (24 V DC) with marking” GAS DISCHARGE EVACUATE IMMEDIATELY” complete with fixing arrangements. (For inside the room)

9 Nos.

Page 7: SPECIFICATIONS FOR DESIGN, SUPPLY, INSTALLATION, · Module for integration of existing addressable fire detection and ... Date of Notification issued by ISRO : ... 9.2 Techno-commercial

6 | P a g e

Sl. No.

Description Qty.

Unit of Measure

Lots/Nos./ Sets

12 Armoured FRLS,1.5mm x 2 core, Twisted pair, shielded, Armoured cable with Good cable management system (Casing and cabinet)

1500 Mtrs

13

Module for integration of existing addressable fire detection and alarm system with Total flooding clean gas fire suppression system for RO facilities or Providing a dedicated FDA system in each room of RO facilities and integrating with the Total flooding clean gas fire suppression system of each room

7 Sets

II. Maintenance spares required for Two years for Total Flooding Clean Gas Fire Suppression System as per the details given in enclosed specifications Section- A to Section-C.

1

Lot (SCHEDULE

OF QUANTITIES ARE GIVEN

BELOW)

LIST OF MAINTENANCE SPARES FOR TOTAL FLOODING CLEAN GAS FIRE SUPRESSION SYSTEM

1 Gas Release Control Panel/ Module (Spares for power supply, fuses, cards etc. which have to be replaced for maintain the panel in healthy condition)

2 Sets

2 Pneumatically operated valve assembly (UL/VDS/FM/LPCB listed & Marked)

1 Nos.

3 Pneumatic Interconnection hoses (UL/VDS/FM/LPCB listed & Marked)

2 Nos.

4 Solenoid Valve (UL/VDS/FM/LPCB listed & Marked) 2 Nos.

5 Solenoid Cover. 2 Nos.

6 Pressure Switch (UL/VDS/FM/LPCB listed & Marked) 2 Nos.

7 Discharge Nozzle (UL/VDS/FM/LPCB listed & Marked) 2 Nos.

8 Non-Return Valve (UL/VDS/FM/LPCB listed & Marked) 2 Nos.

9 Hooter cum Flasher 2 Nos.

10 Manual Call Point 2 Nos.

11 Manual Abort Station 2 Nos.

12 Manual Release Station 2 Nos.

III.

Two years Non-Comprehensive Maintenance (Starting from 2nd year i.e. after completion of warranty) of Total Flooding Clean Gas Fire Suppression System (HFC 227ea) as per the enclosed specifications.

1 Lot

Note:

- The Quantity arrived is indicative only. The party shall give undertaking to hold the same quoted unit prices for the additional ±10% of order quantities for each and every item based upon site conditions.

- In addition to the above main items any other items/ accessories which are required for completion of the work and commissioning of the system also in the scope of supplier.

Page 8: SPECIFICATIONS FOR DESIGN, SUPPLY, INSTALLATION, · Module for integration of existing addressable fire detection and ... Date of Notification issued by ISRO : ... 9.2 Techno-commercial

7 | P a g e

- The contract will be awarded to overall lowest only. Since procurement, supply and work contracts are interlinked, splitting of order is not possible.

- If necessary, the Bidders, may visit the SDSC SHAR for understanding the system requirements and assessing the site conditions before submitting the bid.

- The Bidders shall submit the bids in two parts viz,

i. Techno-commercial (non-priced) bid and ii. Price bid.

- The Department will initially open the techno-commercial bids. If necessary, at their

own discretion, organize post-bid techno-commercial meeting with the Bidders. - The Department will initially evaluate the techno-commercial bids and shortlist the

Suitable Bidders whose techno-commercial bids are compliant with the RFP specification and place them on equal footing. The Department will open the price bids of the Suitable Bidders only, hold post-bid price discussion, if necessary at their own discretion, and award the Contract based on the technically suitable lowest-priced bid.

- The execution period reckoned from release of purchase order to final acceptance is 08 months. This work to be completed within the stipulated period, the Bidders are advised to take utmost care in studying the quantum & nature of work and plan adequate & suitable resources to execute the purchase order within the stipulated period while submitting the bids.

This specification document is organized in three sections as follows. Section – A General Terms and Conditions Section – B Technical Specification for Total Flooding Clean Gas Fire Suppression

System for RO Facilities Section – C Formats to be filled by the supplier

Date of Notification issued by ISRO : As per e procure notification.

Last Date of downloading tender Document by tenderer

: As per e-procure notification

Last date of submission of tender documents in online by tenderer

: As per e-procure notification

Last date of Bid sealing in online by ISRO : As per notification

Last date for giving open authorization in online by tenderer

: As per notification

2. Geographical Location and Climatic Conditions:

Sl. No

Description Details

a) Owner / Purchaser ISRO, SDSC, SHAR

b) Focal Point Deputy Director, RO

c) Project Title Establishment of Total Flooding Clean Gas Fire Suppression System for RO Facilities at ZERO Point, SDSC SHAR Centre, Sriharikota.

d) Plant Location Satish Dhawan Space Centre, SHAR,

Page 9: SPECIFICATIONS FOR DESIGN, SUPPLY, INSTALLATION, · Module for integration of existing addressable fire detection and ... Date of Notification issued by ISRO : ... 9.2 Techno-commercial

8 | P a g e

Sriharikota – 524 124 Nellore Dist. Andhra Pradesh

e) Altitude 4.7123 meters above MSL

f) Transportation

Nearest Railway Station

- The actual site is located about 3.0 km from main gate of Sriharikota.

- Sriharikota is 18 km east of Sullurupeta in Nellore Dist. (Sullurupeta is on main rail line from Chennai to Vijayawada)

- Sriharikota is 100 km North of Chennai

Road Sullurupeta is located on NH-5 from Chennai to Vijayawada.

Air port Nearest airport is Chennai/Tirupati

Sea port Nearest seaports are Chennai/ Krishnapatnam.

g) Ambient air temperature

(a) Maximum dry bulb temperature

45.9 Deg. C

(b) Minimum dry bulb temperature

11.8 Deg. C

(c) Design wet bulb temperature for cooling tower design

28.3 Deg. C

h) Relative humidity

a) Maximum 100 % (consider 95 % for design)

b) Minimum 15 %

i) Rainfall

Annual average rainfall in a year

1331.3 mm / year

Maximum daily rainfall

240 mm in 24 hours

Maximum hourly rainfall

26 mm/ hr.

Design intensity 140 mm / hr

Period of rainfall July to December with peak rainfall in October and November.

j) Wind data

Basic wind speed 230 KMPH

Cyclone details Place is prone to cyclones during October to December and facilities are to be designed for cyclonic loads

Wind direction Predominantly from South East (*)

k) Seismic data

Zone Zone III as per IS 1893 – 2002

Coefficient Basic horizontal seismic coefficient 0.16 as per IS:1893

l) Latitude, Longitude 13 º 47’ N, 83º 15’ E (*)

m) Atmosphere Saline and highly corrosive.

Page 10: SPECIFICATIONS FOR DESIGN, SUPPLY, INSTALLATION, · Module for integration of existing addressable fire detection and ... Date of Notification issued by ISRO : ... 9.2 Techno-commercial

9 | P a g e

3.0 SCOPE OF WORK

The scope of work shall include the following:

� Design, Supply, Installation, Testing and Commissioning of Total Flooding Clean Gas Fire Suppression System for RO facilities (7 Rooms) HFC 227ea (NFS/FM200) and related accessories as per NFPA2001-2015 at Zero Point. The specifications are given in section ‘B’, Chapter-I.

Note:

1. Smoke detectors (Photo electric), Heat detectors, Control panel (Analogue addressable type with display and event logging), Manual call stations, Sounders, Modules, Relays, Total flooding Clean gas fire suppression system cylinders, Valve assembly, Solenoid valves and other accessories like NRVs, flexible hoses, pressure gauges, Safety devices, Directional control valves etc. shall be strictly as per UL/VDS/LPCB/FM approvals and relevant standards.

• Installation of Control panels and Laying of cables necessary for Total Flooding Clean Gas Fire Suppression systems (All the cables are to be provided with casing cabinets for aesthetic look).

• Necessary interfaces are to be provided for existing FDA Panel with Total Flooding Clean Gas Fire Suppression systems or provide new FDA system and interface with the Total Flooding Clean Gas Fire Suppression systems.

• Installation of Total Flooding Clean Gas Fire Suppression systems cylinders in prefabricated enclosures. Fabrication and erection of piping necessary for Total Flooding Clean Gas Fire Suppression systems with proper supports. Assembly of cylinder and accessories to piping manifold as per the UL/VDS/LPCB/FM approvals and relevant standards.

� The scope of work also includes:

• The scope of work also includes training for operation and maintenance of Total Flooding Clean Gas Fire Suppression systems & handing over of all materials, equipment’s and appliances necessary to commissioning and preventive maintenance.

• Two years Maintenance Contract of Total Flooding Clean Gas Fire Suppression systems (Four maintenance visits per annum) after completion of warranty period from the date of commissioning. Maintenance contract shall confirm to IS 2189:2008/NFPA 2001 for Total Flooding Clean Gas Fire Suppression systems.

• For Simulation of FDA System smoke & Heat detectors necessary Smoke generators, Hot air blowers etc. and other items required for maintenance of the FDA & HFC 227 ea system are also in the scope of the supplier.

4.0 DETAILED SCOPE OF WORK

i. Submission of Design calculations, Technical specification, Installation, Testing and commissioning procedure for Total Flooding Clean Gas Fire Suppression systems.

ii. Submission of the drawings and documents as per the technical specification. iii. Supply of Total Flooding Clean Gas Fire Suppression systems to RO Facilities,

Page 11: SPECIFICATIONS FOR DESIGN, SUPPLY, INSTALLATION, · Module for integration of existing addressable fire detection and ... Date of Notification issued by ISRO : ... 9.2 Techno-commercial

10 | P a g e

SDSC SHAR, Sriharikota. iv. Installation of Total Flooding Clean Gas Fire Suppression systems at RO Facilities,

SDSC SHAR, Sriharikota. v. Interfacing of Existing FDA system with Total Flooding Clean Gas Fire

Suppression systems or providing a new FDA system for Total Flooding Clean Gas Fire Suppression systems at RO Facilities, SDSC SHAR, Sriharikota.

vi. Testing and Commissioning of Total Flooding Clean Gas Fire Suppression systems at RO Facilities, SDSC SHAR, Sriharikota.

vii. Implementation of safety at different stages of installation and commissioning. viii. Reliability and quality assurance during manufacture, installation and testing of

the Total Flooding Clean Gas Fire Suppression systems. ix. Submission of warranty for efficient and specified performance of the Total

Flooding Clean Gas Fire Suppression systems. In case, any item is found to mal-operate or fails to provide specified performance during inspection/ testing at SDSC SHAR or during commissioning/ trial runs of the system or during warranty period after commissioning, the Supplier shall attend to the faulty/defective item within shortest possible time and make necessary repairs/ replacements to the satisfaction of the Department, without any commercial implication.

4.1 INSTALLATION

i. Total Flooding Clean Gas Fire Suppression systems shall be permanently installed

at RO facilities at Zero Point.

ii. The installation of Total Flooding Clean Gas Fire Suppression systems will be after

the clearance from the Department official at SDSC SHAR.

iii. The FDA system (Existing system or New system) Shall be interfaced and shall

alert the facility occupant in case of any fire by and audible alarm and Total

Flooding Clean Gas Fire Suppression systems shall get activated in the specified

rooms to quench the fire.

iv. The Total Flooding Clean Gas Fire Suppression systems installation should be

designed as per the Building Specifications in terms of room volumes, area etc as

well as Indian standard/any other relevant standard.

4.2 PACKING, TRANSPORTATION &SAFE STORAGE OF ITEMS AT SDSC SHAR

a) No Total Flooding Clean Gas Fire Suppression systems shall be delivered without

obtaining dispatch clearance from SDSC SHAR.

b) Party has to pack all the items in sea worthy packing to protect against

damage/corrosion.

c) The supplier shall be responsible for transporting all Total Flooding Clean Gas Fire

Suppression systems to site, unloading and storage.

d) The Total Flooding Clean Gas Fire Suppression systems received at site shall be

stored at a place assigned for this purpose.

4.3. GENERAL INSTALLATION PROCEDURE

a) Total Flooding Clean Gas Fire Suppression systems delivered at site to be inspected and checked as per Packing List.

b) Total Flooding Clean Gas Fire Suppression systems shall be installed as per the approved installation drawing.

Page 12: SPECIFICATIONS FOR DESIGN, SUPPLY, INSTALLATION, · Module for integration of existing addressable fire detection and ... Date of Notification issued by ISRO : ... 9.2 Techno-commercial

11 | P a g e

4.4 INSPECTION, TESTING AND COMMISSIONING AT DEPARTMENT SITE:

a) Functional testing of FDA with Total Flooding Clean Gas Fire Suppression systems at site after installation and commissioning.

b) In case, any FDA with Total Flooding Clean Gas Fire Suppression systems is found to malfunction or give sub-standard performance during this activity, it shall be replaced free of cost.

5.0 GENERAL CONDITIONS, SUPPLIER’s OBLIGATIONS & FUNCTIONS

5.1 SPECIFICATIONS AND DRAWINGS

The Supplier shall execute the works in compliance with the provisions of CONTRACT, good/Superior engineering practices and as per standards/codes requirements.

5.2 SUBMISSION OF TECHNICAL DOCUMENTS

Supplier shall prepare and submit to SDSC SHAR for approval of following documents and drawings:

- Technical literature & data sheets of Total Flooding Clean Gas Fire Suppression systems and related accessories.

- Design of Total Flooding Clean Gas Fire Suppression systems.

- Total Flooding Clean Gas Fire Suppression systems test details, certification etc. - General sensor, panel location, cable routing & cylinder module location and pipe line

routing drawings and execution plan at RO Facilities.

- Total Flooding Clean Gas Fire Suppression systems piping fabrication drawings and isometric drawings.

- Details of testing plan.

- Installation sequence schedule along with installation drawings, interface study details, floor level interface drawings.

- No activity shall be executed unless SDSC SHAR’s approval is obtained. The above documents shall be submitted in a format approved by SDSC SHAR.

5.3 DESIGN VERIFICATION & SUPPLY

Supplier shall carry out Design verification and supply Total Flooding Clean Gas Fire Suppression systems in accordance with the scope, technical specifications and terms & conditions of contract.

5.4 DELIVERY AND STORAGE

- Dispatch Instructions given in the Contract shall be strictly followed. Failure to comply with the instructions may result in delay in payment apart from imposing any other charges as may be deemed fit.

- The supplier shall be responsible for transporting all Total Flooding Clean Gas Fire Suppression systems like panels, sensors, Manual Call Points, etc to site, unloading and storage.

- No Total Flooding Clean Gas Fire Suppression systems shall be delivered without obtaining dispatch clearance from SDSC SHAR.

- All Total Flooding Clean Gas Fire Suppression systems items shall be properly packed to avoid any damage during transportation / handling / storage.

- The Total Flooding Clean Gas Fire Suppression systems items received at site shall be stored at a place assigned for this purpose.

Page 13: SPECIFICATIONS FOR DESIGN, SUPPLY, INSTALLATION, · Module for integration of existing addressable fire detection and ... Date of Notification issued by ISRO : ... 9.2 Techno-commercial

12 | P a g e

5.5 FABRICATION, INSTALLATION & TESTING

5.5.1 GENERAL

- Supplier’s staff shall include adequate number of competent engineers with proven experience on similar works to supervise the Fabrication, installation of cables & piping works and sufficient skilled, unskilled and semiskilled labour to ensure completion of work in time.

- Supplier's installation staff shall arrive at site on date agreed by SDSC SHAR. Prior to proceeding to work, Supplier shall however, first ensure that required/sufficient part of his supply has arrived at site.

- Installation of Total Flooding Clean Gas Fire Suppression systems elements may be positioned in such a manner so as not to obstruct the work being done by other Suppliers and / or operating staff who may be present at that time.

- During installation, Department's quality team / their engineer will visit site from time to time with or without Supplier’s engineer to establish conformity of the work with specification. Any deviations, deficiencies or evidence of unsatisfactory workmanship shall be corrected as instructed by Department.

- Supplier shall carry out work in a true professional manner and strictly adhere to the approved drawings. Any damage caused by Supplier during installation to new or existing building / environment shall be made good at no extra cost to Department

- An aesthetic cabin housing for Total Flooding Clean Gas Fire Suppression systems cylinder modules, Gas release panels at each location is also in the scope of supplier, General Arrangement drawing shall be provided along with the offer and after placement of Purchase order for our approval.

- As the piping is to be done in existing rooms, for routing of piping civil works like making holes in walls, opening of false ceiling and false flooring may be required to be done. The necessary plastering and closure of false flooring / false ceiling and area cleaning has to be done by contractor. Hence, the scope includes such civil works required for completion of the job.

- After commissioning the system all panel Keys, Passwords and software required for programming devices shall be handed over to department in order to ensure smooth functioning of the system.

- Proper cable management systems shall be used to route the cables in all the locations.

5.6 RECORDS

Supplier shall maintain records pertaining to the quality of installation work in a format approved by Department. Whenever installation work is complete, Supplier shall offer installed Total Flooding Clean Gas Fire Suppression systems for inspection to Department's engineer who along with Supplier's engineer will sign such records on acceptance.

5.7 SAFETY

Supplier shall follow the safety regulations / codes and shall take necessary measures at his own cost.

5.8 INSTALLATION /CONSTRUCTION POWER & MATERIAL HANDLING:

- Available material handling equipment may be extended by SDSC SHAR on chargeable basis, as per the tariff rules of SDSC SHAR. Reasonable quality of normal Construction power will be made available at one point (415V, 3 Phase, 50 Hz).

