Vous êtes sur la page 1sur 37

BHARAT SANCHAR NIGAM LIMITED

N.I.T. NO. : 63 / EEE / BSNL / PN / 2015-16

Name of Work SITC of VESDA, Addressable Fire Alarm, Access


Control etc. for C-DOT NGN at 7th Floor, MHS, Pune.
Name of Contractor
Date of Application & receipt
Tender Issued on
Cost of Tender Rs.525/-
Date of Opening
INDEX
SR. NO. CONTENTS PAGE NO

1 Notice Inviting Tenders 2-7


2 Tender Application Checklist 8

3 Item Rate Format 9-10

4 Proforma of Schedules 11-12


5 Schedule of Quantities 13-18
6 Important note for contractors 19-24
7 Specifications for the work 25-36
8 List of Approved Makes 37
Item rate tender and conditions of contract
9 38-125
(Form EW-8)

Contractor -1- EE(E)


BHARAT SANCHAR NIGAM LIMITED.
(A GOVERNMENT OF INDIA ENTERPRISE)
Electrical Wing

Electrical Division: Pune Sub Division : Pune-I

NOTICE INVITING TENDER


(As per Tendering Procedure in BSNL revised upto date)

NIT No. 63 / EEE / BSNL / PN / 2015-16

1) The Executive Engineer (E), BSNL Electrical Division, Pune invites on behalf of Bharat
Sanchar Nigam Limited sealed item rate tenders for the following works from the contractor(s)
satisfying the under mentioned eligibility conditions.

a) Name of Work: - SITC of VESDA, Addressable Fire Alarm, Access Control etc.
for C-DOT NGN at 7th Floor, MHS, Pune.

b) Division: - BSNL Electrical Division, Pune

c) Estimated cost: - Rs. 9, 81,908/-

d) E.M.D.: - Rs. 19,638/-

e) Performance Guarantee: 5 % of the tendered value of the work.

f) Security Deposit: - 5 % of the tendered value of the work.

g) Time: - 2 Months

h) COST OF TENDER DOCUMENT: - Rs. 500 /- + VAT as applicable (i.e. Rs.525/-)

Tenders will be issued to eligible contractors satisfying eligibility condition

02).(a) Printed forms of tenders consisting of the detailed plans, complete specifications, the
schedule of quantities of the various classes of works to be done and the set of conditions to be
complied and with by the persons whose tender may be accepted, can be purchased, at the
Divisional office between the hours of 11:00 hrs and 16:00 hrs. every day except on Sundays and
public holidays on payment of Rs. 525/- (NR.)in cash/ Demand draft.
(b) The site for the work is available / or the site for the works shall be made available in parts.
(c) The tender forms can also be downloaded from the web site.
(d) Before tendering, the contractor shall inspect site and fully acquaint himself about the
condition with regard to accessibility of site and site nature and the extend of grounds, working
conditions, including stocking of materials, installation of T & P etc., and conditions affecting
accommodation and movement of labour etc., required for satisfactory execution of contract. No
claim whatsoever on such account shall be entertained by BSNL in any circumstances.

03). Tenders which should always be placed in sealed covers with the name of work written on the
envelope will be received by the Executive Engineer (E), BSNL Electrical Division, First Floor,
Telephone Exchange Building, Model Colony, Lakaki Road, Pune- 411 016 up to 1500 hours on
23/10/2015 and will be opened by him in his office on the same day at 15:30 hours.

Contractor -2- EE(E)


04). The time allowed for carrying out the work will be 2 (Two) Months from the 10TH day after the
date of written order to commence the work.

05). Issue of tender form will be stopped on dated 20/10/2015 i.e. two days before the date fixed
for opening of tenders. Tenders will be sold on working days; no tender will be sold after 1600
hours.

Last date of receipt of application for tender forms 17/10/2015


Last date of issue of tender 20/10/2015
Last date of Submission of tender 23/10/2015 (Time 3.00P.M.)
Date of opening of tender 23/10/2015 (Time 3.30P.M.)

06).(a) Earnest Money amounting to Rs. 19,638/- in the form of demand draft/ FDR / BG/ CDR of
nationalized scheduled bank guaranteed by the Reserved Bank of India, drawn in favour of
Accounts Officer (Cash), BSNL, Pune must accompany each tender and each tender should be in
two sealed covers, one cover containing the EMD in proper form and other cover containing
tender, super-scribed as Tender for the work: SITC of VESDA, Addressable Fire Alarm,
Access Control etc. for C-DOT NGN at 7th Floor, MHS, Pune.

The Validity period of EMD is 120 days, from the date of opening of tender.
In case of e-tendering, each tender should be in two sealed covers, first containing credentials for
meeting the eligibility condition along with the cost of tenders and EMD in proper form, second
cover containing tender documents. The credentials shall be self attested and certified by any
BSNL Executive. If not certified by BSNL Executive then original documents shall be produced at
the time of tender opening. After verification of contents of this envelop then second envelope
containing the bid document shall be opened.

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

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

07).(a) The contractor should submit and confirm Chartered Accountant Certificate in respect of
turnover and other registration certificate (enlistment in BSNL, Electrical license, Sales tax) with
attested copies (self attested and counter attested by any executive of BSNL/MTNL or Gazetted
officer of GOI; otherwise all originals of eligibility criteria shall be produced for verification at the time of
tender opening) as applicable along with the application on printed letter head for purchase of
tender.

(b) The contractor shall submit and confirm his permanent account No. (PAN) issued by the
Income-tax department.

(c) The tenderer should submit the valid WCT/Sales tax/VAT registration certificate.

8)i) Performance Guarantee:- The contractor is required to furnish performance guarantee for an
amount equal to 5% of the contract value in the form of Bank Guarantee/CDR/FDR/DD (of
Nationalized /Scheduled Bank in a standard format) within two weeks from the date of issue
of award letter. This period can be further extended by the Engineer-in-Charge up to
maximum period of two weeks on return request of contractor. The validity period of
performance security in the form of performance Bank Guarantee shall be two years from the
date of stipulated completion of work.
ii) Security Deposit: In addition to the performance guarantee stated above, a sum @ 5% of the
gross amount of the bill shall be deducted from each running bill of the contractor till the sum
be deducted with the sum already deposited as earnest money, will amount to security
deposit of 5% of the tender value of the work.
Contractor -3- EE(E)
09).The acceptance of tender will rest with the Superintending Engineer (E), who does not bind
himself to accept the lowest tender or any other tender and reserve to himself the authority to
reject lowest or all the tenders received without assigning any reason. All tenders in which any of
the prescribed conditions are not fulfilled or incomplete in any respect are liable to be rejected.
Tenders with any condition including that of conditional rebate shall be rejected forthwith
summarily.