Page 14: SPECIFICATIONS FOR DESIGN, SUPPLY, INSTALLATION, · Module for integration of existing addressable fire detection and ... Date of Notification issued by ISRO : ... 9.2 Techno-commercial

13 | P a g e

However onward distribution shall be by the supplier. Installation of necessary energy meters, switchgear & distribution system, etc for Construction power in a safe manner in strict conformity with local rules & regulations will be responsibility of supplier.

- During non-availability of power, supplier shall make his own arrangement of alternate power source at their cost.

5.9 WORK RULES AT SDSC-SHAR

The work shall be carried out on SDSC-SHAR working days only or permission to be obtained from the contract manager for late hours / holidays.

5.10 SITE CLEARANCE

Upon completion of work, supplier shall remove all his equipment and material from the site within one month or time mutually agreed. Supplier at all times shall keep site in clean condition and remove all unwanted material at regular intervals. In case supplier fails to remove all their equipment and material within the mutually agreed time, it is deemed that SDSC SHAR will arrange to remove the same at Supplier’s cost.

5.11 ACCOMMODATION

- Accommodation will not be provided by SDSC SHAR to Contractors. - Supplier shall make their own arrangement for accommodation, transportation & canteen facility for all his staff, technicians, labour & workers.

5.12 MEDICAL FACILITIES

No medical facilities will be provided by SDSC SHAR. Supplier shall make their own arrangement at their own expenses for medical facilities for site personnel.

5.13 WORK PROGRAMME

Supplier shall prepare a detailed programme schedule for review / approval by SDSC SHAR. Supplier as per exigencies of work shall revise and update programme periodically.

5.14 SUB-CONTRACTS

- No work shall be sub-contracted without prior approval of SDSC SHAR.

- Supplier shall be responsible for the proper execution of any sub-contract placed by him in connection with this purchase order.

- Supplier shall furnish to SDSC SHAR the copies of all un-priced sub-orders showing promised delivery dates and places.

5.15 CHANGES AND MODIFICATION TO SPECIFICATIONS, DRAWINGS AND

QUALITATIVE / QUANTITATIVE REQUIREMENTS

- Supplier shall obtain approval from SDSC SHAR before initiating the action for

procurement of bought out items. - During the department review, supplier has to carry out the mutually agreed

modifications to meet the overall requirement.

Page 15: SPECIFICATIONS FOR DESIGN, SUPPLY, INSTALLATION, · Module for integration of existing addressable fire detection and ... Date of Notification issued by ISRO : ... 9.2 Techno-commercial

14 | P a g e

6.0. GENERAL INSTRUCTION TO THE CONTRACTOR

i. The items covered in this specification shall confirm to technical specifications, latest revision of relevant standards and requirements in respect of accuracy, performance, dimensions, materials of construction, manufacturing, safety, reliability & quality assurance, inspection and testing.

ii. All Total Flooding Clean Gas Fire Suppression systems and accessories to be supplied under this package shall be new & from the latest product range of the supplier.

iii. The Supplier shall list out all Total Flooding Clean Gas Fire Suppression systems along with their components/parts, including make, type, model number and the other details for the evaluation of your offer. Any deviation from it, after evaluation of offer, shall not be permitted.

iv. All correspondences /documents shall be in English language and the data / other dimensional details shall be submitted in Metric Units only.

v. The supplier shall indicate any assumption made in respect of specification, data of any other details that have not been mentioned in this tender but considered necessary for sizing & selection of equipment/systems to meet the specified application requirements. All such assumptions will not be binding on ISRO unless expressly agreed upon. The supplier, under these conditions, shall supply equipment/systems based on the data accepted to ISRO without any commercial implication.

vi. All necessary facilities including tools, testing equipment, instruments, accessories, manpower assistance etc. shall be provided by the supplier to enable inspection of Total Flooding Clean Gas Fire Suppression systems by ISRO during its manufacture/ fabrication/ assembly & inspection.

vii. The supplier shall be responsible for adherence to all the applicable rules, regulations & requirements of statutory bodies of the Andhra Pradesh State Government and Central Government of India, as required.

7.0. COMPLIANCE TO STANDARDS

All the items supplied or used shall be new and of first quality and shall be manufactured/ fabricated and tested in accordance with the latest editions of the relevant Indian/International standards as mentioned in the specifications. Any components or systems where no specific standards are applicable shall be fabricated as per the instructions and directions of the purchaser or its authorized nominee.

8.0 QUALITY OF MATERIALS AND WORKMANSHIP

All equipment/systems, materials and articles incorporated in the work should be new, free from defects and of the most suitable grade for the purpose intended. All work under this contract shall be performed in a skilful and workman-like manner and shall be consistent with the best practices of the industry. If at any time SDSC SHAR (ISRO) notifies that any such equipment/systems, material, article or workmanship fails to meet the foregoing standards, the contractor shall promptly take all the remedial steps required to meet those standards.

9.0 OPERATION INSTRUCTIONS AND PROCEDURE

The Supplier has to submit the ‘brief step-by-step operation procedure’ as conceived by the designer for approval at detailed design stage itself. After testing and commissioning the updated document shall be submitted for final clearance and

Page 16: SPECIFICATIONS FOR DESIGN, SUPPLY, INSTALLATION, · Module for integration of existing addressable fire detection and ... Date of Notification issued by ISRO : ... 9.2 Techno-commercial

15 | P a g e

approval. Three copies of the same shall be supplied. Permanent physical identification, which are legible, clearly visible at any stage of operation etc. and markings shall be given on the system where the operator has to carry out his work. Procedure should be well detailed and it should identify all checkpoints before carrying out any operation. For each operation, a checklist has to be made for systematic check-up and operation. Operation manual shall include all minute activities and checkpoints in very detailed manner. The manual also shall include trouble shooting, possible causes and remedial measures to be adopted.

10.0 MAINTENANCE INSTRUCTIONS AND PROCEDURE

Brief maintenance provisions/ procedure document shall be prepared and submitted at detailed Engineering stage itself. After testing and commissioning stage, the detailed document shall be submitted for final clearance and approval. Three copies of the same shall be supplied.

Maintenance document shall include but shall not be limited to the following:

01. Block diagram of the system

02. Applicable drawings

03. List of all bought out items, detailed specifications and catalogues

04. History of the system

05. List of tools

06. Parts bins

07. List of consumables and maintenance schedules

08. List of spares

09. Systematic health checks procedure

10. Work prior to starting maintenance

11. Step by step procedure for dismantling of a sub-system

12. Step by step procedure for carrying of repair

13. Step by step procedure for re-assembling

14. Test results

15. Final report

Page 17: SPECIFICATIONS FOR DESIGN, SUPPLY, INSTALLATION, · Module for integration of existing addressable fire detection and ... Date of Notification issued by ISRO : ... 9.2 Techno-commercial

16 | P a g e

Section – A

General Terms and Conditions

Page 18: SPECIFICATIONS FOR DESIGN, SUPPLY, INSTALLATION, · Module for integration of existing addressable fire detection and ... Date of Notification issued by ISRO : ... 9.2 Techno-commercial

17 | P a g e

1.0 Terms and Conditions for Bids Offers shall be submitted in TWO-PARTS as per the details given below: Part-I – Techno-commercial Bid Part-II – Price Bid

2.0 Details to be furnished in Techno-commercial Bid & Price Bid as follows: - Part-I – Techno-commercial Bid The tenderer shall furnish point-wise confirmation for the technical specifications given in the enquiry. However, change of specifications/ deviations (if any) shall be brought out in the offer as deviation summary with detailed justification. Exclusions, if any from scope of supply shall be clearly indicated in the offer. Tenderer need to furnish the details related to commercial terms indicating payment terms, details of bank guarantee in case of advance payments etc. Tenderer shall quote the prices on “FOR-Sriharikota”. The overall landed cost to SDSC SHAR will be taken as the basis towards finalization of the purchase order. The Bidders shall indicate clearly the delivery/time period for supplying the items to SDSC SHAR. 2.1 Bidder need to submit unpriced price bid copy (as highlighted below) indicating the description of all the cost elements considered, without indicating the price. Tenderer shall note that indication of price in the techno-commercial bid shall lead to dis-qualification of bid.

Page 19: SPECIFICATIONS FOR DESIGN, SUPPLY, INSTALLATION, · Module for integration of existing addressable fire detection and ... Date of Notification issued by ISRO : ... 9.2 Techno-commercial

18 | P a g e

2.2 FORMAT OF UN-PRICED PRICE BID: The schedules of the quantities are as follows:

Seri

al N

o.

Descri

pti

on

of th

e w

ork

s t

o b

e

carr

ied o

ut

Qty

.

Un

its Un

it c

ost

(In

clu

din

g

Tra

nsport

ati

on

,

Testi

ng C

harg

es)

Rs.

Applicable

Tax in

Rs.

Tota

l cost

Rs.

Separa

te C

ost

Men

tion

ed in

Pri

ce b

id F

orm

(Yes/N

o)

Unpriced

Un

pri

ced

Un

pri

ced

(Yes/N

o)

I Design, supply, installation, testing and commissioning of Total Flooding Clean Gas Fire Suppression System for RO Facilities as per the specifications Section- A to Section-C

1 Lot Unpriced

Un

pri

ced

Un

pri

ced

(Yes/N

o)

II Maintenance spares required for Two years for Total Flooding Clean Gas Fire Suppression System as per the details given in enclosed specifications Section- A to Section-C.

1 Lot Unpriced

Un

pri

ced

Un

pri

ced

(Yes/N

o)

III Two years Non-Comprehensive Maintenance (Starting from 2nd year i.e. after completion of warranty) of Total Flooding Clean Gas Fire Suppression System (HFC 227ea) as per the enclosed specifications.

1 Lot Unpriced U

npri

ced

Un

pri

ced

(Yes/N

o)

Note: * One Lot consists of the following as defined in Table-2:

Page 20: SPECIFICATIONS FOR DESIGN, SUPPLY, INSTALLATION, · Module for integration of existing addressable fire detection and ... Date of Notification issued by ISRO : ... 9.2 Techno-commercial

19 | P a g e

Table -2 SCHEDULE OF QUANTITIES (UN PRICED)

Sl. No.

Description Qty. Unit of

Measure

Unit cost (Including

Transportation, Testing Charges)

Rs.

Applicable Tax in Rs.

Total cost Rs.

Separate Cost

Mentioned in Price bid

Form (Yes/No)

I. Design, supply, installation, testing and commissioning of Total Flooding Clean Gas Fire Suppression System for RO Facilities as per the specifications Section- A to Section-C

1 LOT

Unpriced Unpriced Unpriced (Yes/No)

SCHEDULE OF TOTAL FLOODING CLEAN GAS FIRE SUPPRESSION SYSTEM FOR RO FACILITIES AS PER FOLLOWING DETAILS. (REFER SECTION-B, CHAPTER-I FOR DETAILED SPECIFICATIONS)

1 UL/VDS/FM/LPCB Listed & Marked Gas Release Panel 7 Nos. Unpriced Unpriced Unpriced (Yes/No)

2

Supply of Clean gas agent HFC 227ea (NAFS 227 / FM 200) as per NFPA 2001-2015 in UL listed and PESO Approved Cylinders of suitable capacity for RO Facilities. Clean gas shall be filled in UL listed filling station as per approved design calculations. The cylinder bank shall be fitted with all UL/VDS/FM/LPCB Listed & Marked listed accessories viz., valve assembly, arrangement for supervisory switch connection for monitoring cylinder pressure, a pressure gauge with a safety burst disc, electronic control head/ Solenoid, pressure operated control head, flexible hose, strap, Non return valve (NRV) and a safety cap from same OEM and as per enclosed specifications.

Number of Rooms in the RO facilities - 07 Total quantity of Clean gas required for RO facilities -1800 kgs Approx.

7 Sets Unpriced Unpriced Unpriced (Yes/No)

Page 21: SPECIFICATIONS FOR DESIGN, SUPPLY, INSTALLATION, · Module for integration of existing addressable fire detection and ... Date of Notification issued by ISRO : ... 9.2 Techno-commercial

20 | P a g e

Sl. No.

Description Qty. Unit of

Measure

Unit cost (Including

Transportation, Testing Charges)

Rs.

Applicable Tax in Rs.

Total cost Rs.

Separate Cost

Mentioned in Price bid

Form (Yes/No)

3 Piping manifold and Piping from cylinder manifold to Rooms to be protected

7 sets Unpriced Unpriced Unpriced (Yes/No)

4 Enclosure for cylinder bank 7 sets Unpriced Unpriced Unpriced (Yes/No)

5 Discharge Nozzles (UL/VDS/FM Listed & Marked) 62 Nos. Unpriced Unpriced Unpriced (Yes/No)

6 Addressable Manual Call Point (Break Glass type) Address Switch to program the Manual Pull Station.

7 Nos. Unpriced Unpriced Unpriced (Yes/No)

7 Hooter cum Flasher 9 Nos. Unpriced Unpriced Unpriced (Yes/No)

8 Manual Abort Station (Pull Type) 7 Nos. Unpriced Unpriced Unpriced (Yes/No)

9 Manual Release Station (Pull Type). 7 Nos. Unpriced Unpriced Unpriced (Yes/No)

10 Warning sign board (24 V DC) with marking” GAS DISCHARGE DO NOT ENTER” complete with fixing arrangements. (For outside the room)

7 Nos. Unpriced Unpriced Unpriced (Yes/No)

11 Warning sign board (24 V DC) with marking” GAS DISCHARGE EVACUATE IMMEDIATELY” complete with fixing arrangements. (For inside the room)

9 Nos. Unpriced Unpriced Unpriced (Yes/No)

12 Armored FRLS,1.5mm x 2 core, Twisted pair, shielded, Armored cable with Good cable management system (Casing and cabinet)

1500 Mtrs Unpriced Unpriced Unpriced (Yes/No)

13

Module for integration of existing addressable fire detection and alarm system with Total flooding clean gas fire suppression system for RO facilities or Providing a dedicated FDA system in each room of RO facilities and integrating with the Total flooding clean gas fire suppression system of each room

7 Sets Unpriced Unpriced Unpriced (Yes/No)

II.

Maintenance spares required for Two years for Total Flooding Clean Gas Fire Suppression System as per the details given in enclosed specifications Section- A to Section-C.

1 Lot Unpriced Unpriced Unpriced (Yes/No)

LIST OF MAINTENANCE SPARES FOR TOTAL FLOODING CLEAN GAS SUPRESSION SYSTEM

Unpriced

Unpriced Unpriced Unpriced

Page 22: SPECIFICATIONS FOR DESIGN, SUPPLY, INSTALLATION, · Module for integration of existing addressable fire detection and ... Date of Notification issued by ISRO : ... 9.2 Techno-commercial

21 | P a g e

Sl. No.

Description Qty. Unit of

Measure

Unit cost (Including

Transportation, Testing Charges)

Rs.

Applicable Tax in Rs.

Total cost Rs.

Separate Cost

Mentioned in Price bid

Form (Yes/No)

1 Gas Release Control Panel/ Module (Spares for power supply, fuses, cards etc. which have to be replaced for maintain the panel in healthy condition)

2 Sets

Unpriced

Unpriced Unpriced Unpriced

2 Pneumatically operated valve assembly (UL/VDS/FM/LPCB listed & Marked)

1 Nos. Unpriced

Unpriced Unpriced Unpriced

3 Pneumatic Interconnection hoses (UL/VDS/FM/LPCB listed & Marked)

2 Nos. Unpriced

Unpriced Unpriced Unpriced

4 Solenoid Valve (UL/VDS/FM/LPCB listed & Marked) 2 Nos. Unpriced Unpriced Unpriced Unpriced

5 Solenoid Cover. 2 Nos. Unpriced Unpriced Unpriced Unpriced

6 Pressure Switch (UL/VDS/FM/LPCB listed & Marked) 2 Nos. Unpriced Unpriced Unpriced Unpriced

7 Discharge Nozzle (UL/VDS/FM/LPCB listed & Marked) 2 Nos. Unpriced Unpriced Unpriced Unpriced

8 Non- Return Valve (UL/VDS/FM/LPCB listed & Marked) 2 Nos. Unpriced Unpriced Unpriced Unpriced

9 Hooter cum Flasher 2 Nos. Unpriced Unpriced Unpriced Unpriced

10 Manual Call Point 2 Nos. Unpriced Unpriced Unpriced Unpriced

11 Manual Abort Station 2 Nos. Unpriced Unpriced Unpriced Unpriced

12 Manual Release Station 2 Nos. Unpriced Unpriced Unpriced Unpriced

III.

Two years Non-Comprehensive Maintenance (Starting from 2nd year i.e. after completion of warranty) of Total Flooding Clean Gas Fire Suppression System (HFC 227ea) as per the enclosed specifications.

1 Lot Unpriced Unpriced Unpriced Unpriced

Note: - The Quantity arrived is indicative only. The party shall give undertaking to hold the same quoted unit prices for the additional

±10% of order quantities for each and every item based upon site conditions. - In addition to the above main items any other items/ accessories which are required for completion of the work and

Page 23: SPECIFICATIONS FOR DESIGN, SUPPLY, INSTALLATION, · Module for integration of existing addressable fire detection and ... Date of Notification issued by ISRO : ... 9.2 Techno-commercial

22 | P a g e

Sl. No.

Description Qty. Unit of

Measure

Unit cost (Including

Transportation, Testing Charges)

Rs.

Applicable Tax in Rs.

Total cost Rs.