10).Canvassing in connection with tender is strictly prohibited and the tenders submitted by the
contractors who resort to canvassing will be liable for rejection.

11).The BSNL reserves itself the right of accepting the whole or any part of the tender and the
tenderer shall be bound to perform the same at the rates quoted.

12).(i) The tenderer should give a certificate that none of his/her relative is employed in BSNL
units. In case of proprietorship firm, certificate will be given by the proprietor and for partnership
firm certificate will be given by all the Directors of the company.

(ii) Near relatives of all BSNL employees either directly recruited or on deputation are prohibited
from participation in tenders and execution of works in the different units of BSNL. The near
relatives for this purpose are defined as:

(a) Members of a Hindu Undivided family.

(b) They are husband & wife.

(c) The one is related to the other in the manner as father, mother, son(s), and sons wife
(daughter-in-law), daughter(s) and daughters husband (Son-in-law), brother(s) and brothers wife,
sister(s) and sisters husband (Brother-in-law).

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

The format of the certificate to be given is I .


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

(Seal of the firm) (Signature of the contractor)

13). No employee in BSNL/Government of India is allowed to work as a contractor for a period of


two years of his retirement from service without the prior permission. The Contract is liable to be
Contractor -4- EE(E)
cancelled if either the contractor or any of his employees is found at any time to be such a person
who had not obtained the permission as aforesaid before submission of tender and engagement in
the contractors service.
14). The tender for works shall not be witnessed by the contractor who himself /themselves has
/have tendered or who may and has/have tender for the same work. Failure to observe this
condition would rendered tenders of the contractors tendering as witnessing the tender is/are liable
for summarily rejection.

15).It will be obligatory on the part of the tenderer to sign each page of the schedule of work and
the tender documents for all the component parts and after the work is awarded he will have to
enter into a separate agreement for each component with the officer concerned.

16). Any tender not submitted in proper manner or if it contains too may corrections, overwriting of
absurd rates, and absurd amount will be liable to be rejected and the BSNL will be at liberty to take
such action as it may deem fit without any reference to the tenderer.

17).The tenders for the work shall remain open for acceptance for a period of 90 days from the
date of opening of tenders.
If any tenderer withdraws his tender before the said period or makes any modification in the
terms and conditions of the tender which is not acceptable to the BSNL shall, without prejudice or
to any other right of remedy be at liberty to forfeit 50% ( Fifty percent only) of the said earnest
money absolutely. Further tenderer shall not be allowed to participate in the tendering process of
the work.

18).Extension of validity: In case, where the letter of award of work cannot be placed within the
validity of the period of the tender, the BSNL can request all tenderers to extend the validity of their
respective tenders and the earnest money deposit by a reasonable period. In such cases,
extension of validity of earnest money deposit by 30 days beyond the extended validity date of
tender should also be asked for. While BSNL can make the request of extension, the tenderer is
free to either extend the validity or refuse the request to extend the validity.

19).Unsealed tenders will be summarily rejected.

20).The contractor should read the tender documents carefully before submitting the tender.

21). Agreement shall be drawn with the successful tenderer on prescribed form. Tenderer shall
quote his rates as per various terms and conditions of the said form, which will form part of
agreement.

22).The tenderer shall furnish a declaration to this effect ( In case downloaded tender) that no
addition /deletion/correction have been made in the tender document submitted and is identical to
the tender document appearing in website. Every page of downloaded tender shall be signed by
the tenderer with stamp (Seal) of his firm /organization.

23).This Notice Inviting Tender shall form part of the contract document. The successful
tenderer/contractor on acceptance of his tender by the Accepting authority, shall, within 15 days
from the stipulated date of start of the work, sign the contract consisting of:-
a) The Notice Inviting Tender all the documents including additional conditions
specifications and drawings if any forming the tender as issued at the time invitation of tender and
acceptance thereof together with any correspondence leading thereto.
b) Standard form, BSNL EW-8.

Contractor -5- EE(E)


24. Eligibility Criteria: -

ELIGIBILITY CONDITION FOR AUTOMATIC FIRE DETECTION / ALARM SYSTEM:

The Contractors / Firms satisfying the following conditions:

Average annual turnover during the last 3 years, ending 31st March of the previous financial year,
should be at least 30% of the estimated cost put to tender.
AND
Experience of having successfully completed similar works in Central Government / State
Government / Central Autonomous Body / Central Public sector Undertaking during last 7 years
ending last day of month previous to the one in which applications are invited should be either of
the following :

a) Three similar successfully completed works costing not less than the amount equal to 40% of
the estimated cost put to tender.
OR
b) Two similar successfully completed works costing not less than the amount equal to 60% of
the estimated cost put to tender.
OR
c) One similar successfully completed work costing not less than the amount equal to 80% of the
estimated cost put to tender.

(Note- Similar Works means either work of addressable fire alarm system or
VESDA/Aspirated smoke detection system).

Documentary proof of satisfying above conditions, and Chartered Accountants Certificates and
Valid Maharashtra / Goa Value Added Tax Registration, EPF registration & Service Tax
Registration. Agency should submit attested copy of PAN Card.

Validity of tender shall be for 90 days from the date of opening of tender.
The tenders of contractors who do not deposit earnest money in the prescribed manner (in
separate cover) are liable to be rejected and will not be opened.

NOTE: - Tender document can also be downloaded from the website


http://www.maharashtra.bsnl.co.in. The firm who quotes on the tender downloaded from web-site
shall strictly follow the following procedure:-

The tender shall be submitted in two envelope system.


i. First envelope shall contain tender application (If tender downloaded from Web), tender fee,
attested documents (self attested and counter attested by any executive of BSNL/MTNL or
Gazetted officer of GOI; otherwise all originals of eligibility criteria shall be produced for
verification at the time of tender opening) proving fulfillment of eligibility criteria as per the tender
notice & EMD in proper form. Separate D.D. should be attached for tender fee & EMD.

ii. Second envelope shall contain duly filled tender document The same shall be clearly written on
the envelopes.

The 1st envelope containing Tender fee, attested documents proving fulfillment of eligibility Criteria
& EMD in proper form shall be opened first..

In case: -
(i) Tender fee is not submitted in proper form.
(ii) EMD is not in proper form.
(iii) Firm fails to fulfill eligibility criteria on the basis of document submitted in first envelop.
Contractor -6- EE(E)
(iv) The performance of tenderer is not found satisfactory.

The second envelope shall not be opened.

If the day of opening of the tender declared as a Holiday then the tender will be opened on the
next working day. The tenders shall neither be issued or received through POST / COURIER. If
any difference/ discrepancies found between down loaded Tender form, any hard copy issued
from Division Office, the contents in Draft NIT issued from Circle Office will be final & binding.

EXECUTIVE ENGINEER (ELECT.)


BSNL ELECTRICAL DIVISION, PUNE

Signature of Divisional Officer/ Sub Divisional Officer

..
For and on behalf of BSNL.

No. 2(4)/EEE/BSNL/PN/445 Date: 07 / 10 / 2015


Copy for information and wide publicity to: -
1) Web site www.maharashtra.bsnl.co.in.
2) The G M Pune
3) Vigilance Officer, O/o CGMT, Mumbai.
4) Tender clerk(account branch)
5) Notice Board then NIT File.
6) Contractors.

FOLLOWING OFFICERS MAY BE CONTACTED FOR REDRESSAL OF COMPLAINTS


Srn NAME OF POSTAL ADDRESS Telephone Fax Number
OFFICE Numbers

1 CGMT, MH Circle CGMT, BSNL, 6th Floor A Wing 022-26616999 022-26616777


Admn. Bldg, Juhudanda,
Santacruz(W), Mumbai 400054
2 Chief A wing, Gr floor, Admn. Bldg Juhu 022 26600500 022 26600103
Engineer(E), Danda, Santacruz (w),
BSNL Electrical Mumbai 400054.
Zone, Mumbai
3 DGM(Vig.), MH D.G.M. (Vig.) O/o CGMT, BSNL, 022-26616715 022-26615774
Circle 6th Floor A Wing, Admn. Bldg,
Juhudanda, Santacruz(W),
Mumbai 400054

Contractor -7- EE(E)


TENDER APPLICATION CHECKLIST (For Tender down loaded from Website)

NO. CKECK ITEM YES / NO


ENVELOP-1
1 Check Tender Application fee Demand Draft
2 Check Chartered Accountant Certificate towards
deposition of Income Tax and Turnover
3 Check Sales Tax / VAT Registration
4 Check Service Tax Registration
5 Check EPF Registration
6 Check Copy of PAN Card
7 Check for EMD in appropriate form
8 Check List(s) of similar work(s) carried out along with
SATISFACTORY Completion Certificate
9 Details for communication - Name of Firm / Company,
Contact Person, Contact No. i.e. Landline, Mobile, Fax
and email id
10 Check Certificate regarding NO RELATIVE IN BSNL
ENVELOP-2
11 Check Duly filled TENDER DOCUMENT

Contractor -8- EE(E)


BHARAT SANCHAR NIGAM LIMITED
GOVERNMENT OF INDIA UNDERTAKING

STATE : MAHARASHTRA CIRCLE : MUMBAI

BRACH : ELECTRICAL DIVISION : PUNE

ZONE : MUMBAI SUB-DIVISION : PUNE-I

Percentage Rate Tender / Item Rate Tender & Contract for Works

Tender for the work of: -

To be submitted by __________________ hours on ______________ to


( time ) (date )
________________________________________________________________
To be opened in presence of tenderers who may be present at ___________ hours on
______________ in the office of ____________________________.

Issued to _________________________________________
( contractor )

Signature of officer issuing the documents ____________________________


Designation __________________________________________________
Date of Issue ___________________.

TENDER
I/ We have read and examined the notice inviting tender, schedule, A, B, C, D, E F. Specifications
applicable, Drawings & Designs, General Rules and Directions, Conditions of Contract, clauses of
contract, Special conditions, Schedule of Rate & other documents and Rules referred to in the
conditions of contract and all other contents in the tender document for the work.

I/We hereby tender for the execution of the work specified for the President of India within the time
specified in Schedule F, viz., schedule of quantities and in accordance in all respects with the
specifications, design, drawings and instructions in writing referred to in Rule-1 of General Rules
and Directions and in Clause 11 of the Conditions of contract and with such materials as are
provided for, by, and in respects in accordance with, such conditions so far as applicable.
We agree to keep the tender open for Ninety (90) days from the due date of submission thereof
and not to make any modifications in its terms and conditions.
A sum of Rs. . has been deposited in cash/receipt treasury challan/ deposit at call
receipt of a scheduled bank/fixed deposit receipt of scheduled bank/demand draft of a scheduled
bank,/ bank guarantee issued by a schedule bank as earnest money. If I/ We, fail to furnish the
prescribed performance guarantee within prescribed period, I/We, agree that the said President of
India or his successors in office shall without prejudice to any other right or remedy, be at liberty to
forfeit the said earnest money absolutely. Further, if I/We fail to commence work as specified,
I/We agree that President of India or his successors in office shall without prejudice to any other
right or remedy available in law, be at liberty to forfeit the said earnest money and the performance
guarantee absolutely, otherwise the said earnest money shall be retained by him towards security
deposit to execute all the works referred to in the tender documents upon the terms and
conditions contained or referred to therein and to carry out such deviations as may be ordered,
upto maximum of the percentage mentioned in Schedule F and those in excess of that limit at the
rates to be determined in accordance with the provision contained in Clause 12.2 and 12.3 of the
tender form.
Contractor -9- EE(E)
Further, I/We agree that in case of forfeiture of earnest money or both Earnest Money &
Performance Guarantee as aforesaid, I/We shall be debarred for participation in the re-
tendering process of the work.
I/We hereby declare that I/We hereby declare that I/We shall treat the tender documents drawings
and other records connected with the work as secret/confidential documents and shall not
communicate information derived there from to any person other than a person to whom I/We
am/are authorized to communicate the same or use the information in any manner prejudicial to
the safety of the State.

Dated . Signature of Contractor


Postal Address
Witness:
Address:
Occupation:

ACCEPTANCE
The above tender (as modified by you as provided in the letters mentioned hereunder) is accepted
by me for and on behalf of the President of India for a sum of Rs____________
______________________________________________________________________ )
The letters referred to below shall be form part of this contract Agreement:-
a)
b)

For and on behalf of BSNL

Dated .. Signature _______________________


Designation _______________________

Contractor - 10 - EE(E)
PROFORMA OF SCHEDULES

SCHEDULE (A):- Schedule of quantities: Appended from page 13 to 18

SCHEDULE (B):- Schedule of materials to be issued to the contractor.

Sr. Rates in figures and words Place of


No Description of item Quantity at which the material will be
. charged to the contractor Issue

1 2 3 4 5
NIL

SCHEDULE (D):- Schedule Appended from page 19 & 24

SCHEDULE (F):-Reference to General Conditions of contract.

Name of work: SITC of VESDA, Addressable Fire Alarm,


Access Control etc. for C-DOT NGN at 7th
Floor, MHS, Pune.
Estimated cost of work: Rs. 9, 81,908/

i) Earnest money : Rs. 19,638/-


ii) Performance Guarantee : i) 5 % of the tendered value of the work.

iii) Security Deposit : i) 5 % of the tendered value of the work.