Separate Cost

Mentioned in Price bid

Form (Yes/No)

commissioning of the system also in scope of supplier. - The contract will be awarded to overall lowest only. Since procurement, supply and work contracts are interlinked, splitting of

order is not possible. - If necessary, the Bidders may visit the SDSC SHAR for understanding the system requirements and assessing the site

conditions before submitting the bid.

Page 24: SPECIFICATIONS FOR DESIGN, SUPPLY, INSTALLATION, · Module for integration of existing addressable fire detection and ... Date of Notification issued by ISRO : ... 9.2 Techno-commercial

23 | P a g e

2.3 Format to be filled signed and shall be uploaded by the supplier in techno-commercial bid:

Sl.No. Description Yes /

No

1 The scope of work is fully understood by the supplier

2 Confirm all the specifications and terms & conditions are acceptable

3 Confirm the specification of items to be supplied can be met by the supplier

4 Confirm the supply portions of items are fully quoted as per Section- C, exclusions if any shall be mentioned clearly.

5 The individual item wise cost is to be quoted as per the Price bid format

6 The details like taxes are clearly indicated for each line item.

7 The mobilization charges for men / machineries / materials are considered and they are included in the basic cost.

8 Modality of execution of contract, terms, rules & regulations, general conditions of execution of contract is read and acceptable to all points.

9 Bidder Qualification Criteria and Evaluation criteria formats duly filled and signed.

10 It is noted that the contract will be awarded to overall lowest only. Since procurement, supply and work contracts are interlinked; splitting of order is not possible

Signature of the bidder

Page 25: SPECIFICATIONS FOR DESIGN, SUPPLY, INSTALLATION, · Module for integration of existing addressable fire detection and ... Date of Notification issued by ISRO : ... 9.2 Techno-commercial

24 | P a g e

3.0 Part-II: Price bid indicating the price. � Price bid should be submitted by the tenderer as per the following format price

break-up. � In view of Two-Part Tender, the Offers submitted contrary to above instructions will

be summarily rejected.

Seri

al N

o.

Descri

pti

on

of

the

work

s t

o b

e c

arr

ied

out

Qty

.

Un

its

Un

it c

ost

(In

clu

din

g

Tra

nsport

ati

on

,

Testi

ng C

harg

es) R

s.

Appli

cable

Tax i

n R

s.

Tota

l cost

Rs.

I

Design, supply, installation, testing and commissioning of Total Flooding Clean Gas Fire Suppression System for RO Facilities as per the specifications Section- A to Section-C.

1 Lot Price

Pri

ce

Pri

ce

II

Maintenance spares required for Two years for Total Flooding Clean Gas Fire Suppression System as per the details given in enclosed specifications Section- A to Section-C.

1 Lot Price

Pri

ce

Pri

ce

III

Two years Non-Comprehensive Maintenance (Starting from 2nd year i.e. after completion of warranty) of Total Flooding Clean Gas Fire Suppression System (HFC 227ea) as per the enclosed specifications.

1 Lot Price

Pri

ce

Pri

ce

Note: * One Lot consists of the following as defined in Table-3 for which unit prices shall be quoted.

Page 26: SPECIFICATIONS FOR DESIGN, SUPPLY, INSTALLATION, · Module for integration of existing addressable fire detection and ... Date of Notification issued by ISRO : ... 9.2 Techno-commercial

25 | P a g e

Table -3 SCHEDULE OF QUANTITIES (PRICED)

Sl. No.

Description Qty. Unit of

Measure

Unit cost (Including

Transportation, Testing

Charges) Rs.

Applicable Tax in Rs.

Total cost Rs.

I. Design, supply, installation, testing and commissioning of Total Flooding Clean Gas Fire Suppression System for RO Facilities as per the specifications Section- A to Section-C.

1 LOT Price Price Price

SCHEDULE OF TOTAL FLOODING CLEAN GAS FIRE SUPPRESSION SYSTEM FOR RO FACILITIES AS PER FOLLOWING DETAILS (REFER SECTION-B, CHAPTER-I FOR DETAILED SPECIFICATIONS).

Price Price Price

1 UL/VDS/FM/LPCB Listed & Marked Gas Release Panel 7 Nos. Price Price Price

2

Supply of Clean gas agent HFC 227ea (NAFS 227 / FM 200) as per NFPA 2001-2015 in UL listed and PESO Approved Cylinders of suitable capacity for RO Facilities. Clean gas shall be filled in UL listed filling station as per approved design calculations. The cylinder bank shall be fitted with all UL/VDS/FM/LPCB Listed & Marked listed accessories viz., valve assembly, arrangement for supervisory switch connection for monitoring cylinder pressure, a pressure gauge with a safety burst disc, electronic control head/ Solenoid, pressure operated control head, flexible hose, strap, Non return valve (NRV) and a safety cap from same OEM and as per enclosed specifications.

Number of Rooms in the RO facilities - 07 Total quantity of Clean gas required for RO facilities -1800 kgs Approx.

7 Sets Price Price Price

3 Piping manifold and Piping from cylinder manifold to Rooms to be protected

7 sets Price Price Price

Page 27: SPECIFICATIONS FOR DESIGN, SUPPLY, INSTALLATION, · Module for integration of existing addressable fire detection and ... Date of Notification issued by ISRO : ... 9.2 Techno-commercial

26 | P a g e

Sl. No.

Description Qty. Unit of

Measure

Unit cost (Including

Transportation, Testing

Charges) Rs.

Applicable Tax in Rs.

Total cost Rs.

4 Enclosure for cylinder bank 7 sets Price Price Price

5 Discharge Nozzles (UL/VDS/FM Listed & Marked) 62 Nos. Price Price Price

6 Addressable Manual Call Point (Break Glass type) Address Switch to program the Manual Pull Station

7 Nos. Price Price Price

7 Hooter cum Flasher 9 Nos. Price Price Price

8 Manual Abort Station (Pull Type) 7 Nos. Price Price Price

9 Manual Release Station (Pull Type) 7 Nos. Price Price Price

10 Warning sign board (24 V DC) with marking” GAS DISCHARGE DO NOT ENTER” complete with fixing arrangements. (For outside the room)

7 Nos. Price Price Price

11 Warning sign board (24 V DC) with marking” GAS DISCHARGE EVACUATE IMMEDIATELY” complete with fixing arrangements. (For inside the room)

9 Nos. Price Price Price

12 Armored FRLS,1.5mm x 2 core, Twisted pair, shielded, Armored cable with Good cable management system (Casing and cabinet)

1500 Mtrs Price Price Price

13

Module for integration of existing addressable fire detection and alarm system with Total flooding clean gas fire suppression system for RO facilities or Providing a dedicated FDA system in each room of RO facilities and integrating with the Total flooding clean gas fire suppression system of each room

7 Sets Price Price Price

II. Maintenance spares required for Two years for Total Flooding Clean Gas Fire Suppression System as per the details given in enclosed specifications Section- A to Section-C.

1 Lot Price Price Price

LIST OF MAINTENANCE SPARES FOR TOTAL FLOODING CLEAN GAS FIRE SUPRESSION SYSTEM

Price Price Price

Page 28: SPECIFICATIONS FOR DESIGN, SUPPLY, INSTALLATION, · Module for integration of existing addressable fire detection and ... Date of Notification issued by ISRO : ... 9.2 Techno-commercial

27 | P a g e

Sl. No.

Description Qty. Unit of

Measure

Unit cost (Including

Transportation, Testing

Charges) Rs.

Applicable Tax in Rs.

Total cost Rs.

1 Gas Release Control Panel/ Module (Spares for power supply, fuses, cards etc. which have to be replaced for maintain the panel in healthy condition)

2 Sets Price Price Price

2 Pneumatically operated valve assembly (UL/VDS/FM/LPCB listed & Marked)

1 Nos. Price Price Price

3 Pneumatic Interconnection hoses (UL/VDS/FM/LPCB listed & Marked)

2 Nos. Price Price Price

4 Solenoid Valve (UL/VDS/FM/LPCB listed & Marked) 2 Nos. Price Price Price

5 Solenoid Cover. 2 Nos. Price Price Price

6 Pressure Switch (UL/VDS/FM/LPCB listed & Marked) 2 Nos. Price Price Price

7 Discharge Nozzle (UL/VDS/FM/LPCB listed & Marked) 2 Nos. Price Price Price

8 Non- Return Valve (UL/VDS/FM/LPCB listed & Marked) 2 Nos. Price Price Price

9 Hooter cum Flasher 2 Nos. Price Price Price

10 Manual Call Point 2 Nos. Price Price Price

11 Manual Abort Station 2 Nos. Price Price Price

12 Manual Release Station 2 Nos. Price Price Price

III.

Two years Non-Comprehensive Maintenance (Starting from 2nd year i.e. after completion of warranty) of Total Flooding Clean Gas Fire Suppression System (HFC 227ea) as per the enclosed specifications.

1 Lot Price Price Price

Note: The contract will be awarded to overall lowest only. Splitting of order for supply and fabrication will not be considered. Since procurement, supply, fabrication and erection works are inter linked, splitting of order is not possible. Two years Non-Comprehensive Maintenance also will be considered to arrive the overall lowest.

Page 29: SPECIFICATIONS FOR DESIGN, SUPPLY, INSTALLATION, · Module for integration of existing addressable fire detection and ... Date of Notification issued by ISRO : ... 9.2 Techno-commercial

28 | P a g e

The following price details shall be uploaded along with offer: 4.0 PROPOSAL DOCUMENT 1.1 Bidder shall sign & stamp each page of the tender document as token of his

acceptance and submit the same along with his offer. 1.2 Proposal documents shall remain the property of SDSC SHAR and shall not be

used for any another purpose without the consent of SDSC SHAR. 1.3 The proposal shall be completely filled in all respects and shall be submitted

together with requisite information. Any offer incomplete in any particulars is liable to be rejected.

1.4 The Proposals shall be submitted on-line before the time limit for bid submission specified in the Letter Inviting Bid.

1.5 Supplier shall submit the open authorization on-line with in the time limit specified in the Letter Inviting bid.

1.6 The Proposal will be opened on the date and on the time specified in the Letter Inviting Bid or as soon thereafter as convenient. Proposal not received in time will not be considered.

1.7 Bidders shall set their quotations in firm figures and without variations/additions in the terms of the Proposal documents.

5.0 AMBIGUITY Should there be any ambiguity or doubt as to the meaning of any of the tender clause/condition or if any further information is required, the matter shall be immediately brought to the notice of Head, Purchase & Stores of SDSC SHAR in writing. 6.0 PREPARATION OF BIDS

6.1 Validity of Offer: Bid shall remain valid for acceptance for a minimum period of 4 (four) months from the due date of submission / opening of the Bid. The Bidder shall not be entitled during the said period to revoke or revise his Bid or to vary the Bid except and to the extent required by SDSC SHAR in writing. Bid shall be revalidated for extended period as required by SDSC SHAR in writing. In such cases, unless otherwise specified, it is understood that validity is sought and provided without varying either the quoted price or any other terms & conditions of Bid finalized till that time. 6.2 Cost of Bidding: All direct and indirect costs associated with the preparation, submission of bid shall be to Bidder’s account, and SDSC SHAR will in no case be responsible or liable for those costs, regardless of the conduct or outcome of the bid process. 6.3 Applicable Language/ measurements: The bid and all correspondence incidentals to and concerning the bid shall be in the English Language. For supporting document and printing literature submitted in any other language, an accurate English Translation shall also be submitted. Responsibility for correctness in translation shall lie with the Bidder. All the measurements shall be given in metric system. 6.4 Arrangement of Bid: The Bid shall be neatly presented on white paper with consecutively numbered pages. It should not contain any terms and conditions, which are not applicable to the Bid. The Bid and all details submitted by the bidder shall be signed and stamped on each page as token of acceptance, by a person legally authorized to enter into agreement on

Page 30: SPECIFICATIONS FOR DESIGN, SUPPLY, INSTALLATION, · Module for integration of existing addressable fire detection and ... Date of Notification issued by ISRO : ... 9.2 Techno-commercial

29 | P a g e

behalf of the Bidder. (Corrections/ alteration, if any, shall also be signed by the same person). 6.5 Schedule of Prices: The schedule of prices shall be read in conjunction with all the sections of proposal document SHAR/RO/2020013456. 6.6 Documents Comprising the Bid: Bids shall be arranged in the following order.

- Priced bid shall be filled online in the price bid format. - Schedule of unit prices also to be filled as per price Bid format and no separate

document shall be attached. - Deviations in terms and conditions, assumptions etc. shall be stipulated in format

specified in the portal. - SDSC SHAR will not take cognizance of any such statement and may at their

discretion reject such bids. 6.6.1 DOCUMENTS TO BE SUBMITTED ALONG WITH THE OFFER i. Signed copy of this Technical Specification as a proof of compliance to all the

requirements of the document. ii. Confirmation of make, model of Total Flooding clean gas fire suppression system. iii. Cylinder details and gas details of clean gas fire suppression system. iv. Preliminary design calculations for clean gas fire suppression system. v. Preliminary Quality Assurance Plan (QAP) which will be followed. vi. Detailed specification, schematic drawing, Bill of Material (BOM), complete with the features indicated in the order specification. vii. Any other relevant data/information.

6.6.2 DOCUMENTS TO BE SUBMITTED AFTER PLACEMENT OF ORDER

i. A bar-chart/ PERT network for all activities such as design, approval, procurement, manufacturing, assembly, testing, inspection, delivery, installation, commissioning etc. shall be submitted within two weeks of placement of order.

ii. Detailed specification, schematic drawing, Bill of Material (BOM), with makes and model no. Total Flooding Clean Gas Fire Suppression Systems incorporating all the required details against the features indicated in the order specification

iii. Certified detailed technical literature of all components highlighting all the features of the items finally selected.

iv. Reliability and quality assurance plans followed for Total Flooding Clean Gas Fire Suppression Systems.

v. Installation drawings and instructions for Total Flooding Clean Gas Fire Suppression Systems.

vi. Copies of Purchase Orders for bought-out items blanking price part (one copy only)

vii. Any other relevant data/information.

6.6.3 DOCUMENTS TO BE SUBMITTED AFTER COMMISSIONING

i. Three (3) sets of Operation and Maintenance Manuals, these manuals should indicate weekly, monthly and yearly maintenance schedule and other instructions necessary for safe maintenance of Total Flooding Clean Gas Fire Suppression Systems. Spare parts catalogue, engineering data sheets and part lists covering each item including bought out components along with all drawing shall be compiled and submitted.

Page 31: SPECIFICATIONS FOR DESIGN, SUPPLY, INSTALLATION, · Module for integration of existing addressable fire detection and ... Date of Notification issued by ISRO : ... 9.2 Techno-commercial

30 | P a g e

ii. Supplier shall submit three hard copies & one soft copy on CD/DVD of all the approved drawings incorporating any modification / changes made during the execution of CONTRACT. All these drawings shall be marked as 'As Built'.

iii. Design calculation and analysis data if any.

iv. Complete Inspection / test results (3 copies).

v. Inspection certificate & guarantee or warranty certificate (3 copies).

vi. Laminated boards to be fixed at appropriate locations consisting of Instructions for operation of the Total Flooding Clean Gas Fire Suppression Systems, as built drawing of Total Flooding Clean Gas Fire Suppression Systems.

vii. Test & Evaluation documents.

viii. Test certificates of all components of system.

ix. Submission of the drawings and manuals shall be a precondition for releasing of any final payment due to Supplier.

7.0 QUALITY ASSURANCE PLAN

1. Tenderer shall have an established and effective Quality Assurance plan during manufacturing the system. The QA plan shall be submitted for approval of ISRO.

2. Tenderer shall ensure that the item supplied is absolutely safe for use in the stipulated work environment and conform to applicable safety norms and standards

3. During manufacture, fabrication assembly, testing and delivery, the vendor shall strictly comply with Quality Assurance instruction including Cleanliness Control, procurement Control, Design change Control, Deviation Control, Failure Reporting & Analysis, Calibration Control, documents control & Training requirements. 8.0 BID SUBMISSION

- Bids duly filled in by the Bidder should invariably be submitted as stipulated in the Letter inviting bid. Bids shall be submitted in the following manner.

Price Part of the Bid. - Price bid shall be filled in the on-line ‘price bid’ form of the e-tender only in ISRO e-

procurement website “https://eprocure.isro.gov.in”. The cost of items and other prices shall be filled in the respective forms available on-line in the e-portal. Any other terms and conditions given in this part shall not be considered and if insisted upon by the Bidder, bids are liable for rejection.

- SDSC SHAR reserves the right to reject any or all the Bids without assigning any reasons thereof. 9.0 BID EVALUATION 9.1 During evaluation, SDSC SHAR may request bidder for any clarification on the bid or additional documents. 9.2 Techno-commercial discussion shall be arranged with bidder, if needed. Bidder shall depute his authorized representatives for attending discussions. The representatives attending the discussions shall produce authorization from his organization to attend the discussion and sign minutes of meeting on behalf of his organization if required. The authorized representative must be competent and empowered to settle/decide on all technical and commercial issues. 9.3 Bidder must provide the point-by-point compliance to the technical specifications along with deviations. The bid will be rejected, if the deviations are not acceptable to the department. 9.4 The time schedule for completion is given in the proposal document. Bidder is required to confirm the completion period unconditionally.

Page 32: SPECIFICATIONS FOR DESIGN, SUPPLY, INSTALLATION, · Module for integration of existing addressable fire detection and ... Date of Notification issued by ISRO : ... 9.2 Techno-commercial

31 | P a g e

9.5 If necessary, to arrive at evaluated prices, wherever applicable, loading on total quoted prices shall be done. 9.6 Evaluation of Technical Bids: Technical bids should be analysed and evaluated by the department. Department scrutinize and evaluate for acceptance or rejection of the technical proposals provided by the supplier and give its recommendations. 9.7 Evaluation of Financial Bids of the technically qualified bidders: The financial bids of only those bidders who have been declared technically qualified by the department as mentioned in above point shall be opened and evaluated, and the work/service/supply awarded to the lowest technically suitable offer. 9.8 SDSC SHAR reserves the right to accept a bid other than a lowest and to accept or reject any bid in full or part without assigning any reasons. Such decisions by SDSC SHAR shall bear no liability whatsoever consequent upon such decision. 9.9 The bidder, whose bid is accepted by SDSC SHAR, shall be issued a Letter Of Intent (LOI) /Purchase Order (PO) to proceed with the work. Bidder shall confirm acceptance by returning a signed copy of the LOI/PO. 10.0. COMMERCIAL TERMS 10.1 Taxes:

i. IGST For Inter State: As per the Notification No.47/2017-Integrated Tax (Rate) Dt: 14.11.2017 issued by Ministry of Finance (Dept. of Revenue), SDSC SHAR is eligible to avail reduced rate of IGST @5% for the procurements made by the Dept. of Space (DOS) being a public Funded Research Institution. We will provide IGST exemption certificate. For Intra State: As per Notification No.45/2017- Central Tax (Rate) dated 14.11.2017 and Government of Andhra Pradesh Goods and Service Tax Act, 2017 (Act No.16 of 2017), G.O.MS.No.599, Dated: 12.12.2017 issued by Ministry of Finance (Dept. of Revenue), SDSC SHAR is eligible to avail a reduced rate of CGST/SGST @ 5% for the procurements made by the Dept. of Space (DOS) being a public funded research Institution. We will provide IGST exemption certificate.

ii. Income Tax Income tax at the prevailing rate as applicable and if applicable from time to time shall be deducted from the supplier's bills as per Income Tax Act and a certificate issued (TDS Certificate).

iii. Customs Duty As per notification No.05/2018 Customs dated 25th January, 2018, ISRO is eligible only for partial exemption of Customs Duty. The reduced rate of CD is 10.775% (CD@5%+Surcharge@10%+IGST@5%). Suppliers are requested to submit their bid by loading these elements wherever, it is applicable. In case of an order, we will issue CD exemption certificate to avail the exemption. The actual amount will be reimbursed against submission of documentary evidence. In case tenderers offering items considering customs duty exemption, they should also indicate the bill of materials and price, separately, with Customs Duty component and terms and conditions thereto. 10.2 Delivery Period: Eight months (08) from purchase order release date.

Page 33: SPECIFICATIONS FOR DESIGN, SUPPLY, INSTALLATION, · Module for integration of existing addressable fire detection and ... Date of Notification issued by ISRO : ... 9.2 Techno-commercial

32 | P a g e

10.3 Terms of Payments: Our general payment terms are within 30 days after receipt and acceptance of items at purchaser’s (SDSC-SHAR Sriharikota) Site. However, in case of any request from supplier/party, the following payment terms may be considered.

a) 30% of order value of supply portion as advance against submission of advance bank guarantee.

b) 60% payment will be made pro-rata basis as and when supply portion is made and portion of system fabricated/erected/realized/commissioned. However, the number of bills will be restricted. It will be mentioned at the time of PO placement.

c) Balance 10% of order value against satisfactory performance of system against

performance bank Guarantee.

10.4 Advance Payment: Wherever advance payment is requested, Bank Guarantee from any Nationalized Bank/Scheduled Bank should be furnished. In case of advance payments, if the vendor/supplier is not supplying the material within the delivery schedule, interest will be levied as per the Marginal Cost of Lending Rate (MCLR) of SBI plus 2% penal interest. Interest will be loaded for advance payments/stage payments as per the MCLR of SBI and will be added to the landed cost for comparison purpose. In case of different milestone payments submitted by the parties, a standard and transparent methodology like NPV will be adopted for evaluating the offers. 10.5 Liquidated Damages (LD): Suppliers shall have LD clause at the rate of 0.5% of the order value per week or 0.5% of the value of the stores for which the delivery is delayed for each week of delay, as the case may be, subject to a maximum of 10% of the order value 10.6 Warranty: Warranty for the offered item shall be from the date of installation/acceptance of the item at our site for a minimum period of one year or specified in the tender document. 10.7 Performance Bank Guarantee (PBG): The contractor has to submit a PBG from a Nationalized / Scheduled Bank for 10% of the order value at the time of supply valid till the completion of warranty period plus 60 days towards claim period. OR 10% of the order value shall be hold till the completion of warranty period 10.8 Security Deposit (SD): 10% value of the order shall be deposited with SDSC within 10 days from the date of the Purchase Order towards security deposit in the form of Bank Guarantee towards performance of the Contract valid till completion of the contract period plus sixty days towards claim period. (This will be returned by SDSC immediately on execution of the order satisfactorily as per order terms. If not, the amount will be forfeited). 10.9 Validity of Offer: The validity of the offers / tenders should be 120 days from the date of opening of the tenders. Tenders shorter than offer validity mentioned above will not be considered for evaluation.

Page 34: SPECIFICATIONS FOR DESIGN, SUPPLY, INSTALLATION, · Module for integration of existing addressable fire detection and ... Date of Notification issued by ISRO : ... 9.2 Techno-commercial

33 | P a g e

As all the scope of work is inter-related, Bidder has to quote for all the items listed in the Technical specification (Section- B & C), Schedule of quantities without which the offer will not be considered. 10.10 Force majeure: For the purpose of the contract, the term “force majeure” shall means strikes, lockouts and other conflicts, acts of an enemy, war hostile blockade, disturbance of the public order, stroke of lightning, fire under thunderstorm, flood explosion and acts of god and government acts beyond the reasonable control of the party claiming force majeure. If due to circumstances of force of majeure, either of the parties to this contract partially of completely unable to fulfil its obligations in accordance with this contract, the said party shall be obligated to immediately inform the other party of occurrence of the circumstances of force majeure in writing. The party claiming force majeure shall also be obligated to keep the other party informed of the events in the process related to the occurrence of the said force majeure circumstances and of the possible degree of non-fulfilment or delay in fulfilment of the obligations in accordance with this contract. All the obligations of the party that invokes the plea of force majeure shall be suspended as long as the said force majeure circumstances continues to exist and not longer, and the said party shall not be regarded as having committed breach or failure, nor shall be held responsible to make compensation for losses suffered by either party. The terms of fulfilment of the obligation shall be duly extended for the period during which the circumstances of force majeure lasts. The fulfilment of the obligations shall be resumed immediately after the cessation of the said circumstances of force majeure. If the said force majeure circumstances last for more than sixty days, parties to this Contract shall discuss and agree upon further action. Should the state of non-fulfilment of obligation under the Contract be more than three (3) months and nothing could be done to make a statement about ceasing of obligations of Contract, within not more than three (3) months either party has the right to cancel the Contract mentioned below. The ownership of all materials, parts and unfinished work paid for by the SDSC SHAR shall vest with the SDSC SHAR or transferred to the SDSC SHAR as soon as they have paid for. The amount of compensation payable/recoverable shall be fixed on the basis of evidence produced by party and acceptable by the purchaser. 11 ARBITRATION Except as otherwise specifically provided in the Contract any disputes or differences including those considered as by only one of the parties out of or in connection with this Contract shall be, to the extent possible, settled amicably between the parties. If amicable settlement cannot be reached, then all disputes shall be referred to Director, SDSC SHAR, ISRO, whose decision shall be binding on both the parties. If this contract is terminated for any reasons, the expenses incurred for conduct of the above work are to reckoned to the extent of the work that is carried out which will be settled by the either of the parties to this contract on mutual agreement within 30 days or such extended period from the date of intimation of termination of contract. 12 SECRECY The party shall take all reasonable steps necessary to ensure that all persons employed in connection with the Purchase Order have full knowledge of the Official Secrets Act and the regulations framed there under. Any breach of the aforesaid conditions shall entitle the purchaser to cancel the Purchase Order and if necessary, to go ahead with the purchase at the risk and cost of the party in addition to any other penal action it may take at its discretion.

Page 35: SPECIFICATIONS FOR DESIGN, SUPPLY, INSTALLATION, · Module for integration of existing addressable fire detection and ... Date of Notification issued by ISRO : ... 9.2 Techno-commercial

34 | P a g e

13 COMPLIANCE WITH SECURITY REQUIREMENTS The party shall strictly comply with the security rules & regulations of the purchaser. The party shall complete the required formalities including verification of character & antecedents, of the persons engaged or deployed by him, through police or any other authority. 14 CONFIDENTIALITY AND PROPRIETARY RIGHT PROTECTION The party shall be obliged to preserve the confidentiality of the proprietary information received, exchanged between each other during the period of the Contract. Technical documentation published and/or claimed for a patent shall be affected by both the parties only on mutual decisions and approval of both the parties, during the existence of this agreement. 15 INSTRUCTIONS TO THE BIDDER In case of any conflict/contradiction, the documents shall prevail over one another in the following order:

I. For all commercial, contractual and general conditions, Notice Inviting Tender (NIT). II. Any contradiction either between various parts of document or in the content of the

document itself shall be a matter of clarification to be obtained by the bidder from the purchaser. The purchaser's decision shall be final and binding.

III. The Bidder shall study the specification, visit the site and satisfy himself thoroughly regarding the workability of the proposed Total Flooding Clean Gas Fire Suppression Systems and shall take full responsibility for best quality of material and workmanship, guaranteed operation and smooth performance of all Total Flooding Clean Gas Fire Suppression Systems & accessories and integrated system as a whole. This technical specification is only guidance to the bidder and hence all the items necessary for safe and satisfactory operation, guaranteed and reliable performance of proposed Total Flooding Clean Gas Fire Suppression Systems shall be included in his offer though these might not have been specifically mentioned in the technical specification / schedule of quantities.

IV. The Bidder shall satisfy the department that he possesses the necessary technical experience for design& execution and has at his disposal suitable facilities and crew to ensure that his work shall be of the best quality and workmanship. Necessary particulars in this regard shall be furnished with the offer.

V. Successful Bidder shall obtain approval from department for selecting sub- suppliers and makes for any of the equipment/ parts.

VI. An unpriced copy of the order on the sub-suppliers comprising all detailed specifications and the quantities of the material ordered, bill of material including necessary drawings thereof, shall be sent to department immediately after such order is placed by the successful Bidder.

VII. The purchaser reserves the right of selecting the make/model of equipment, wherever necessary and the supplier shall agree to supply equipment of particular make/model without any cost implication to purchaser.

VIII. Any loss of plant and equipment after receipt at site due to imprudence, negligence and unsuitable treatment and handling on part of the contractor shall have to be replaced by the contractor at his cost.

IX. Any existing services or other property if damaged or demolished during the course of execution either wilfully or negligently, shall be re-done/ re-erected by the bidder at his own cost.

X. The bidder shall take all precaution against damages due to rains or other natural causes and no liability shall lie with the purchaser for any loss on this account.

XI. The approval of drawings and/or inspection by Department and/ or their authorized representative shall not absolve or relieve the bidder from any of his obligation under this contract and they shall be wholly and solely responsible for the satisfactory

Page 36: SPECIFICATIONS FOR DESIGN, SUPPLY, INSTALLATION, · Module for integration of existing addressable fire detection and ... Date of Notification issued by ISRO : ... 9.2 Techno-commercial

35 | P a g e

operation and guaranteed performance of the systems and equipment forming part of the system.

XII. This specification is issued for procurement from indigenous sources only. However, no foreign exchange or import license for importing equipment, components, raw materials or spares will be arranged for or provided by the purchaser. In case the equipment offered involves expenditure in foreign exchange, same shall be arranged and borne by the Bidder.

XIII. Any equipment / material which in any way fails to meet the requirements of the specification will be rejected by the purchaser and such equipment / material shall not be used under the contract. The successful Bidder will be required to promptly furnish new material at his cost without hampering the overall schedule of commissioning of the project.

XIV. Any changes or difficulties which might be encountered during the execution of work or any other problems due to local conditions which are not anticipated / included in the tender document shall fall under full obligations of the successful Bidder. No claim on account of the same and for any ambiguity in any respect will be entertained after placement of order by Purchaser.

XV. The equipment covered in this specification shall conform to the technical specification, general requirements and relevant latest standards / codes in respect of dimensions, size, material, manufacture, inspection, testing, painting, packaging, etc. as applicable.

XVI. All material, dimensional standards, tolerances, process of manufacture and testing procedures shall be in accordance with the latest revision of the standard codes specified in this Tendering Specification. In case where such suitable standards are not mentioned, any acceptable Indian/International Standards shall be adopted with prior approval of purchaser.

XVII. All equipment supplied shall allow access to facilitate connecting up, inspection, maintenance and repair and shall operate satisfactorily under such variations of load, pressure and climatic conditions as may occur during working.

XVIII. All documents, instructions, name plates etc. shall be written in English language. All weights, dimensions and units shall be in metric system.

XIX. The Bidder shall be responsible for completeness of supplies, work and services to make the system complete and proper operation. Any equipment and material not specifically mentioned in this tendering specification, but required for safe, smooth and efficient operation and guaranteed performance of the Fire Protection system shall be deemed to be included under the scope of work of the Bidder. No claim shall be entertained on this account after placement of Order.

XX. Purchaser reserves the right to reject all or any of the offer fully or partly without assigning any reasons, whatsoever.

XXI. The Bidder shall quote for earliest delivery of the equipment / supplies as well as earliest completion of the entire work.

XXII. The Bidder shall submit the Quality Assurance Plan containing the overall quality management and procedures which he proposes to follow for performing the work during various phases of execution.

XXIII. At the time of award of contract, the detailed Quality Assurance Plan to be followed for execution of the contract will be mutually discussed and agreed to.

XXIV. The sub-contracts for part works can be given for successful completion of project with consensus of purchaser. The total sub-contract of the project is not allowed.

XXV. Materials used and equipment supplied shall be new and the best of their kind and shall comply with the latest revisions of all relevant standards. Manufacturer's certificates shall be furnished by the successful Bidder for the material used.

XXVI. As a minimum requirement, the contractor shall identify a resident engineer / site supervisor to coordinate with department and ensure the quality job completion in specified time.

Page 37: SPECIFICATIONS FOR DESIGN, SUPPLY, INSTALLATION, · Module for integration of existing addressable fire detection and ... Date of Notification issued by ISRO : ... 9.2 Techno-commercial

36 | P a g e

XXVII. Total Flooding Clean Gas Fire Suppression Systems shall be erected, tested and commissioned as per the standards laid down in this specification. Detailed instructions on such aspects as are not indicated herein shall be as per the latest Indian standards.

XXVIII. Bidder shall clearly indicate the deviations taken from the Tender documents/specifications separately in his offer.

16 TERMS & CONDITIONS TO BIDDER

- Compliance statement to the technical specification given is to be duly signed & stamped and submitted as a part of acceptance.

- Detailed QAP shall be submitted by the party after placement of order. Quality Assurance Plan mutually agreed by successful bidder and purchaser shall be complied. Party shall confirm the broad guidelines mentioned in the technical specification document.

- Deviations, if any, w.r.t technical and commercial terms & conditions shall be clearly brought out and deviation list to be added. If deviations are not listed separately, it will be presumed that the bidder is adhering to all the technical specifications and commercial terms & conditions given in this document.

- Transportation & Transit Insurance are fully in the scope of supplier and the same shall be borne by the party.

17 SPECIFIC REQUIREMENTS The delivery and erection of all equipment shall be so scheduled that it shall be possible to commission within due date from the date of award of PO in order to match with the overall commissioning schedule of Project. The delivery date shall be quoted from the date of issue of PO taking into account the time for approval of technical data sheet and specification of bought out items by the Purchaser. The successful Bidder shall guarantee the material delivery and commissioning dates. Progress report shall be submitted by the successful Bidder at regular intervals on a format prescribed by the purchaser giving the status of approval of drawings, ordering position of equipment and other materials ordered, manufactured, fabricated, delivered and erected. After placement of purchase order, the following documents shall be submitted for approval. a) PERT flowchart indicates schedule of work, technical data sheets/Specification of

bought out items b) Fabrication drawings c) Welder qualification, PQR, WPS d) Procedure for qualification of fabricated pipe lines e) Quality assurance plan 18 UNIT RATES The Bidder shall quote item wise units and unit price and total units and total price of items and materials to be supplied and erected under this specification as per Price Bid format. The rates shall be valid until handing over the systems to purchaser and Bidder shall supply additional quantities, if required for the completion and successful commissioning of the systems on the same rates as quoted. Items not featuring in the BOQ but required for completion of the systems shall be borne by Bidder and shall be deemed to be included in the bidder’s offer. No extra claim for such items shall be entertained after placement of order 19 SAFETY a. All equipment shall be complete with approved safety devices wherever a potential

hazard exists and with provision for safe access of personnel to and around equipment for operational and maintenance functions. The design shall include

Page 38: SPECIFICATIONS FOR DESIGN, SUPPLY, INSTALLATION, · Module for integration of existing addressable fire detection and ... Date of Notification issued by ISRO : ... 9.2 Techno-commercial

37 | P a g e

not only those usually furnished with elements of machinery but also the additional covers, stairways, ladders, steel structural platforms for operator's control panels handrails, partitions etc. which are necessary for safe operation of the plant.

b. All danger and caution notice boards shall be both in English, Hindi and local languages.

c. When the work is carried out at night with prior approval of purchaser or in the obscure day light, adequate arrangements for flood lighting in the working area shall be made by Bidder at his own cost and got approved by the Purchaser.

d. The safety posters/regulation for prevention of accidents shall be displayed by the Bidder at appropriate places. Notices and warning signs shall be displayed for all sources of dangers.

e. All electrical drives and equipment must be equipped with safety devices. The safety provisions shall conform to the recognized standards, safety codes and statutory regulations.

f. All safety measures as required to be adopted as per the statutory regulations and the safety rules of the plant shall be strictly followed by the Bidder during the execution of the Contract.

g. Adequate number of first aid boxes as defined in the State Factories Rules shall be provided and maintained at work sites.

h. The vendor shall ensure that the item supplied by them are absolutely safe for use in the stipulated work environment & confirm to applicable safety norms and standards.

i. One safety supervisor shall be posted during the erection activities at site. They shall hold the entire responsibility for the events/activities carried out at site.