GENERAL RULES and DIRECTIONS: Officer inviting tender EE (E), BSNL


Electrical Division, Pune
Definitions: See below

2(v) Engineer-in-Charge Executive Engineer (E), BSNL Electrical


Division, Pune
2(viii) Accepting Authority SE (E), BSNL Electrical Circle, Mumbai

2(x) Percentage on cost of materials and labour 10%


to cover all overheads and profits.
Standard contract Form BSNL EW Form 8, Latest.
Clause 1
Time allowed for submission of Performance 15 Days
Guarantee from the date of issue of letter of
acceptance, in days
Clause 2
Authority for fixing compensation under Clause 2. SE (E)
Clause 5
Number of days from the date of issue of letter of 10 days
acceptance for reckoning date of start
Time allowed for execution of work. 2 (Two) months
Authority to give fair and reasonable extension of
time for completion of work. SE (E)

Contractor - 11 - EE(E)
Clause 10CC
Clause 10CC to be applicable in contracts with N.A.
stipulated period of completion exceeding the
period shown in next column.
Clause 11
Specifications to be followed for execution of Specifications as attached
work
Clause 12
12.2(iii) Schedule of rates for determining the NIL
rates for additional, altered or substituted items
that can not be determined under 12.2.(i) & (ii)
Clause 12
12.2(iii), plus/minus the % over the rate entered NA
in the schedule of rates
Clause 12 25%
Deviation Limit beyond which
clauses 12.3 shall apply
Clause 25
Competent Authority for Conciliation SE (E)

Clause 30.2
Minimum Qualifications and experience required
for Principal Technical Representative.
i For works with estimated cost put to tender
more than ( Rs. 2 lakh but less than Rs.5 Lakhs Recognized diploma holder
for Elect/ Mech. Works)

ii For works with estimated cost put to tender


more than Rs. 5 lakh for Elect/ Mech. Works Graduate or recognized diploma holder with
3 years experience

Assistant Engineers retired from Government Services that are holding Diploma will be
treated at par with Graduate Engineers. They should not be more than 65 years of age.
Clause 30.5
Recovery to be effected from the contractor in Rs.4,000/- p.m. for works costing above 5
the event of not fulfilling provision of clause 30.2 lakhs
Rs.2,000/- p.m. for works costing between 2
lakhs and 5 lakhs

Contractor - 12 - EE(E)
SCHEDULE A
SCHEDULE OF QUANTITIES
Name of Work: - SITC of VESDA, Addressable Fire Alarm, Access Control etc. for C-DOT
NGN at 7th Floor, MHS, Pune.

Item Description Qty Unit Rate Amount


Code
(Sub-Head-I : SITC of Addressable Fire Alarm
System)

1.1 Supplying, installation, testing & commissioning 1 Each


of Microprocessor based 2 wire fault tolerant,
Networkable type fire alarm/detection 1 loop
control panel (each loop to suit minimum 99
nos. of fire detectors and 99 nos. of
modules/devices). The panel shall be able to
give location of all fire/fault conditions of
addressable units via the address codes.
Further, the panel must be able to automatically
switch ON/OFF the respective control module
whenever any alarm is triggered. The panel shall
have rectifier, Loop cards, 80 character LCD unit
to indicate Fire/Fault Signal with address and
analog output, with provision for adding
external/inbuilt printer to log all fire or fault
events complete in all respects. The Panel shall
be sheet steel powder coated, sealed to IP: 30.
The panel shall have LED Indicators for
indication of various signal. The panel should
have TCP/IP connectivity and should have the
facility to view remote access with similar view of
FACP PMI
(Honeywell Morley/Siemens/Notifier/Cooper
make).
The panel shall have a built in power supply and
battery charger along with maintenance free 7
AH, 2x12 volt SMF Lead acid batteries capable
of running for a minimum of 4 hours with
battery charger and conforming to BS:5839
standards and duly approved by
EN54/LPCB/VDS/ as per specifications
complete in all respect etc. complete as
required.

Break up of price per unit Amount


a) Basic unit price exclusive of
all levies & charges.
b) Excise duty %
c) Excise duty Amount
Total Price = ( a +c)

1.2 Supplying, installation, testing & commissioning 29 Each


of Intelligent Analog Addressable Multi sensor
Type Smoke Detector complete with single/
twin LED, Hard Addressable having rotary
decade Address switches from 01-99, with
Contractor - 13 - EE(E)
mounting base conforming to BS:5839
standards and duly approved by
EN54/UL/FM/LPCB/VDS etc. complete as
required.
Break up of price per unit Amount
a) Basic unit price exclusive of
all levies & charges.
b) Excise duty %
c) Excise duty Amount
Total Price = ( a +c)

1.3 Supplying, installation, testing & commissioning 21 Each


of Response indicator complete with
connection etc. as required.

1.4 Supplying installation testing & commissioning of 3 Each


Intelligent Analog Addressable Type Manual
Call Point having Surface or flush mounting
Option fully compliant to EN54 having Rotary
Decade Switches for Addressing from 01-99
with Back Box for Mounting as required
conforming to BS5839 Standards and Duly
Approved by EN54/LPCB/VDS as required.

1.5 Supplying, installation, testing & commissioning 3 Each


of Addressable type Loop Powered Hooter
complete with mounting Base conforming to BS:
5839 Standards and duly approved by
EN54/LPCB/VDS etc. complete as
required.

1.6 Supplying, installation, testing & commissioning 2 Each


of Addressable type Fault Isolator for isolating
shorted, de-linked and loose circuits between
two successive fault isolators with automatic
resetting arrangement tobe interconnecting to
loop cable and conforming to BS:5839
standards and duly approved by EN54/LPCB/
VDS/ UL/BSA etc. complete as required.
Total of SH-I Rs.

(Sub-Head - II : SITC OF VESDA SYSTEM)

2.1 Supply, installation, testing and commissioning 1 Each


of VESDA laser compact 500 (RO) Relay only
version, Coverage up to 500 m2 , Single pipe
inlet, Maximum pipe lengths: 1 x 80 m (Max. 24
holes), 2 x 50 m per branch (Max. 12 holes per
branch), Adjustable sensitivity Range - 0.005 to
20% obs/m, Ultrasonic Airflow Sensing, Laser-
Based Absolute Smoke Detection, Dual Stage
Air Filtration, Instant Recognition Display, Event
log up to 18000 events, Multiple Event Logging
in separate logs etc. complete as required.
(UL 268 listed, FM/LPCB/VdS/EN 54 approved).