20) GENERAL CONDITIONS a) Sriharikota is an island and situated around 100 kms north of Chennai and the

work spot (Zero Point) is located at about 03 kms from main entrance gate. Conveyance for Contractor personnel from and to work spot has to be arranged by the contractor

b) The contractor shall not employ persons below 18 years of age and no female labour shall be employed in dark hours. The contractor shall pay to each person, wages not less than minimum wages specified as per the labour laws.

c) Conveyance for contractor personnel from and to work spot has to be arranged by the contractor.

d) Department shall decide the hours of work on the site and the contractor shall adhere to it. Department reserves the right to extend working hours beyond office hours including holidays based upon the progress of work to meet the work schedule/target.

e) Contractor shall take enough care to ensure to progress the work without any material and personnel damage. It is the sole responsibility of contractor to ensure all safety norms to his personnel during transportation between work spot and Department/Contractor stores, and work in prefabrication area, in storage shed and in yard. Department will not hold responsibility to any mishap to the contractor personnel.

f) Department’s permission shall be obtained by contractor for establishing shed/ office with an under taking for construction of shed with non- flammable material and for demolition of the same after completion of work.

g) The contractor shall be responsible for the safe storage of radiographic sources of his sub-contractor. Radiographic source shall be stored in a room located at FLP complex, which is about 10km from the work spot. However, the transportation of source from the storage room to the work spot and back shall be the responsibility of the contractor.

Page 39: SPECIFICATIONS FOR DESIGN, SUPPLY, INSTALLATION, · Module for integration of existing addressable fire detection and ... Date of Notification issued by ISRO : ... 9.2 Techno-commercial

38 | P a g e

h) The contractor shall give prior intimation to the Department whenever Radiography is planned, and shall be carried out with necessary approvals only between 18:30 hrs to 06:30 hrs (06:30 PM to 06:30 AM) and the area shall be properly barricaded. However, the contractor can take prior approval from the Department for carrying out Radiography during working hours i.e., from 09:00 hrs to 17:30 hrs.

i) Department will provide electricity required for the job, free of cost. However, all machinery required for above work like welding, grinding, drilling, cutting, etc., has to be arranged by contractor along with necessary Junction boxes, fuses, cables, hoses, etc.,

j) The contractor shall take prior approval from the Department for awarding sub-contract for partial works in the contract and the payment for the sub-contractor shall be the responsibility of the contractor.

k) The Department reserves the right to pay the sub-contractor directly from the running bills in case if the contractor fails to pay his sub-contractor in the interest of completion of work.

l) Contractor has to give an undertaking that they will comply with prevailing safety norms at site put forth by Department. Safety officer shall have full access to contractor’s storage shed. Office at any time for inspection.

m) The quantity arrived is indicative only. The party shall give undertaking to hold the same quoted unit prices for the additional quantities of 10% of order quantities if site requirement calls for.

n) Period of contract: - Eight (08) months from the date of clearance from department.

TIME LINE SCHEDULE

- The overall timeline for realization of systems as per defined scope shall be taken

as 8 months from the date of release of purchase order. Split up of the overall

schedule for supply and erection is as follows:

Sl. No.

Description of activity Time line

1 Release of purchase order T0

2

Submission of Installation drawing and Total Flooding Clean Gas Fire Suppression Systems of RO Facilities, design calculations, piping layouts, Bill Of Quantity (BOQ) and data sheets and catalogues.

T0 + 3 Weeks

3 Drawing clearance by department T0 + 4 Weeks

4 Supply of Total Flooding Clean Gas Fire Suppression System items of RO Facilities at SDSC SHAR T0+ 4 Months

5 Installation, testing and commissioning Total Flooding Clean Gas Fire Suppression Systems of RO Facilities.

T0+ 6 Months

6 Commissioning of Total Flooding Clean Gas Fire Suppression Systems of RO Facilities.

Confirmation of Site Clearance by department + 1 Month

o) Progress review meetings once in a week will be conducted for monitoring the status of works and the contractor’s site representative need to attend with all relevant inputs.

Page 40: SPECIFICATIONS FOR DESIGN, SUPPLY, INSTALLATION, · Module for integration of existing addressable fire detection and ... Date of Notification issued by ISRO : ... 9.2 Techno-commercial

39 | P a g e

p) As all works are inter-related, splitting of order is not possible. Hence, bidder shall quote for all items of this tender without which offer will not be considered.

q) Purchaser reserves right to cancel the order at any stage if the performance of the contactor is not satisfactory and the contractor is not following stipulated Safety/security norms.

r) Contractor supervisor (Max. two) may be provided with hostel accommodation on chargeable basis depending on availability. Contractor has to arrange accommodation for their employment’s outside the island.

s) The contractor shall clearly indicate deviations if any from indent specifications in the offer; otherwise, to accept all the terms and conditions put by the department.

t) Item wise quantity format is only for indicative quantities of various items to be executed. Payment will be made by department for the actual quantity executed on Pro-Rata basis.

u) Contractor shall be stored the procured items properly and in the event of any damage / loss to those items, the contractor shall replace the same at no cost or the cost of the material damaged shall be recovered from the running bills.

v) Contractor shall get approval from Department for the specifications of structural in his scope of supply before placing orders for the same. Rolled MS structural material is not acceptable.

w) Contractor should mobilize all work force, machinery required within one month from date 0f P.O. Site clearance for commencement of work will be given within one month from the date of P.O

21) TRANSPORTATION & MATERIAL HANDLING The contractor shall ensure:

a. Own Transport vehicles required for movement of contract personnel from /to work site and Gate I / Sullurupeta, including internal movement within site.

b. Relevant derricks, hoists and fixtures for leading and positioning equipment’s on designated foundations including alignment tools.

c. Department may provide material handling support on chargeable basis subject to availability.

22) EVALUATION OF MACHINERY AND MANPOWER AND CONSUMABLES Machinery and manpower shall be subjected to technical evaluation by the Department Engineer to ascertain their complete suitability / performance for the jobs described above. Based on this evaluation clearance shall be given for taking up the actual job. Work shall be treated as commenced only when the actual welding work is done and as per various technical conditions detailed in this contract. 23. MEDICAL ASSISTANCE While executing this service contract work, if any of the workers engaged by contract agency is injured, contract agency has to take care of medical treatment. 24. BIDDER MINIMUM QUALIFICATION CRITERIA The following are the minimum essential criteria to further validate/accept the bid. Vendor is requested to provide all the necessary supporting documents. If any deviation/non-compliances/lack of supporting document bid shall be summarily rejected.

Sl. No

Description Vendor Compliance

with Supporting Documents

1 The Bidder should be a Company/Society/Firm registered in India since last 5 (five) years or more. Company Profile along with documentary evidence of

Page 41: SPECIFICATIONS FOR DESIGN, SUPPLY, INSTALLATION, · Module for integration of existing addressable fire detection and ... Date of Notification issued by ISRO : ... 9.2 Techno-commercial

40 | P a g e

Sl. No

Description Vendor Compliance

with Supporting Documents

services offered and all relevant enclosures to be submitted.

2

Party should have executed a contract involving Design, Supply, Installation, Testing and Commissioning of Total Flooding Clean Gas Fire Suppression system for a value not less than Rs. 90 lakhs (in the last five years) as a single order (or) at least two orders of worth Rs. 65 Lakhs each (or) atleast three orders of worth Rs.38 lakhs each.

3

The bidder should have an annual turnover of Rs. 120 lakhs on an average in 3 years (Financial year FY 2016-17 & FY 2017-18 & FY 2018-19) in the Design, Supply, Installation, Testing and Commissioning of Total Flooding Clean Gas Fire Suppression system and should have executed similar works between 01-04-2016 and 31-03-2020.

4

Purchase Order (PO) and Satisfactory Work completion certificate by the end user for the previous executed orders shall be submitted without which offer will not be considered.

5

Audited balance sheet & Profit & Loss A/c is to be submitted (or) Copy of the IT return filed / audited last 3 years financial statements for Financial year FY 2016-17 & FY 2017-18 & FY 2018-19.

6

Vendor must undertake Design, Supply, Installation, Testing and Commissioning of Total Flooding Clean Gas Fire Suppression system as per the specifications and requirements indicated in the RFP.

7

Latest solvency certificate from any Nationalized/Scheduled bank shall be submitted for a value of minimum Rs.38 lakhs. The solvency certificate must have issued after April 2020.

8 Technical compliance to the specifications shall be vetted by the bidder.

9

The firm must provide a self-declaration that there is no complaint/vigilance inquiry against them in any Govt. /Department /PSU and they have not been black listed by any Govt. Department/PSU.

10 The supplier shall mention his welding team details, equipment’s / machineries, facilities if any

Note:

- Technical proposal of the bidder, which is not able to substantiate/satisfy the claims made by it with respect to the technical requirements laid down in this RFP, will be summarily rejected.

- Offers of those bidders taking full scope of the work Design, Supply, Installation, Testing and Commissioning of Total Flooding Clean Gas Fire Suppression system as per the requirements indicated in the RFP only will be considered.

Signature of Authorized Person with Seal

Page 42: SPECIFICATIONS FOR DESIGN, SUPPLY, INSTALLATION, · Module for integration of existing addressable fire detection and ... Date of Notification issued by ISRO : ... 9.2 Techno-commercial

41 | P a g e

25. EVALUATION CRITERIA

The broad guidelines for evaluation of Bids will be as follows:

Sl No.

Description Vendor Compliance

1

In respect of Two-Bid system, the technical Bids forwarded by the Bidders will be evaluated by the Department with reference to the technical specifications as mentioned in the RFP. The compliance of Technical Bids would be determined on the basis of the parameters specified in the RFP. The Price Bids of only those Bidders will be opened whose Technical Bids would clear the technical evaluation.

2 During evaluation, SDSC SHAR may request Bidder for any clarification on the bid, additional documents.

3

Bidder must provide the point-by-point compliance to the technical specifications along with deviations. The tender can be rejected if the deviations are not acceptable to the Department.

4

Performance of Bidder on similar nature of works executed/ under execution shall be taken into consideration before selecting the Bidder for opening his price bid.

5 The time schedule for completion is given in the Proposal document. Bidder is required to confirm the completion period unconditionally.

6

SDSC SHAR reserves the right to reject any bid if technically/commercially not meeting the requirement/terms & conditions. Such decisions by the SDSC SHAR shall bear no liability whatsoever consequent upon such decision.

7 Total price inclusive of all taxes, duties, shall be considered for arriving L1 (Overall Lowest) and awarding the contract as per the procedures.

8

If there is a discrepancy between the unit price and the total price that is obtained by multiplying the unit price and quantity, the unit price will prevail and the total price will be corrected. If there is a discrepancy between words and figures, the amount in words will prevail for calculation of price.

9 As all the items within RFP are inter dependent, splitting of the order/WORK is not possible. Hence Overall lowest bidder will be considered

10

Department reserves the right to inspect the contractor shop floor/premises for evaluation, if required. After evaluating the contractor, decision of the Department is final.

Signature of Authorized Person with Seal

Page 43: SPECIFICATIONS FOR DESIGN, SUPPLY, INSTALLATION, · Module for integration of existing addressable fire detection and ... Date of Notification issued by ISRO : ... 9.2 Techno-commercial

42 | P a g e

SECTION - B

TECHNICAL SPECIFICATION

FOR

TOTAL FLOODING CLEAN GAS FIRE SUPPRESSION SYSTEM

FOR RO FACILITIES

Page 44: SPECIFICATIONS FOR DESIGN, SUPPLY, INSTALLATION, · Module for integration of existing addressable fire detection and ... Date of Notification issued by ISRO : ... 9.2 Techno-commercial

43 | P a g e

CHAPTER-I

TECHNICAL SPECIFICATIONS FOR TOTAL FLOODING CLEAN GAS FIRE

SUPPRESSION SYSTEM FOR RO FACILITIES

1.0 SCOPE OF WORK:

Scope of work includes Design, supply, erection, testing and commissioning of total flooding clean gas fire suppression system for RO facilities at Zero Point, SDSC SHAR SRIHARIKOTA as per the details given in the following table.

The system design shall be as per NFPA 2001-2015 and all items shall be UL/VDS/ /FM/LPCB listed.

Sl.

No

Description

of control

room

Dimension of rooms (Length X Breath X Height) All dimensions are in meters

Total volume

BFF (Below

false flooring)

BFC (Below

false Ceiling)

AFC (Above

false ceiling) m3

1#

NOC Room Partition A 10 X 3.67 X 0.6 10 X 3.67 X 4.5 10 X 3.67 X 1.2 231

NOC Room Partition B 2.3 X 12 X 0.6 2.3 X 12 X 4.5 2.3 X 12 X 1.2 174

NOC Room Partition C 7.7 X 12 X 0.6 7.7 X 12 X 4.5 7.7 X 12 X 1.2 582

2. Email Room 4.2 X 10 X 0.6 4.2 X 10 X 4 4.2 X 10 X 1.2 244

3. SD Room 1 No False Flooring

8 X 3.7 X 4 No False Ceiling 119

4. SD Room 2 0.36 X 0.45 Trench in 4 sides

5.9 X 4.91 X 3.6 5.9 X 4.91 X 0.9 149

5. SD Room 3 7.2 X 5.4 X 0.38 7.2 X 5.4 X 3.2 7.2 X 5.4 X 0.84 169

6. CCC Room 16 X 7 X 0.37 16 X 7 X 3.3 16 X 7 X 0.85 506

7. RSO Room 16.27 X 6.91 X 0.34 16.27 X 6.91 X 3.6 16.27 X 6.91 X 0.85 537

Legend:

BFF – Below False Flooring, BFC – Below False Ceiling/ceiling, AFC – Above False

Ceiling

Note: (#) NOC Room has three partitions namely A, B & C with common Above False

Ceiling and Below False Flooring. For this room fire suppression system to be

designed in an optimum way.

2.0 Clean gas agent to be used: HFC 227ea (FM200)

The supplier has to submit offer for the HFC 227ea (FM200) for Total Flooding Clean

gas fire suppression system.

3.0 System design

Design of system as per NFPA 2001-2015 and design concentration suitable to Class C with 35% safety factor. The clean gas agent shall be stored in the pressure not

Page 45: SPECIFICATIONS FOR DESIGN, SUPPLY, INSTALLATION, · Module for integration of existing addressable fire detection and ... Date of Notification issued by ISRO : ... 9.2 Techno-commercial

44 | P a g e

more than 50 bar. Design temperature shall be taken as 21 Deg C. All items like valves, actuators, Hoses, cylinders, and piping manifolds, pressure switches, Arrangement for supervisory switch connection for monitoring the cylinder pressure, nozzles, Annunciators, evacuation sign boards, gas release panels etc, shall be UL/VDS/FM/LCPB listed. Piping network and nozzles shall be designed for minimum piping inside room and affective distribution of extinguisher agent.

4.0 System operation philosophy

The total flooding clean gas fire suppression systems of each room shall be interfaced with the existing Fire Detection and Alarm (FDA) system of the room or new FDA system provided along with the total flooding clean gas fire suppression system. The system shall to be operable automatically from fire detection & alarm panel upon detection of fire signal from two detectors simultaneously of that location when the confirmed fire signal (Two detectors simultaneous activation Logic) is received from fire detection & alarm system, automatic clean gas total flooding system shall be triggered. Then complete premises, shall be filled with gas and the fire shall be extinguished.

The total flooding clean gas fire suppression systems shall also to be manually operable from local gas release control panel located near each room to be protected. Necessary hardware interfaces with necessary relay logics and the status are to be provided.

To avoid possibility of inadvertent manually triggering, the system shall be latched with safety key switch.

The control panel shall also have status monitoring of gas discharge actuator and gas discharge status and Audio visual annunciation of gas discharge.

Clean gas cylinders, associated instruments including control panel and pipe manifold shall be located inside suitable enclosure with door near protected area entrance.

5.0 INTERFACES WITH OTHER SYSTEMS: Major interfaces of clean gas total flooding system with other system are as follows:

• Clean gas total flooding system shall be actuated on receipt of confirmed Fire Detection Signal by FDA system.

• AHU related to this rooms shall be tripped as receipt of confirmed fire signal from FDA panel via interface modules.

6.0 EQUIPMENT SCHEDULE & SPECIFICATION:

Each system consists of following main items/accessories:

• Gas cylinder with gas and control valves (Cylinders shall have PESO approval).

• Actuators: Electrical, Pneumatic

• Flow switch

• Supervisory switch for monitoring cylinder pressure.

• Cylinder manifold along with interface Hoses and check valves.

• Gas nozzles

• Discharge hose

Page 46: SPECIFICATIONS FOR DESIGN, SUPPLY, INSTALLATION, · Module for integration of existing addressable fire detection and ... Date of Notification issued by ISRO : ... 9.2 Techno-commercial

45 | P a g e

• Pressure Gauge

• Evacuation board

• Cylinder trolley – one only for all systems

• MRPS (Manually Release Push Switch)

• Inhibitor

• CS Seamless pipes: ASTM A 106 Gr. B (Schedule of pipe as per Design calculations)

• CS Pipe Fittings-Forged: ASTM A 234 WPB (Above 40NB Sizes: Butt welded type, below 40NB Size: Socket welding type)

• CS Flanges: ASTM A 105 Raised face with serrations. (Class rating of Flanges as per Design calculations)

• Gaskets: SS spiral wounded CAF/TEFLON with CS inner & outer ring.