Contractor - 14 - EE(E)
Break up of price per unit Amount
a) Basic unit price exclusive of
all levies & charges.
b) Excise duty %
c) Excise duty Amount
Total Price = ( a +c)

2.2 Supply, installation, testing and commissioning 1 Each


of Power Supply (EN Approved) selectable
Input voltage of 110 / 230V AC, output voltage of
24 V DC (nominal), 1.5 Amp DC (minimum) in a
suitable size enclosure along with 2 nos. 12 V,
12 AH sealed maintenance free battery etc.
complete as required .

2.3 Supply & installation of Trunk Adaptor for 6 Each


capillary points suitable for VESDA system etc.
complete as required.

2.4 Supply & installation of Capillary Sampling 6 Each


Connector for Capillary tubes suitable for
VESDA system etc. complete as required.

2.5 Supply and installation of Capillary tube for 6 Mtr


sample points (5.2mm ID 8mm OD per metre)
suitable for VESDA system etc. complete as
required.

2.6 Supplying and installation of sampling point for 6 Each


capillary tube end suitable for VESDA system
etc. complete as required.

2.7 Supply & installation of sampling point label 6 Each


(RED) suitable for VESDA system etc. complete
as required.

2.8 Supplying & Laying of U-PVC/C-PVC smooth 100 Mtr


bore aspiration tube of size (21mm Internal Dia
and 25mm external dia) suitable for VESDA
system with all accessories such as bends, tees,
junction fittings including cutting, threading,
drilling holes on surface, special jointing, fixing
with clamps/clips etc. complete as required.

Total of SH-II Rs.

(Sub-Head-III : RODENT REPELLENT


SYSTEM)

3.1 Supply, installation, testing and commissioning 1 Each


of Rodent Repellent Controller/Master
Console, single zone suitable for supporting
minimum 15 satellites complete with all
accessories and fixtures etc. as required as per

Contractor - 15 - EE(E)
attached specifications.

3.2 Supply, installation, testing and commissioning 15 Each


of Transducers or Satellite units (minimum one
for 150 Sq.ft area)

3.3 Supplying & Laying Standard 2 core, flexible 500 Mtr


(14/40) SWG multi-stranded CT wires for
connectivity between the transducers and the
master console suitable for rodent repellant
system.
Total of SH-III Rs.

(Sub-Head - IV : SITC OF FIRE


EXTINGUISHERS)

4.1 Providing & fixing of Clean Agent Type Fire 6 Each


Extinguisher of 2 Kg. Capacity filled with NAF
P-IV complete in all respect along with mounting
fixtures/arrangements etc. complete as required.
Total of SH-IV Rs.

(Sub-Head-V : PROXIMITY BASED ACCESS


CONTROL SYSTEM)

5.1 Supply, installation, testing and commissioning 1 Each


of Four Door Access Control Panel with Built-
in 5 Amps Supply, with display, on board
TCP/IP, suitable to connect all the readers which
gives weigand or Clock & Data output for 30000
users, 55000 transactions etc. complete as
required.

5.2 Supply, installation, testing and commissioning 2 Each


of Proximity card reader 12V DC operated
complete as per specification etc. complete as
required.

5.3 Supply, installation, testing and commissioning 2 Each


of BioEntry Plus iClass Finger Print with
builtin iclass Reader, 5000 user capacity.
TCP/IP & RS485 interface.

5.4 Supply, installation, testing and commissioning 1 Each


of 12V / 24V, 3/5 Amps SMPS unit (as per the
systems voltage requirement to step down the
available 220V AC supply) for providing power
supply to system with battery backup (4 Hrs)
complete as required.

5.5 Supply & installation of MS Access/SQL based 1 Each


Data downloading software for Access Control
system etc. complete as required.

Contractor - 16 - EE(E)
5.6 Supplying of HID proximity smart card with 50 Each
card holder but without printing of card etc.
complete as required.

5.7 Supply & installation of Aluminium body Exit 4 Each


push button complete with connection as
required.

5.8 Supply & installation of glass break unit for 4 Each


Emergency exit complete with connection as
required.

5.9 Supplying & installation of electromagnetic 2 Each


lock (600lbs) for single leaf door along with
other fixing accessories etc. complete as
required.

5.10 Supplying & installation of electromagnetic 2 Each


lock (2 x 600lbs) for double leaf door along
with other fixing accessories etc. complete as
required.
Total of SH-V Rs.

(Sub Head -VI : SITC OF CABLES FOR


VARIOUS SYSTEMS)

6.1 Supplying and laying of following type and size


of cable etc. complete as required.
a) 2-C x 1.5 sq.mm. Cable: Supplying and laying 200 Mtr
of 2 Core 1.5 sq.mm. copper conductor FRLS
armoured cable on surface as required (ISI
marked).
b) 3-C x 4.0 sq.mm. Cable: Supplying and laying 28 Mtr
of 3 Core 4.0 sq.mm. copper conductor FRLS
armoured cable on surface as required (ISI
marked).

c) 6-C x 1 sq.mm. Cable: Supplying and laying of 110 Mtr


6 Core 1 sq.mm. copper conductor FRLS
armoured cable on surface for communication
etc. as required (ISI marked)

d) Supplying and drawing of UTP 4 pair CAT 6 300 Mtr


LAN Cable in the existing surface/ recessed
steel/ PVC conduit as required

Contractor - 17 - EE(E)
e) Supplying and fixing of following sizes of 300 Mtr
medium class PVC conduit along with
accessories in surface/recess including cutting
the wall and making good the same in case of
recessed conduit
as required. A) 25mm

Total of SH-VI Rs

Grand Total of SH-I, SH-II, SH-III,SH-IV, SH-V & SH-VI: Rs

Executive Engineer (E),


BSNL Electrical Division,
Pune
Note: -

1) Rates quoted shall be inclusive of all taxes & duties except service tax. For determining L-1
Cenvatable credit items i.e. Excise duty shall not be considered. Cenvatable credit items i.e. excise
duty must be mentioned in the table provided above the Price Break up without which the Cenvatable
taxes & duties shall be treated as NIL and tender will be decided accordingly.
2) In case of ambiguity, between schedule and specifications, schedule shall prevail. If there is
ambiguity between schedule and specification verses IS / BS standards, schedule and specification
shall prevail.
3) No concessional form other than Form C shall be issued by the BSNL. Form C shall be issued on
specific request of the Agency.

Contractor - 18 - EE(E)
SCHEDULE D
(I) IMPORTANT NOTE FOR CONTRACTORS

The firm shall read carefully the following conditions and shall quote accordingly confirming all the
points in their offer.

A) GENERAL TERMS AND CONDITIONS: -


1. BSNL authority does not bind himself to accept the lowest or any tender and reserves to
himself the right of accepting the whole or any part of the tender and the tenderer shall be bound
to perform the same at the quoted rates.

2. COMPLIANCE OF EPF ACT: - The firm has to fulfill / compliance of the provisions of EPF &
Misc. Provisions Act 1952 & Employees Provident Fund Scheme 1952. The each claim bill of
contractors must accompany the 1) List showing the details of labourers / employees engaged. 2)
Duration of their engagement. 3) The amount of wages paid to such labourers / employees for the
duration in question. 4) Amount of EPF contributions (both employers and employees
contribution) for the duration of engagement in question, paid to the EPF authorities. 5) Copies of
authenticated documents of payments of such contribution to EPF authorities and 6) A declaration
from the contractors regarding compliance of the conditions of EPF Act, 1952.

3. Certificate to be furnished by contractor about relative(s) working in BSNL.


The format of the certificate is: -
I ________________________________________ S/o
______________________________ r/o
__________________________________________________________________________
hereby certify that none of my relative(s) as defined in the tender document is/are employed in
BSNL unit as per details given in tender document. Incase at any stage, it is found that
information given by me is false/ incorrect, BSNL shall have the absolute right to take any
action as deemed fit/without any prior intimation to me.
Note: The relatives for this purpose are defined as: -
Members of Hindu Undivided family,
a) They are husband and wife,
b) The one is related to the other in the manner as father, mother, son(s) and sons wife
(daughter-in-law), Daughter(s) and daughters husband (son-in-law), brother(s) and
brothers wife, sister(s) and sisters husband (brother-in-law).

4. Service Tax: The rates offered by the firm shall be exclusive of the service tax as applicable
BSNL, under no circumstances, will consider any claim of Service tax not included in the bill. It
will be the firms responsibility to settle service tax with service tax authorities.

5. TAX AND DUTIES: -

The firm shall quote rates for all items inclusive of all taxes, duties, VAT & Octroi but
excluding service tax. No concessional form in any shape shall be issued by the BSNL..

6. i) Performance Guarantee:- The contractor is required to furnish performance guarantee for


an amount equal to 5% of the contract value in the form of Bank Guarantee/CDR/FDR/DD (of
Nationalized /Scheduled Bank in a standard format) within two weeks from the date of issue
of award letter. This period can be further extended by the Engineer-in-Charge up to
maximum period of two weeks on return request of contractor. The validity period of
performance security in the form of performance Bank Guarantee shall be two years from the
date of stipulated completion of work.

Contractor - 19 - EE(E)
ii) Security Deposit : In addition to the performance guarantee stated above, a sum @ 10% of
the gross amount of the bill shall be deducted from each running bill of the contractor till the
sum be deducted with the sum already deposited as earnest money, will amount to security
deposit of 5% of the tender value of the work.

7. VARIATION IN EXCISE DUTY:


In case of any statutory variation in regard to excise duty only in respect of Transformers, within
the stipulated date of completion of individual agreement, the same shall be paid or recovered as
per the actual against valid documentary proof. However, beyond this period BSNL will take
advantage of any duty reduction in excise duty but will not pay extra on account of increase in
excise duty.
NOTE: No additional condition whatsoever will be accepted for turnover tax/ sales tax on
works contract. In case of additional conditions for the payment of such taxes by the
contractor the tender may be liable to be summarily rejected by the accepting
authority. No conditional offer shall be entertained and rejected.
(Standing order No.258)

8. The acceptance of tender will rest with the Superintending Engineer (E), who does not bind
himself to accept the lowest tender or any other tender and reserve to himself the authority to
reject lowest or all the tenders received without assigning any reason. All tenders in which any of
the prescribed conditions are not fulfilled or incomplete in any respect are liable to be rejected.
Tenders with any condition including that of conditional rebate shall be rejected forthwith
summarily.

9. PAYMENT TERM: No advance payment will be made.


The payment terms shall be governed as under: -

a) 80% against supply


b) 10% against installation
c) 10% against testing & commissioning
.
No payment will be made for goods rejected at the site on testing. Payment, if made for such items
shall be recovered from subsequent bills or other bills. The payment condition in EW8 stands
deleted

10. STORES AND SAFETY: -


All the stores and materials required for satisfactory completion of the work shall be
arranged at work site by the contractor from his own sources. Safe custody of the material stores
at site will be responsibility of the contractor.

11. INSPECTION AT THE PREMISES OF THE FIRM

The departments authorized representative shall have full powers to inspect the drawings of
any portion of the work or examine the materials and workmanship of the equipment (except for
the imported item(s) at the firms works or at any other place from where the material or equipment
is obtained, if the department so desires. The firm shall offer the equipments for inspection well in
advance before dispatch of materials from the factory. The equipments shall be dispatched from
the factory only after the clearance from the Engineer in charge. Acceptance of any material or
equipment shall in no way relieve the firm of their responsibility for meeting the requirements of the
specifications. In case, any equipment is found defective or of inferior quality the firm shall have to
replace the same free of cost.

Contractor - 20 - EE(E)
12. Operation of agreement shall be governed as follows:

a) BSNL will have the right to increase or decrease up to 25 % of the contract value depending
upon the requirement of goods & services specified in the schedule of items without any change
in the unit price or other terms & conditions at the time of award of contract.
b) The ordering quantity can be increased up to the extent of 25 % (deviation limit) without the
consent of the firm. The firm shall execute such quantities at the rate quoted in the tender
without any change in terms and conditions of the contract.
c) The agreement shall be signed between the firm and Executive Engineer (E), BSNL Electrical
Division, Pune within a fortnight from the date of approval.
d) Formal work contract agreement will be made between the Executive Engineer (E) & the firm on
the basis of specimen agreement & the schedule of work. The date of commencement shall be
reckoned from the 10th day after the date of award letter.

13. MISCELLANEOUS
a) The workers engaged by firm should maintain proper discipline and good behavior with
occupants. The firm shall not depute such workers at the site, whose behavior is found
improper. Executive Engineers decision shall be final.
b) The agency will provide the workers with necessary Tools & Plant, Testing and safety
equipments.
c) Agency has to observe all the labour rules and regulations in force and indemnify BSNL against
any claims whatsoever, either from this clause or any other clause in the contract.
d) Firm shall issue ID card to their workforce whenever they enter premises for bonafide work.
Nobody shall be allowed entry without work and nobody will be allowed overnight stay without
work. The workers should wear proper uniform with detachable badge indicating the name of
person & firm.
e) Dismantled materials shall be returned to the BSNL except those items for which the
replacement is supplied by the agency.
f) Firm should have round the clock contact telephone number. In case of Emergency, contractor
and authorized engineer supervisor shall be available at site on short notice from engineer-in-
charge and make all efforts to make the situation normal at the earliest.