• Control panel and related electrical/ electronic hardware.

• 24V/ 5A DC regulated linear power supply at each facility. (APLAB/ Digitronics make).

• Aesthetic enclosure for housing cylinder bank, manifold and gas release panel for each location.

Note: 1. In addition to above main items any other items/ accessories which are required for completion of the work and commissioning of the system also in the scope of supply.

7.0 SPECIFICATION OF SUPPLY ITEMS

All system components for the clean gas system shall comply with statutory requirements & their make shall confirm with components of engineered system listed with UL/ VDS/FM/LPCB listed and marked.

7.1 CYLINDERS: Cylinders shall be seamless construction in order to have UL listing. These

cylinders shall be approved by Petroleum Explosive Safety Organisation

(PESO), Nagpur for use in INDIA. Cylinder neck shall be threaded to suit the

type of valves.

7.2 ACTUATORS:

Electrical, Pneumatic actuators, manual actuators, all actuators shall be as per

NFPA. and UL/ VDS/FM/LPCB listed & marked.

7.3 FLOW SWITCH

Flow switch is provided on discharge pipe and is connected to the control panel to

provide indications of “GAS DISCHARGED”. Necessary logic circuit shall be built

to derive the status to local control panel and also remote-control panel (For

monitoring the status).

7.4 CYLINDER MANIFOLD:

Manifold is a high pressure common line. The outlet of each gas cylinder valve is

connected by means of high pressure hoses to the manifold, where a non-return valve

is provided for each connection.

Page 47: SPECIFICATIONS FOR DESIGN, SUPPLY, INSTALLATION, · Module for integration of existing addressable fire detection and ... Date of Notification issued by ISRO : ... 9.2 Techno-commercial

46 | P a g e

7.5 GAS NOZZLES:

Type: Pendent Nozzles. Suitable for Uniform Agent Distribution.

Material: Brass. As per NFPA and UL /VDS/FM/LPCB listed & marked.

7.6 DISCHARGE HOSE:

Connection of individual gas cylinder with Manifold is by means of High pressure

discharge hose. This enables the leakage free connection of individual cylinder to

the manifold.

7.7 PRESSURE GAUGES:

The gas cylinders are pressurized with the help of Nitrogen. Due to various

reasons, there could be minor leakage from the cylinder, pressure gauges as per

IS 3624-1987 are provided, which always monitor the pressure.

7.8 EVACUATION BOARD:

One evacuation board in each the premises, shall be provided. As soon as fire is

detected by detector, Control panel shall initiate an audio-visual alarm and shall

switch on the signal of evacuation board with the warning “EVACUATE

IMMEDIATELY, GAS UNDER RELEASE”.

7.9 MANUALLY RELEASE PUSH SWITCH (MRPS):

Manually Release Push Switch is also to be provided for the system. This consists

of break glass type emergency push button unit. The depression of Push button

shall initiate the system into fire condition with the audio-visual alarms at the

control panel and separate indications of MRPS. In this operation, however time

lag and electrical interlocking shall automatically over ride and the discharge of

gas shall be immediate.

8 INHIBITOR:

Auto gas system can be operated in Auto mode or in Manual mode. When a

confirmed fire signal is received by the control panel, it initiates the signal for

release of gas into the affected premise. Since the discharge of gas is purposefully

delayed say up to 60 seconds, the persons present in the premise may decide to

stop the release of gas, if fire is of minor nature or due to any other reason. This is

done with the help of Inhibitor (switch).

9 INTERCONNECTING CABLE

9a. Type : FRLS, twisted pair, shielded, armoured cable with

Good cable management system (Casing and

Cabinet). The colour of the cable shall be

Preferably RED and shall have Tags at regular

intervals)

9b. Make : KEI, Uniflex, Teleflex, Delton, and Paramount, FLU-TEF, CMI, Polycab 9c. Size : 2C X 1.5 Sq.mm

Page 48: SPECIFICATIONS FOR DESIGN, SUPPLY, INSTALLATION, · Module for integration of existing addressable fire detection and ... Date of Notification issued by ISRO : ... 9.2 Techno-commercial

47 | P a g e

9d. other : The cable shall be provided with printing/marking

of the length in m at every 10m interval.

Note: All the qualification tests like Fire Retardant Low Smoke (FRLS) test etc. shall be carried out as per relevant IS standards in presence of department Engineers and all test reports shall be submitted.

10. HOOTERS, JUNCTIONS BOXES and Other accessories required as per relevant

standards/codes to be provided.

11. PIPES, FITTINGS, FLANGES, CHECK VALVES etc.

-Pipes to be used for clean gas fire suppression system network shall be of seamless

type, schedule to suit the system requirement. (ASTM A 106 Gr. B)

-All Fittings shall be as forged per ASTM A 234 WPB, class rating to suit the system

requirement. Flanges shall be forged, as per ASTM A 105, class rating to suit the

system requirement.

12. POWER SUPPLY:

24V/ 5A DC regulated linear power supplies in each area, Make: APLAB/ Digitronics

13. CONTROL PANEL: UL/VDS/FM/LPCB Listed & Marked Gas Release Panel In the automatic operation, the control panel shall provide a 24V DC output to the

electrical/pneumatic actuator of the first cylinder. Subsequently all cylinders in

manifold will be activated by pilot.

The automatic system shall be initiated by simultaneous activation of two detectors

provided in the area to be protected, the control panel, which provides an audio-

visual alarm in case of receipt of a signal from any of the detector in areas to be

protected.

Control panel audible alarm may be silenced at the panel, though the condition of fire

continues. When silenced the control panel provides a low intensity audible alarm

but serving to indicate the cancellation of the intermittent fire alarm. Control Panel

shall provide an adjustable time lag from 0 to 60 seconds from the receipt of signal to

the actual discharge of gas. All the necessary cabling and interfaces are to be done as

per standard. The control panel shall have control and status of actuator and status

of gas discharge. The necessary provision shall be available for extending the status

to remote control room. Cables, Junction boxes etc:

The Gas release panel shall be interfaced with existing fire alarm panel or new FDA

system to be provided and interfaced with the gas release panel.

The scope of contract includes supply of required cable for interfacing Gas release

panel with Main fire alarm panel, laying, casing cabinets for routing the cables,

termination junction boxes and other required items /accessories required for

completion of the installation.

Page 49: SPECIFICATIONS FOR DESIGN, SUPPLY, INSTALLATION, · Module for integration of existing addressable fire detection and ... Date of Notification issued by ISRO : ... 9.2 Techno-commercial

48 | P a g e

14.0 SCHEDULE OF TOTAL FLOODING CLEAN GAS FIRE SUPRESSION SYSTEM

(APPROXIMATE QUANTITIES) FOR RO FACILITIES

Sl. No.

Description Qty.

Unit of Measure

Lots/Nos./ Sets

SCHEDULE OF TOLTAL FLOODING CLEAN GAS FIRE SUPPRESSION SYSTEM FOR RO FACILITIES as per following details. (Refer Section-B, Chapter-I for detailed specifications)

1

UL/VDS/FM/LPCB Listed & Marked Gas Release Panel: Supply of Gas Release Panel with Built in Modules with two zones (min.) for one zone (min.) for Fire detection and gas discharge and suitable timer switch for release delay and potential free contact to relay "Gas Release" signal to main panel. The panel should also have LCD display for the different functions.

7 Nos.

2

Supply of Clean gas agent HFC 227ea (NAFS 227 / FM 200) as per NFPA 2001-2015 in UL listed and PESO Approved Cylinders of suitable capacity for RO Facilities. Clean gas shall be filled in UL listed filling station as per approved design calculations. The cylinder bank shall be fitted with all UL/VDS/FM/LPCB Listed & Marked listed accessories viz., valve assembly, arrangement for supervisory switch connection for monitoring cylinder pressure, a pressure gauge with a safety burst disc, electronic control head/ Solenoid, pressure operated control head, flexible hose, strap, Non return valve (NRV) and a safety cap from same OEM and as per enclosed specifications.

Number of Rooms in the RO facilities - 07 Total quantity of Clean gas required for RO facilities -1800* kgs Approx. Note: * The quantity indicated above is approximate Qty. The actual quantity to be arrived during detailed engineering.

7 Sets

3

Piping manifold and Piping from cylinder manifold to Room to be protected. Including design, supply, fabrication, erection, testing and commissioning of piping required for discharge of clean gas from cylinder manifold (Header for gas cylinders) to the control room to be

protected including assembly of cylinders to piping manifold.

7 sets

4 Enclosure for cylinder bank: Supply and installation of cylinder bank enclosure.

7 sets

5

Discharge Nozzles (UL/VDS/FM Listed & Marked) The quantity indicated above is approximate Qty. The actual quantity to be arrived during detailed engineering. Nozzles to be calibrated as per Computer generated results.

62 Nos.

6 Addressable Manual Call Point (Break Glass type) Address Switch to programme the Manual Pull Station.

7 Nos.

7 Hooter cum Flasher 9 Nos.

8 Manual Abort Station (Pull Type) 7 Nos.

9 Manual Release Station (Pull Type). 7 Nos.

Page 50: SPECIFICATIONS FOR DESIGN, SUPPLY, INSTALLATION, · Module for integration of existing addressable fire detection and ... Date of Notification issued by ISRO : ... 9.2 Techno-commercial

49 | P a g e

10 Warning sign board (24 V DC) with marking” GAS DISCHARGE DO NOT ENTER” complete with fixing arrangements. (For outside the room).

7 Nos.

11 Warning sign board (24 V DC) with marking” GAS DISCHARGE EVACUATE IMMEDIATELY” complete with fixing arrangements (For inside the room).

9 Nos.

12 Armoured FRLS,1.5mm x 2 core, Twisted pair, shielded, Armoured cable with Good cable management system (Casing and cabinet).

1500 Mtrs

13

Module for integration of existing addressable fire detection and alarm system with Total flooding clean gas fire suppression system for RO facilities or Providing a dedicated FDA system in each room of RO facilities and integrating with the Total flooding clean gas fire suppression system of each room.

7 Sets

Note: i. The quantity indicated above is approximate Qty. The actual quantity may vary

+/- 10% after detailed engineering and based upon site conditions. ii. In addition to the above main items any other items/ accessories which are

required for completion of the work and commissioning of the system also in scope of supply.

14.1 APPROVED MAKES FOR CLEAN GAS TOTAL FLOODING SUPRESSION

SYSTEM ELEMENTS

Sl.NO. ITEM MAKE

1 Gas Release Control Panel/

Module Ravel/Secutron/Edward/Hochiki

2

Seamless Cylinders. EKC / Worthington/ Faber/Milmet/Rama/Tubulares SHT (UL

Listed) (PESO/ CCOE approved) (UL Listed) (CCOE approved)

3 HFC 227ea Clean Gas (UL

Listed). HFC 227ea from SHT/FM 200 From

Dupont

4 Pneumatically operated valve

assembly (UL Listed & Marked). SHT/Chemetron/Honeywell/Hygood

5 Pneumatic Interconnection hoses (UL Listed & Marked). SHT/Chemetron/Honeywell/Hygood

6 Solenoid Valve (UL Listed &

Marked). SHT/Chemetron/Honeywell/Hygood

7 Solenoid Cover. SHT/Chemetron/Honeywell/Hygood

8 Pressure Switch (UL Listed &

Marked). SHT/Chemetron/Honeywell/Hygood

9 Discharge Nozzle (UL Listed &

Marked). SHT/Chemetron/Honeywell/Hygood

10 Non- Return Valve (UL Listed &

Marked). SHT/Chemetron/Honeywell/Hygood

11 Hooter cum Flasher Ravel/Secutron/Edward/Hochiki

12 Manual Call Point Ravel/Secutron/Edward/Hochiki

13 Manual Abort Station Ravel/Secutron/Edward/Hochiki

14 Manual Release Station Ravel/Secutron/Edward/Hochiki

Page 51: SPECIFICATIONS FOR DESIGN, SUPPLY, INSTALLATION, · Module for integration of existing addressable fire detection and ... Date of Notification issued by ISRO : ... 9.2 Techno-commercial

50 | P a g e

15 Armoured FRLS cable 1.5mm x

2 core KEI, Uniflex, Teleflex, Delton, and

Paramount, FLU-TEF, CMI, Polycab

16 M.S. Seamless pipes. Maharashtra Seamless/Jindal

17.

M.S Forged pipe fittings and flanges.

(Rajamani/Sawan/Abasi/Aravind pipe & fittings/Gujarat infra pipes/Tube

turn/Rajendra industrial corporation)

18. G.I Fasteners (Dev/TVS/Unbrako/Venkateswara)

19.

Manifold & Cylinder Rack with straps and cylinder enclosures and other items which are not

mentioned above As per approved specifications and

procedures

15.0 Piping Fabrication, Erection and Testing:

i. Fabrication of CS pipe lines (Butt welding & Socket welding)

• The scope shall include fabrication, welding, radiography, erection and testing.

• The above work includes mobilization of requisite pipes, pipe fittings, flanges to site, marking, Cutting, profiling, aligning, fit up, tack welding, cleaning, chipping, placement of windshields and / or weather protection.

• Carbon steel pipe lines welding shall be TIG welding by GTAW for root pass the filler material used shall confirm to F-6 of ASME Section IX (70S2) and subsequent passes by manual metal arc welding (SMAW) with electrodes confirming to AWS classification E 7018. Pipe material is ASTM A106.

• Only qualified welders to a level of 6G as per ASME Sec. IX with proven track record will be permitted to carryout of the welding works. Qualification of welder need to be carried out in the presence of department QC Engineer suiting to the pipe size / schedule requirements. Fitters / Fabricators / Grinders should be well experienced.

ii. Dye-Penetrant Test:

All welding joints shall be tested with Dye-penetrant test for root pass and final pass welding for both Butt welding and Fillet / Socket welds as per ASME Sec.V. iii. Radiography:

a. All butt-welds shall be subjected to 10% Radiographic Examinations as per ASME sec. V for a sensitivity of 2-2T. In-situ joints for which X-ray is not possible due to its position focal point accessibility, Gamma-ray is permitted (Subject to prior clearance by Department).

b. Interpretation of weld joints radiographs shall be done by department QC as per relevant codes such ANSI B 31.3 and ASME-Sec.V.

c. Exclusive radiography machine / Gamma ray source has to be arranged by the contractor when sufficient numbers of joints are available for examination.

d. D2 films shall be used for Gamma Rays and D5 films shall be used for X-rays. Elliptical shots (double wall double image) may be employed up to 2” size.

e. The penetrometer used shall conform to ASTM E 1025/ASTM E747 (or) relevant DIN standards.

f. Retake due to rejection of Radiograph owing to bad image quality shall at the cost of contractor.

g. Radiography shall be carried out by qualified technicians (i.e.) minimum level- I of ISNT/ ASNT and qualification certificates shall be produced with latest renewal to the Department before proceeding with the work.

h. Radiography film shall be evaluated and report shall be submitted by Level II ISNT/ ASNT (or) equivalent qualified person. However, Department inspector will carry out the final Evaluation.

Page 52: SPECIFICATIONS FOR DESIGN, SUPPLY, INSTALLATION, · Module for integration of existing addressable fire detection and ... Date of Notification issued by ISRO : ... 9.2 Techno-commercial

51 | P a g e

iv. Piping Erection:

Erection of piping includes doubling of pipes, positioning of completed pipeline segments at required locations as per requirements of isometric drawings, piping layouts and instructions of department focal points depending on the site conditions. This work includes alignment of pipes maintenance of required slopes proper fixing of flow components, pipe fittings & instruments and laying such pipelines over structural pipe supports. v.Testing:

Hydrostatic leak checks on completed piping segments shall be carried out as per ASTM A 530 at defined pressure rating given in such drawings. Hydrostatic test shall be carried out with potable water for carbon steel pipelines. vi. MS Structural Fabrication works:

Fabrication of MS enclosures and pipe supports shall be carried out by means SMAW welding with arc electrodes of AWS E6010/E6011/E6013. Drilling and / or bolting as defined in the approved drawings. Drilling and anchoring of pipe supports, hangers and other wall / floor / roof embedment shall be carried out as per approved procedure.

Note:

As the piping is to be done in existing rooms, routing of piping civil works like making holes in walls, opening of false ceiling and false flooring may be required to be done. The necessary plastering and closure of false flooring/ false ceiling and area cleaning has to be done by contractor only. Hence, the scope includes such civil works required for completion of the job. 16.0 Integrated system testing with FDA system:

a. Commissioning Test

Commissioning of the entire installation like integrated testing with FDA system, Gas release panel testing in Auto mode/Manual mode, Gas Abort station operation, Manual call point operation, Solenoid operation etc. shall be done in the presence of the Department Engineer/ Quality control department representative. Flow test shall be carried with Compressed air/Nitrogen gas to ensure that there is no blockage of nozzles. All necessary instrumentation, equipment, materials and man power required for testing shall be provided by the Contractor. The Contractor shall record all tests and system calibrations and a copy of these results shall be retained on site in the system Log Book. The format containing schedule of the tests to be carried out to be approved by the department.

Page 53: SPECIFICATIONS FOR DESIGN, SUPPLY, INSTALLATION, · Module for integration of existing addressable fire detection and ... Date of Notification issued by ISRO : ... 9.2 Techno-commercial

52 | P a g e

CHAPTER-II

LIST OF MAINTENANCE SPARES REQUIRED FOR TWO YEARS MAINTENANCE –

ONE LOT CONSISTS OF THE FOLLOWING ITEMS.