14. PACKING, FORWARDING AND STORAGE AT SITE


Before dispatch to site, the equipment / component / materials shall be properly packed so
as to afford protection against transit damages and damages against storage in open areas either
at transporter's premises or at work site. When storage in open area is inevitable proper
waterproof covering shall be provided to protect damages on account of rainwater etc. However,
damaged items shall be replaced as per the direction of Engineer-in-Charge. All the stores and
materials required for satisfactory completion of the work shall be arranged at work site by the
contractor from his own sources. However, safe custody of the material stored at site will be the
responsibility of the contractor.

15. CO-ORDINATION AT SITE:-


At the site of work more than one agency may be working full co-operation shall be extended to
other agencies during progress of work. Further, work shall be carried out in such a way so that it
may not cause abnormal noise and hindrance to the officers of the department engaged in
erection as well to the normal routine work.

16. WORK IN OCCUPIED BUILDINGS


(i) When work is executed in occupied buildings, there should be Minimum of inconvenience
to the occupants. The work shall be programmed in consultation with the Engineer-in-
charge and the occupying department. If so required, the work may have to be done even
before and after office hours.
(ii)The contractor shall be responsible to abide by the regulations or restrictions set in regard
to entry into, and movement within the premises.
Contractor - 21 - EE(E)
(iii)The contractor shall not tamper with any of the existing installations including their
switching operations or connections there to without specific approval from the Engineer-
in-charge.

17. BYE-LAWS INDEMNITY AGAINST LIABILITIES: -


The firm shall comply with all bye laws and regulations of local and statutory authorities having
jurisdiction over the works and shall be responsible for payment of all fees and other charges and
giving / receiving all necessary notices and keep the Engineer in charge informed.

The firm shall indemnify the department against all claims in respect of patents rights, trade mark
or name of other protected rights in respect of any equipment, machine, work or materials used for
or in connection with the works or temporary works and from and against all claims, demands,
proceeding costs, charges and expenses whatsoever in respect of or in relation thereto. The firm
shall defend all actions arising from such claims and shall pay all royalties.

Fees, damages, cost and charges of all and every sort that may be legally incurred in respect
thereof shall be borne by the firm.

All liabilities / panel recoveries on matters arising out of sales tax / excise duty / works contract tax
/ service tax or any other levies such as incorrect deductions, discrepancies in the filling up of
returns, revised assessments by the concerned authorities etc. shall be borne by the firm.

It shall be firms liability to follow all safety procedures in accordance with relevant I.S
specifications / fire by laws or any other statutory rules/ regulations amended up to date during
execution of work at site.

18. COMPENSATION FOR DEFAULTS


i. Any damage to the installation(s)/building due to the carelessness on the part of firms staff shall
be the responsibility of firm and shall be replaced/rectified without any extra cost.

ii. Any accident or damage will be the responsibility of agency and the Department will not
entertain any claim, compensation, penalty etc on this account or on account of nonobservance
of any other requirement of law relevant to his work.

iii. All breakdown calls / complaints have to be attended by the firm with utmost promptness. If the
agency fails to rectify any fault within reasonable time, the department reserves the right to carry
out the work at the risk and cost of the agency. In case the fault is of emergency nature, which
may affect the normal functioning of the services, and the firm fails to take immediate necessary
action, the work shall be carried out at the risk and cost of the firm without giving any notice. The
decision of the EE (E) shall be final.

19. REJECTION OF DEFECTIVE EQUIPMENT


If the completed installation / equipment or any portion thereof, after it is taken over, is found to be
defective or fails to fulfill the intent of the specifications, the firm shall on receipt of a written notice
from the Engineer in charge, forthwith make good the defective installation / equipment.
Should the firm fail to rectify the defects / make good the defective installation / replace the
equipment at no extra cost, within a stipulated time mentioned in the written notice, department
may get the work done at the risk and expenses of the firm.

20. OPERATION OF SYSTEM

The department shall have the right to operate all equipments, if in operating condition, whether or
not such equipments have been accepted as complete and satisfactory. Repairs and alterations
shall be made by the firm at such times as directed by the Engineer in charge, free of charge.

Contractor - 22 - EE(E)
21. COMPLETION OF WORK

The work shall be deemed to have been completed after the fulfillment of the following:
a) Physical completion and testing of complete installation.
b) Successful completion of the acceptance testing as per the BSNL standards in the presence
of representative of Engineer-in-Charge and Inspection Circle for Addressable FA system and
for VESDA FUNCTIONAL TEST as per manufacturers recommendations / as decided by NIT
approving authority shall be carried out by Engineer in-Charge / Inspection Circle Team.
c) In case the date for A/T is not available readily by Inspection circle, A/T may be carried out by
Maharashtra Circle A/T team.

22. ACCEPTANCE TESTING

After physical completion of installation of the entire system, the same shall be subjected to
Acceptance Testing as per standard of BSNL. This testing shall be conducted jointly by the
representative of the Engineer in-Charge, Inspection circle and user for Addressable FA system
and for VESDA FUNCTIONAL TEST as per manufacturers recommendations / as decided by
NIT approving authority. A list of all defects and discrepancies shall be prepared during the test.

23. GUARANTEE & DEFECTS LIABILITY PERIOD

The guarantee shall be valid for twelve months after Commissioning of the system. The contractor
shall guarantee that system shall be free from any defect due to the defective material and / or bad
workmanship and also the equipments shall work satisfactorily with performance and efficiencies
not less than the guaranteed values. The firm shall visit quarterly during guarantee period and
ensure the healthiness of system.
a) Any part found defective during this period shall be replaced free of cost by the contractor. The
service of the contractor's personnel if required during this period shall be made available free of
cost to the department.
b) The contractor shall depute his representative within 36 hours of notification of the defect by the
department.
c) A joint report shall be prepared by the representative of department and firm regarding nature of
defects and remedial action required. Time schedule for such action shall be also finalized.
d) In case the contractor fails to depute his representative within 36 hours of notification of the
defect or fails to cause remedial measure within reasonable time as decided during joint
inspection, the department may proceed to do so at the contractors risk and expenses and with
out prejudice to any other right.

24. Compensation to be levied in cases of use of duplicate / spurious material.

i) Department reserves the right to get inspected any components thereof by the manufacturer /
their authorized representative/ authorized testing department, whose report as regards to the
genuineness of component shall be final and binding. In case any component upon such
inspection is found to be duplicate/spurious, double the cost of such component based on price list
(without any discount whatsoever) effective on date of aforesaid inspection shall be recoverable.

ii) In case the contractor agrees to replace the components so found spurious / duplicate at his
cost, within 15 days of the said report compensation of Rs. 3,000/- per component found spurious /
duplicate should be levied against the contractor.

iii) Besides the above the department reserves the right to take disciplinary action against the
Contractor.

iv) Decision of SE (E), BSNL, Mumbai in such case shall be final and shall be out of purview of
clause-48 of arbitration ".