Sl. No. Description Qty.

Unit of Measure

Lots/Nos./ Sets

Sl. No. II. of Table-

I

Maintenance spares required for Two years for Total Flooding Clean gas fire suppression system as per the details given in enclosed specifications

1

Lot (SCHEDULE OF QUANTITIES

ARE GIVEN BELOW)

LIST OF MAINTENANCE SPARES FOR TOTAL FLOODING CLEAN GAS FIRE SUPRESSION SYSTEM

1 Gas Release Control Panel/ Module (Spares for power supply, fuses, cards etc. which have to be replaced for maintain the panel in healthy condition)

2 Sets

2 Pneumatically operated valve assembly (UL/VDS/FM/LPCB listed & Marked)

1 Nos.

3 Pneumatic Interconnection hoses (UL/VDS/FM/LPCB listed & Marked)

2 Nos.

4 Solenoid Valve (UL/VDS/FM/LPCB listed & Marked)

2 Nos.

5 Solenoid Cover. 2 Nos.

6 Pressure Switch (UL/VDS/FM/LPCB listed & Marked) 2 Nos.

7 Discharge Nozzle (UL/VDS/FM/LPCB listed & Marked) 2 Nos.

8 Non- Return Valve (UL/VDS/FM/LPCB listed & Marked) 2 Nos.

9 Hooter cum Flasher 2 Nos.

10 Manual Call Point 2 Nos.

11 Manual Abort Station 2 Nos.

12 Manual Release Station 2 Nos.

Page 54: SPECIFICATIONS FOR DESIGN, SUPPLY, INSTALLATION, · Module for integration of existing addressable fire detection and ... Date of Notification issued by ISRO : ... 9.2 Techno-commercial

53 | P a g e

CHAPTER-III

SPECIFICATIONS FOR TWO YEARS NON-COMPREHENSIVE MAINTENANCE OF

TOTAL FLOODING CLEAN GAS FIRE SUPPRESSION SYSTEM (HFC 227ea) FOR

RO FACILITIES

AMC Period: Two Years (Eight visits).

Scope of Work:

1. Servicing and undertaking preventive maintenance for a period of two years for the Total Flooding Clean gas fire suppression system panel and alarm signals for RO facilities. Note: The necessary man power, tools, consumables like smoke generator for testing detectors, and test instruments etc. for maintenance of the system is in the scope of Contractor. 2. During the contract period eight quarterly visits shall be made. Each quarterly visit shall be completed within Two to three weeks time for all the premises indicated in the enclosed list. (Contractor shall depute the required personnel for the same). 3. During quarterly maintenance if any spare parts are required by service agency for replacement, the same will be provided by department. In case of non-availability with department, the same shall be supplied by the contractor for which payment will be made as per the ruling price list of contractor. Price list shall be provided for the spares at the time of such claims. 4. During the contractor period false alarms/emergency calls should be attended immediately on receipt of information either from purchase section or from user group. 5. During every quarterly visit scope of work shall include but not limited to the following:

• Check the health of Local control panel.

• Complete check-up of wiring, local control panel, Simulation checks of smoke/heat /duct detectors, remote indicators junction box, Solenoid valve of total flooding clean gas fire suppression system etc.

• Simulation checks of safety interlocks of total flooding clean gas fire suppression system solenoids including AHU tripping from local control panels.

• Functional checks of Main/Redundant UPS and DC regulated power supply change over circuit.

• End to end functional checks.

• Testing/Simulation checks of alarms at facility Fire alarm panel, Gas discharge Panels and repeater panels if any.

• Checking the condition of the Piping manifolds, Hoses, clean gas Cylinders, monitoring of cylinder pressure, safety burst disc, electronic control head / Solenoid, pressure operated control head, flexible hose, strap, Non return valve (NRV) and a safety cap etc.

Terms and Conditions:

1. Service charges quoted by the contractor inclusive of loading and boarding. Accommodation may be provided by the department subject to availability on charge basis. Transportation to site and back shall be responsibility of contractor. In case contractor uses vehicles, valid driving license shall be available.

Page 55: SPECIFICATIONS FOR DESIGN, SUPPLY, INSTALLATION, · Module for integration of existing addressable fire detection and ... Date of Notification issued by ISRO : ... 9.2 Techno-commercial

54 | P a g e

2. Service contractor should bring the necessary man power, tools, consumables like smoke generator for testing detectors, and test instruments etc. for maintenance of the system.

3. For Simulation of FDA System smoke & Heat detectors necessary Smoke

generators, Hot air blowers etc. and other items required for maintenance of the

FDA with FM200 system are also in the scope of the supplier.

4. Party has to bring necessary support equipments/ instruments for end-to-end simulation/ testing of the system.

5. All service engineers/ technicians shall be qualified to handle the system. They shall have minimum 3 years experience in maintaining fire detection and alarm system and clean gas fire suppression systems.

6. A checklist for service, maintenance and trouble free performance of system shall be prepared and submitted for approval. The same shall be followed during maintenance.

7. Service engineers shall provide the list of spares required for the next visit. 8. Service engineer shall ensure satisfactory performance of system before leaving the

site. The maintenance shall be carried out without hindrance to on-going activities at various facilities.

9. Payment for each visit will be made on submission of certificate of completion of work, on pro rata basis duly certified by the department engineers.

10. Service calls sheets indicating maintenance done and the condition of the fire detection and alarm system duly signed by the service engineer shall be handover to the focal point after every visit.

11. In the event of damages to our property or personnel injury to our personnel due to negligence of your employees, the responsibility shall solely rest with contractor.

12. SDSC SHAR will not responsible for any injury to your personnel, damage to your property caused at site.

13. All the FDA system is linked with clean gas fire suppression system. Contractor should ensure the availability of the department personnel while under taking maintenance.

14. Contractor has to adhere safety regulations enforced by safety officer of SDSC SHAR.

15. Note: Department will provide devices if any devices found faulty during AMC for replacement. If department not having the devices for replacement in stock, those devices shall be replaced by AMC contractor. Hence the AMC contractor shall give unit rates for all devices of all makes required for maintenance.

16. Down time compensation: Down time compensation will be levied @ 0.5% of each maintenance charge subject to a maximum of 5% of annual maintenance charges, in case the contractor fails to attend the service in due course. ie., 48 Hrs from the time of call from SDSC SHAR.

Page 56: SPECIFICATIONS FOR DESIGN, SUPPLY, INSTALLATION, · Module for integration of existing addressable fire detection and ... Date of Notification issued by ISRO : ... 9.2 Techno-commercial

55 | P a g e

SECTION – C

FORMATS TO BE FILLED BY THE SUPPLIER

Page 57: SPECIFICATIONS FOR DESIGN, SUPPLY, INSTALLATION, · Module for integration of existing addressable fire detection and ... Date of Notification issued by ISRO : ... 9.2 Techno-commercial

56 | P a g e

1.0 CHECKLIST TO BE FILLED BY THE CONTRACTOR FOR SPECIFICATIONS The contractor shall confirm the following points. With regard to agreement on the scope defined in the work contract specifications without which the order will not be considered.

Sl. No.

Description Confirmation

Yes / No

1 Design, supply, installation, testing and commissioning of Total Flooding Clean Gas Fire Suppression System for RO Facilities as per the specifications Section- A to Section-C – 1 Lot

2 Maintenance spares required for Two years for Total Flooding Clean Gas Fire Suppression System as per the details given in enclosed specifications Section- A to Section-C – 1 Lot

3 Two years AMC of FDA system and HFC 227ea (NAFS 227 / FM 200) Total Flooding Clean Gas Fire Suppression System as per the enclosed specifications – 1 Lot

4 Schedule of Quantities (Table-1) – 1 Lot

Note: The Quantity arrived is indicative only. The party shall give undertaking to hold the same quoted unit prices for the additional ±10% of order quantities for each and every item based upon site conditions.

The contract will be awarded to overall lowest only. Since procurement, supply and work contracts are interlinked, splitting of order is not possible

If necessary, the Bidders, may visit the SDSC SHAR for understanding the system requirements and assessing the site conditions before submitting the bid.

The Bidders shall submit the bids in two parts viz,

i. Techno-commercial (non-priced) bid and ii. Price bid.

5 Scope of work is understood Sl.No.03 and accepted.

6 Detailed Scope of work is understood Sl.No.04 (Sl.No.4.1 to 4.4) and accepted.

7 General conditions, supplier’s obligations & functions Sl.No.05 (5.1 to 5.15) is understood and accepted.

8 General instruction to the contractor Sl.No.06 is understood and accepted.

9 Compliance to standards Sl.no.07 is understood and accepted.

10 Quality of materials and workmanship Sl.no.08 is understood and accepted.

11 Operation instruction and procedure Sl.no.09 is understood and

accepted.

12 Maintenance instructions and procedure Sl.no.10 is understood and accepted.

I. SECTION – A GENERAL TERMS AND CONDITIONS

Page 58: SPECIFICATIONS FOR DESIGN, SUPPLY, INSTALLATION, · Module for integration of existing addressable fire detection and ... Date of Notification issued by ISRO : ... 9.2 Techno-commercial

57 | P a g e

Sl. No.

Description Confirmation

Yes / No

1. Confirm terms and conditions for Bids are understood Sl.No. 1 and accepted.

2. Confirm all Details are furnished for Part-I techno – Commercial bid Sl.No.02 (Sl.No.2.1 & 2.2) (Ensure prices are not indicated in Part-I)

3 Confirm all Details are furnished for Part-II price bid Sl.No.03 (Ensure prices are not indicated in Part-I)

4 Confirm Proposal document Sl.No. 4 and ensure all points are followed.

5 Confirm there is no Ambiguity Sl.No. 5

6 Confirm bids are prepared as per Sl.No.06 (Sl. No 6.1 to 6.6)

7 Confirm Quality assurance plan is understood as per Sl.No.07

8 Confirm bid submission is understood as per Sl.No.08 and accepted.

9 Confirm bids evaluation is understood as per Sl.No.09 (Sl.No. 9.1 to 9.9) and accepted

10 Confirm Commercial terms are understood as per Sl.No.10 (Sl. No. 10.1 to 10.10) and accepted

11 Confirm Arbitration clause is understood and accepted, Sl.No.11

12 Confirm Secrecy clause is understood and accepted, Sl.No.12

13 Conform Compliance with security requirements clause is understood and accepted, Sl.No.13

14 Confirm Confidentiality and proprietary right protection clause is understood and accepted, Sl.No.14

15 Confirm instructions to the bidder are understood and accepted, Sl.No.15

16 Confirm terms and conditions to Bidder are understood and accepted, Sl.No.16

17 Confirm specific requirements are understood and accepted, Sl.No.17

18 Confirm unit rates clause is understood and accepted, Sl.No.18

19 Confirm Safety clause is understood and accepted, Sl.No.19

20 Confirm General conditions clause is understood and accepted. Sl.No.20

21 Confirm Transportation & Material Handling clause is understood and accepted, Sl.No.21

22 Confirm Evaluation of machinery, man power & consumables clause is accepted, Sl.No.22

23 Confirm Medical assistance clause is understood and accepted. Sl.No.23

24 Confirm Bidder minimum qualification criteria is understood and accepted. Sl.No.24

CHAPTER-I TECHNICAL SPECIFICATIONS FOR TOTAL FLOODING

Page 59: SPECIFICATIONS FOR DESIGN, SUPPLY, INSTALLATION, · Module for integration of existing addressable fire detection and ... Date of Notification issued by ISRO : ... 9.2 Techno-commercial

58 | P a g e

Sl. No.

Description Confirmation

Yes / No

CLEAN GAS FIRE SUPPRESSION SYSTEM FOR RO FACILITIES

1. SCOPE OF WORK

2. Clean gas agent to be used: HFC 227ea (FM200)

3. System design: Design of system as per NFPA 2001-2015 and design

concentration suitable to Class C with 35% safety factor.

4. System operation philosophy

5. INTERFACES WITH OTHER SYSTEMS

6. EQUIPMENT SCHEDULE & SPECIFICATION

7. SPECIFICATION OF SUPPLY ITEMS

All system components for the clean gas system shall comply with

statutory requirements & their make shall confirm with components of

engineered system listed with UL/ VDS/FM/LPCB listed and marked.

7.1 Cylinders

7.2 Actuators

7.3 Flow switch

7.4 Cylinder manifold

7.5 Gas nozzles

7.6 Discharge hose

7.7 Pressure gauges

7.8 Evacuation board

7.9 Manually release push switch (MRPS)

8 Inhibitor

9 Interconnecting cable

10 Hooters, junctions boxes

11 PIPES, FITTINGS, FLANGES, CHECK VALVES etc.

12 Power supply

13 Control panel

14 Schedule of clean gas suppression system

14.1 APPROVED MAKES FOR TOTAL FLOODING CLEAN GAS FIRE

SUPRESSION SYSTEM ELEMENTS

Page 60: SPECIFICATIONS FOR DESIGN, SUPPLY, INSTALLATION, · Module for integration of existing addressable fire detection and ... Date of Notification issued by ISRO : ... 9.2 Techno-commercial

59 | P a g e

Sl. No.

Description Confirmation

Yes / No

Sl NO.

ITEM MAKE

1 Gas Release Control Panel/ Module

Ravel/Secutron/Edward/Hochiki

2 Seamless Cylinders.

EKC / Worthington/ Faber/Milmet/Rama/Tubulares SHT (UL Listed) (PESO/ CCOE approved)

(UL Listed) (CCOE approved)

3 HFC 227ea Gas (UL Listed). HFC 227ea from SHT/FM 200 From

Dupont

4 Pneumatically operated valve assembly (UL Listed & Marked).

SHT/Chemetron/Honeywell/Hygood

5 Pneumatic Interconnection hoses (UL Listed & Marked).

SHT/Chemetron/Honeywell/Hygood

6 Solenoid Valve (UL Listed & Marked).

SHT/Chemetron/Honeywell/Hygood

7 Solenoid Cover. SHT/Chemetron/Honeywell/Hygood

8 Pressure Switch (UL Listed & Marked).

SHT/Chemetron/Honeywell/Hygood

9 Discharge Nozzle (UL Listed & Marked).

SHT/Chemetron/Honeywell/Hygood

10 Non- Return Valve (UL Listed & Marked).

SHT/Chemetron/Honeywell/Hygood

11 Hooter cum Flasher Ravel/Secutron/Edward/Hochiki

12 Manual Call Point Ravel/Secutron/Edward/Hochiki

13 Manual Abort Station Ravel/Secutron/Edward/Hochiki

14 Manual Release Station Ravel/Secutron/Edward/Hochiki

15 Armoured FRLS cable 1.5mm x 2 core

KEI, Uniflex, Teleflex, Delton, and Paramount, FLU-TEF, CMI, Polycab

16 M.S. Seamless pipes. Maharashtra Seamless/Jindal

17. M.S Forged pipe fittings and flanges.

(Rajamani/Sawan/Abasi/Aravind pipe & fittings/Gujarat infra

pipes/Tube turn/Rajendra industrial corporation)

18. G.I Fasteners (Dev/TVS/Unbrako/Venkateshwara)

19.

Manifold & Cylinder Rack with straps and cylinder enclosures and other items which are not mentioned above

As per approved specifications and procedures

15.0 Piping Fabrication, erection and testing

16.0 Integrated system testing with FDA system

CHAPTER-II

List of Maintenance spares required for Two Years Maintenance

One lot consists of the following items as per chapter-II

Page 61: SPECIFICATIONS FOR DESIGN, SUPPLY, INSTALLATION, · Module for integration of existing addressable fire detection and ... Date of Notification issued by ISRO : ... 9.2 Techno-commercial

60 | P a g e

Sl. No.

Description Confirmation

Yes / No

CHAPTER-III

Specifications for Two Years Non-Comprehensive Maintenance of

Total Flooding Clean Gas Fire Suppression System (HFC227ea) For

RO Facilities.

AMC Period: Two Years (Eight visits).

Scope of Work

SECTION – C FORMATS TO BE FILLED BY THE SUPPLIER

Page 62: SPECIFICATIONS FOR DESIGN, SUPPLY, INSTALLATION, · Module for integration of existing addressable fire detection and ... Date of Notification issued by ISRO : ... 9.2 Techno-commercial

61 | P a g e

1.0 COMPAILENCE TO THE SCHEDULE OF QUANTITIES AND SPECIFICATIONS

Sl. No.

Description Qty.

Unit of Measure Lots/Nos./ Sets

Confirmation Yes/No

I.

Design, supply, installation, testing and commissioning of Total Flooding Clean Gas Fire Suppression System for RO Facilities as per the specifications Section- A to Section-C

1

LOT (SCHEDULE

OF QUANTI

TIES ARE

GIVEN BELOW)

SCHEDULE OF TOTAL FLOODING CLEAN GAS FIRE SUPPRESSION SYSTEM FOR RO FACILITIES AS PER FOLLOWING DETAILS. (REFER SECTION-B, CHAPTER-I FOR DETAILED SPECIFICATIONS)

1 UL/VDS/FM/LPCB Listed & Marked Gas Release Panel 7 Nos.

2

Supply of Clean gas agent HFC 227ea (NAFS 227 / FM 200) as per NFPA 2001-2015 in UL listed and PESO Approved Cylinders of suitable capacity for RO Facilities. Clean gas shall be filled in UL listed filling station as per approved design calculations. The cylinder bank shall be fitted with all UL/VDS/FM/LPCB Listed & Marked listed accessories viz., valve assembly, arrangement for supervisory switch connection for monitoring cylinder pressure, a pressure gauge with a safety burst disc, electronic control head/ Solenoid, pressure operated control head, flexible hose, strap, Non return valve (NRV) and a safety cap from same OEM and as per enclosed specifications.

Number of Rooms in the RO facilities - 07 Total quantity of Clean gas required for RO facilities -1800 kgs Approx.

7 Sets

3 Piping manifold and Piping from cylinder manifold to Rooms to be protected

7 sets

4 Enclosure for cylinder bank 7 sets

5 Discharge Nozzles (UL/VDS/FM Listed & Marked) 62 Nos.

6 Addressable Manual Call Point (Break Glass type) Address Switch to program the Manual Pull Station.

7 Nos.

7 Hooter cum Flasher 9 Nos.

8 Manual Abort Station (Pull Type) 7 Nos.

9 Manual Release Station (Pull Type). 7 Nos.

10 Warning sign board (24 V DC) with marking” GAS DISCHARGE DO NOT ENTER” complete with fixing arrangements. (For outside the room)

7 Nos.

Page 63: SPECIFICATIONS FOR DESIGN, SUPPLY, INSTALLATION, · Module for integration of existing addressable fire detection and ... Date of Notification issued by ISRO : ... 9.2 Techno-commercial

62 | P a g e

Sl. No.

Description Qty.

Unit of Measure Lots/Nos./ Sets

Confirmation Yes/No

11 Warning sign board (24 V DC) with marking” GAS DISCHARGE EVACUATE IMMEDIATELY” complete with fixing arrangements. (For inside the room)

9 Nos.

12 Armored FRLS,1.5mm x 2 core, Twisted pair, shielded, Armored cable with Good cable management system (Casing and cabinet)

1500 Mtrs

13

Module for integration of existing addressable fire detection and alarm system with Total flooding clean gas fire suppression system for RO facilities or Providing a dedicated FDA system in each room of RO facilities and integrating with the Total flooding clean gas fire suppression system of each room

7 Sets

II.

Maintenance spares required for Two years for Total Flooding Clean Gas Fire Suppression System as per the details given in enclosed specifications Section- A to Section-C.

1

Lot (SCHEDULE OF QUANTI

TIES ARE

GIVEN BELOW)

B. LIST OF MAINTENANCE SPARES FOR CLEAN GAS SUPRESSION SYSTEM

1 Gas Release Control Panel/ Module (Spares for power supply, fuses, cards etc. which have to be replaced for maintain the panel in healthy condition)

2 Sets

2 Pneumatically operated valve assembly (UL/VDS/FM/LPCB listed & Marked)

1 Nos.

3 Pneumatic Interconnection hoses (UL/VDS/FM/LPCB listed & Marked)

2 Nos.

4 Solenoid Valve (UL/VDS/FM/LPCB listed & Marked) 2 Nos.

5 Solenoid Cover. 2 Nos.

6 Pressure Switch (UL/VDS/FM/LPCB listed & Marked) 2 Nos.

7 Discharge Nozzle (UL/VDS/FM/LPCB listed & Marked) 2 Nos.

8 Non- Return Valve (UL/VDS/FM/LPCB listed & Marked) 2 Nos.

9 Hooter cum Flasher 2 Nos.

10 Manual Call Point 2 Nos.

11 Manual Abort Station 2 Nos.

12 Manual Release Station 2 Nos.

III.

Two years Non-Comprehensive Maintenance (Starting from 2nd year i.e. after completion of warranty) of Total Flooding Clean Gas Fire Suppression System (HFC 227ea) as per the enclosed specifications.

1 Lot

Page 64: SPECIFICATIONS FOR DESIGN, SUPPLY, INSTALLATION, · Module for integration of existing addressable fire detection and ... Date of Notification issued by ISRO : ... 9.2 Techno-commercial

63 | P a g e

1.0 Bidder Minimum Qualification Criteria The following are the minimum essential criteria to further validate/accept the bid. Vendor is requested to provide all the necessary supporting documents. If any deviation/non-compliances/lack of supporting document bid shall be summarily rejected.

Sl.No Description Vendor Compliance with Supporting Documents

1

The Bidder should be a Company/Society/Firm registered in India since last 5 (five) years or more. Company Profile along with documentary evidence of services offered and all relevant enclosures to be submitted.

2

Party should have executed a contract involving Design, Supply, Installation, Testing and Commissioning of Total Flooding Clean Gas Fire Suppression system for a value not less than Rs. 90 lakhs (in the last five years) as a single order (or) at least two orders of worth Rs. 65 Lakhs each (or) atleast three orders of worth Rs.38 lakhs each.

3

The bidder should have an annual turnover of Rs. 120 lakhs on an average in 3 years (Financial year FY 2016-17 & FY 2017-18 & FY 2018-2019) in the Design, Supply, Installation, Testing and Commissioning of Total Flooding Clean Gas Fire Suppression system and should have executed similar works between 01-04-2016 and 31-03-2020.

4

Purchase Order (PO) and Satisfactory Work completion certificate by the end user for the previous executed orders shall be submitted without which offer will not be considered.

5

Audited balance sheet & Profit & Loss A/c is to be submitted (or) Copy of the IT return filed / audited last 3 years financial statements for Financial year FY 2016-17 & FY 2017-18 & FY 2018-19.

6

Vendor must undertake Design, Supply, Installation, Testing and Commissioning of Total Flooding Clean Gas Fire Suppression system as per the specifications and requirements indicated in the RFP.

7

Latest solvency certificate from any Nationalized/Scheduled bank shall be submitted for a value of minimum Rs.38 lakhs. The solvency certificate must have issued after April 2020.

8 Technical compliance to the specifications shall be vetted by the bidder.

9

The firm must provide a self-declaration that there is no complaint/vigilance inquiry against them in any Govt. /Department /PSU and they have not been black listed by any Govt. Department/PSU.

10 The supplier shall mention his welding team details, equipment’s / machineries, facilities if any

Page 65: SPECIFICATIONS FOR DESIGN, SUPPLY, INSTALLATION, · Module for integration of existing addressable fire detection and ... Date of Notification issued by ISRO : ... 9.2 Techno-commercial

64 | P a g e

Note: - Technical proposal of the bidder, which is not able to substantiate/satisfy

the claims made by it with respect to the technical requirements laid down in this RFP, will be summarily rejected.

- Offers of those bidders taking full scope of the work Design, Supply, Installation, Testing and Commissioning of Total Flooding Clean Gas Fire Suppression system as per the requirements indicated in the RFP only will be considered.

Signature of Authorized Person with Seal

Page 66: SPECIFICATIONS FOR DESIGN, SUPPLY, INSTALLATION, · Module for integration of existing addressable fire detection and ... Date of Notification issued by ISRO : ... 9.2 Techno-commercial

65 | P a g e

2.0 Evaluation Criteria. The broad guidelines for evaluation of Bids will be as follows:

SL. No

Description Vendor Compliance

1

In respect of Two-Bid system, the technical Bids forwarded by the Bidders will be evaluated by the Department with reference to the technical specifications as mentioned in the RFP. The compliance of Technical Bids would be determined on the basis of the parameters specified in the RFP. The Price Bids of only those Bidders will be opened whose Technical Bids would clear the technical evaluation.

2 During evaluation, SDSC SHAR may request Bidder for any clarification on the bid, additional documents.

3

Bidder must provide the point-by-point compliance to the technical specifications along with deviations. The tender can be rejected if the deviations are not acceptable to the Department.

4

Performance of Bidder on similar nature of works executed/ under execution shall be taken into consideration before selecting the Bidder for opening his price bid.

5 The time schedule for completion is given in the Proposal document. Bidder is required to confirm the completion period unconditionally.

6

SDSC SHAR reserves the right to reject any bid if technically/commercially not meeting the requirement/terms & conditions. Such decisions by the SDSC SHAR shall bear no liability whatsoever consequent upon such decision.

7 Total price inclusive of all taxes, duties, shall be considered for arriving L1 (Overall Lowest) and awarding the contract as per the procedures.

8

If there is a discrepancy between the unit price and the total price that is obtained by multiplying the unit price and quantity, the unit price will prevail and the total price will be corrected. If there is a discrepancy between words and figures, the amount in words will prevail for calculation of price.

9 As all the items within RFP are inter dependent, splitting of the order/WORK is not possible. Hence Overall lowest bidder will be considered

10

Department reserves the right to inspect the contractor shop floor/premises for evaluation, if required. After evaluating the contractor, decision of the Department is final.

Signature of Authorized Person with Seal

Page 67: SPECIFICATIONS FOR DESIGN, SUPPLY, INSTALLATION, · Module for integration of existing addressable fire detection and ... Date of Notification issued by ISRO : ... 9.2 Techno-commercial

S a t i sh Dhawan Spac e Cen t e r SHAR S a t i sh Dhawan Spac e Cen t e r SHAR S a t i sh Dhawan Spac e Cen t e r SHAR S a t i sh Dhawan Spac e Cen t e r SHAR

Welcome, Materials Master (isro)31 August 2017,

17:16:08 IST

MAIN VIEW HELP

Preview For STANDARD TERMS AND CONDITIONS

Page Destination: Tender Header Format Type : Normal

. :

GOVERNMENT OF INDIA

DEPARTMENT OF SPACE

SATISH DHAWAN SPACE CENTRE

PURCHASE DIVISION

Tele No.08623-225023/225174/225127 Fax No.08623-225170/22-5028 e-Mail ID : [email protected], [email protected], [email protected]

STANDARD TERMS & CONDITIONS

1.OFFERS SHALL BE SENT ONLINE ONLY USING STANDARD DIGITAL SIGNATURE CERTIFICATE OF CLASS III WITH ENCRYPTION / DECRYPTION. THE TENDERS AUTHORISED ONLINE ON OR BEFORE THE OPEN AUTHORISATION DATE AND TIME ONLY WILL BE CONSIDERED AS VALID TENDERS EVEN THOUGH THE BIDS ARE SUBMITTED ONLINE.

2.THE TENDERER MUST AUTHORISE BID OPENING WITHIN THE TIME STIPULATED IN THE SCHEDULE BY SDSC SHAR. OTHERWISE THE ONLINE BID SUBMITTED WILL NOT BE CONSIDERED FOR EVALUATION. PHYSICAL COPY WILL NOT BE CONSIDERED EVEN THOUGH IT IS RECEIVED BEFORE THE BID SUBMISSION DATE. In case of two-part tenders, parties shall submit their offers as follows:-

1) Part-I – Techno-commercial Bid (No price details shall be mentioned in this bid and shall not upload the details of price along with the techno-commercial bid) 2) Part-II – Price Bid

In view of Two Part Tender, the Offers submitted contrary to above instructions will be summarily rejected. 3.In case, the tenderer is not interested to participate in the tender, the tenderer shall submit regret letter giving reasons, failing which future enquiries will not be sent. 4.Offer Validity: The validity of the offers / tenders should be 90 days (in case of single part tender) and 120 days (in case two part

tender) from the date of opening of the tenders. Tenders with offer validity less than the period mentioned above, will not be considered for evaluation. 5.GST - GST and/or other duties/levies legally leviable and intended to be claimed should be distinctly shown separately in the tender. GST details are given below

GSTIN: 37AAAGS1366J1Z1 LEGAL NAME : SATISH DHAWAN SPACE CENTRE SHAR VALIDITY FROM:29/08/2017

TYPE OF REGISTRATION:REGULAR 6.Customs Duty - SDSC-SHAR is eligible for 100% Customs Duty exemption as per Notification No. 050/2017 539 (b) Dt: 30.06.2017.

This may be taken into account while quoting for import items, if any. In case tenderers offering items considering customs duty exemption, they should also indicate the bill of materials and price, separately, with Customs Duty component and terms and conditions thereto. 8.Advance Payment - Wherever advance payment is requested, Bank Guarantee from any Nationalized Bank/Scheduled Bank should be

furnished. In case of advance payments, if the party is not supplying the material within the delivery schedule, interest will be levied as per the Prime Lending Rate of RBI plus 2% penal interest. Interest will be loaded for advance payments/stage payments as per the prime lending rate of RBI and will be added to the landed cost for comparison purpose. In case of different milestone payments submitted by the parties, a standard and transparent methodology like NPV will be adopted for evaluating the offers.

9.Liquidated Damages - In all cases, delivery schedule indicated in the Purchase Order/Contract is the essence of the contract and if the party fails to deliver the material within the delivery schedule, Liquidated Damages will be levied @ 0.5% per week or part thereof subject to a maximum of 10% of total order value. 10.Performance Bank Guarantee - Performance Bank Guarantee for 10% of the order value should be furnished in the form of Bank

Guarantee from nationalized/scheduled bank or by Demand Draft valid till warranty period plus sixty days as claim period.

Page 1 of 3

Page 68: SPECIFICATIONS FOR DESIGN, SUPPLY, INSTALLATION, · Module for integration of existing addressable fire detection and ... Date of Notification issued by ISRO : ... 9.2 Techno-commercial

11.Security Deposit – Security Deposit for 10% of the order value is mandatory, if the ordered value is Rs.5.00 lakhs and above. Party shall furnish the Security Deposit in the form of Bank Guarantee from nationalized/scheduled bank or by Demand Draft valid till

completion of the contract period plus sixty days towards claim period for faithful execution of the contract. 12.BANK GUARANTEE FOR FIM: Supplier has to submit Bank guarantee for equal value of Free Issue of Materials (FIM) issued by the Department from Nationalised / Scheduled Bank valid till receipt and acceptance of supply and satisfactory accounting of FIM plus sixty days as claim period.

13.The delivery period mentioned in the tender enquiry, IF ANY, is with the stipulation that no credit will be given for earlier deliveries and offers with delivery beyond the period will be treated as unresponsive. 14.The Department will have the option to consider more than one source of supply and final orders will be given accordingly.

15.The bidders should note that conditional discounts would not have edge in the evaluation process of tenders. 16.Non-acceptance of any conditions wherever called for related to Guarantee/ Warranty, Performance Bank Guarantee, Security Deposit, Liquidated damages are liable for disqualification. 17.Wherever installation/ commissioning involved, the guarantee/warrantee period shall reckon only from the date of installation and

commissioning. 18.Purchase/Price Preference will be extended to the MSMEs under the Public Procurement Policy for MSMEs formulated under the Micro, Small and Medium Enterprises Development Act, 2006 and instructions issued by Government of India from time to time. Vendors who would like to avail the benefit of MSME should clearly mention the same and submit all the documentary evidences to substantiate their claim along with tender itself.

19.The drawings, specifications, end use etc., given by the Centre/Unit along with the tender enquiry are confidential and shall not be disclosed to any third party. 20.SPECIAL CONDITIONS FOR SUBMITTING QUOTATIONS IN FOREIGN CURRENCY BY THE INDIAN AGENTS

The Tenderer should submit the following documents/information while quoting:- a)Foreign Principal's proforma invoice/quote indicating the commission payable to the Indian Agent and nature of after sales service to be rendered by the Indian Agent. b)Copy of Agency agreement with the Foreign Principal and the Indian Agent, precise relationship between them and their mutual

interest in the business. c)Registration and item empanelment of the Indian Agent. d)Agency Commission will be paid only Indian Currency.

e)Compliance of the tax laws by the Indian Agent. 21. High Sea Sales- Against High Sea Sale transactions: a.Offers shall be on all inclusive basis including delivery upto Sriharikota at the risk and cost of the supplier. Customs Clearance is the responsibility of the supplier and at his cost and risk.

b.100% payment will be made within 30 days after receipt and acceptance of the items at our site. c. GST as applicable d.Customs Duty Exemption Certificate and other relevant documents required for Customs clearance will be provided.

e.High Sea Sales Agreement furnished by the supplier in accordance with the terms and conditions of our purchase order will be signed and issued by SDSC-SHAR. 22.The following information/ documents are to be submitted wherever applicable.

1.Product Literature 2.Core banking account number of SBI, RTGS Details 3.PAN No. in quotation and invoices

4.GST Registration details. 5.In case of MSME, registration details / documents from Competent Authority. 23.EXCLUSION OF TENDERS

The following tenders shall be summarily rejected from the procurement process a.Tenders received from vendors who have not qualified in terms of their registration. b.Tenders received against publishing of a limited tender in the CPP portal.

c.Tenders of vendors who have been removed from the vendor list or banned/debarred from having business dealings. d.Unsolicited tenders from vendors. e.The tenders which materially depart from the requirements specified in the tender document or which contain false information.

f.The tenders which are not accompanied by the prescribed Earnest Money Deposit. g.The tenders of vendors who have not agreed to furnish Security Deposit, Performance Bank Guarantee and Liquidated Damages. h.The validity of the tenders is shorter than the period specified in the tender enquiry.

i.The tenders received from vendors or their agents or anyone acting on their behalf, who have promised or given to any official of the Centre/Unit/Department, a gratification in any form, or anything of value, so as to unduly influence the procurement process. j.The tenders received from vendors, who, in the opinion of the Centre/Unit, have a conflict of interest materially affecting fair competition.

Page 2 of 3

Page 69: SPECIFICATIONS FOR DESIGN, SUPPLY, INSTALLATION, · Module for integration of existing addressable fire detection and ... Date of Notification issued by ISRO : ... 9.2 Techno-commercial

k.The tenders received from Indian agents on behalf of their foreign Principals/OEMs (in cases where the Principals/OEMs also submit their tenders simultaneously for the same item/product in the same tender).

l.In case two or more tenders are received from an Indian agent on behalf of more than one foreign Principal/OEM, in the same tender for the same item/product. m.If a firm quotes ‘NIL’ charges / consideration, the bid shall be treated as un-responsive and will not be considered.

Page 3 of 3