Contractor - 23 - EE(E)
25. TRAINING OF BSNL PERSONNEL

The contractor shall arrange to impart the training to the BSNL Personnel on the following aspects
prior to provisional takeover of the plant without any extra cost:
a. Operation of system
b. Adjustments of settings for controls in panel, password management, access control
management and protective devices.
c. Preventive maintenance.

26. COMPLETION PLAN AND COMPLETION CERTIFICATE:

(i) For all works completion certificate after completion of work shall be submitted to the Engineer-
in- charge.
(ii) Completion plan drawn to a suitable scale in tracing cloth with ink indicating the following, along
with three blue print copies of the same shall also be submitted.
(a) General layout of the building.
(b) Locations of main switch/panel board and distribution boards, indicating the circuit numbers
controlled by them.
(c) Position of all points and their controls.
(d) Types of fittings/Equipments, viz. Smoke Detectors, Panels, Rodent Repellent Satellites etc.
(e) All panels schematics & wiring diagram including control wiring.
(f) General arrangement drawing of panels, Earthing, Cable route etc. including details of grouting
of Channels / bolts of various equipments.
(g) Any other drawings relevant to the work.
(h) Name of work, job number, accepted tender reference, actual date of completion, names of
Division/Sub Division and name of the firm who executed the work with their signature.

Contractor - 24 - EE(E)
SPECIFICATION FOR THE WORK

Section 1 (VESDA / ASPIRATION SMOKE DETECTION SYSTEM)

SCOPE OF WORK

1.1 This specification covers the requirements of design, supply of materials, installation, testing, and
commissioning of Air sampling Smoke Detection System. The system shall include all
equipments, appliances and labour necessary to install the system, complete with suitable highly
sensitive technology providing sensitivity of the order of minimum 0.005 20% obs/m or better
with aspirators connected to network of sampling pipes.

1.2 Air sampling system shall be provided to give early warning of smoke in critical areas such as
above false ceiling, below false flooring and inside the equipment area in a server room.

1.2. CODES AND STANDARDS

1.2.1 The entire installation shall be installed to comply with NFPA Standards, USA.

1.3. APPROVALS

1.3.1 All the equipments shall be tested, approved / listed by at least one of the following:
(a) FM
(b) UL
(c) EN 54
(d) VDS
(e) LPCB

1.4. DETECTOR / AIR SAMPLING UNIT

1.4.1 The air sampling type very early smoke detection system shall detect the invisible byproducts of
materials, before getting degraded during the pre-combustion stages of an incipient fire and shall
actively and continuously sample the air and shall operate, independent of air movements.

1.4.2 The system shall consist of a highly sensitive LED providing sensitivity of the order of minimum
0.005 20% obs/m or better using suitable smoke detector, aspirator, and filter.

1.4.3 It shall have a display featuring LEDs and Reset/Isolate button. The system shall be configured
by a programmer that is either integral to the system, portable or PC based.
The system shall allow programming of:

a) Multiple smoke threshold alarm levels.


b) Time delays.
c) Faults including airflow, detector, power, aspirator, filter block and network as well as an
indication of the urgency of the fault.
d) Configurable relay outputs for remote indication of alarm and fault conditions.

1.4.4 It shall consist of an air sampling pipe network to transport air to the detection system, supported
by calculations from a computer-based design modelling tool.

1.4.5 The offered device should utilize a 3 stage filtration.


The sampled air should pass through an electronic particle separator which segregates large
particles that are not associated with elements of combustion. The particle separator would
require no cleaning or maintenance.

1.4.5 Once the sample air passes through the particle separator it shall go through a replaceable 30
micron filter to further strip nuisance based particles of the sample. The filter must be a
disposable filter cartridge.

Contractor - 25 - EE(E)
1.4.6 Finally it should utilize advanced algorithms to discriminate the samples detected by both
detection sources based on particle size, colour and signature.

1.4.7 System shall have the capability being remotely monitored over a TCP/IP over a handheld tablet
PC / laptop (Ethernet enabled).

1.5. DETECTOR / AIR SAMPLING UNIT PERFORMANCE REQUIREMENTS

1.5.1 Shall provide very early smoke detection and provide multiple output levels corresponding to
Alert, Action and Fire 1 & 2. This level shall be completely programmable.

1.5.2 The detectors shall have sensitivities ranging from 0.005 20% obscuration/Meter or better.

1.5.3 Shall report any fault on the unit locally and shall have the facility to replicate the same on real
time basis.

1.5.4 Shall monitor for filter contamination.

1.5.5 Shall incorporate a flow sensor in each pipe and provide staged airflow faults.

1.5.6 Shall have a clean air supply to maintain aspiration detection chamber clean all the time.

1.6 TECHNOLOGY

1.6.1 Both Light Scattering and Particle Counting shall be utilized in the device as follows:

a) The aspiration detection chamber shall be of the mass light scattering type and capable of
detecting a wide range of smoke particle types of varying size. A particle counting method shall
be employed for the purposes of preventing large particles from affecting the true smoke reading.
Monitoring contamination of the filter (dust & dirt etc.) shall notify automatically when
maintenance is required.

1.6.2 The detector shall have learning tools for acclimatize itself to the surrounding conditions in which
it is installed and shall thus be able to auto adjust its sensitivity to adapt to its environment over a
24 hours period.

1.7 DETECTORS SPECIFIC FEATURES

1.7.1 Detectors offering various covering areas shall be used depending on the area being protected.
These detectors could be single for smaller areas and four pipes/channels for the large areas.
1.7.2 Each detector shall have following features per channel & zone:

a) It shall have a display featuring LEDs.


b) The system shall be configured by a programmer that is either integral to the system, portable
or PC based.

1.7.3 The system shall allow programming of:

a) Multiple Smoke threshold alarm Levels.


b) Time delays.
c) Faults including airflow, detector, power, aspirator, filter block and network as well as an
indication of the urgency of the fault.
d) Configurable relay outputs for remote indication of alarm and fault Conditions.
e) Shall report any fault on the unit using the fault relay.
f) day/night, weekend settings to allow environmental changes.

1.7.4 Shall provide very early smoke detection and provide multiple output levels corresponding to
Alert, Action, Fire 1 & 2. These levels shall be programmable.
Contractor - 26 - EE(E)
a) Shall report any fault on the unit by using configurable fault output relays and via the graphics
Software.
b) Shall monitor for filter contamination automatically.
c) Shall incorporate a flow sensor in each pipe and provide staged airflow faults.
d) Shall have a clean air supply to maintain detection chamber clean all the time.

1.7.5 The detector should support individual pipe length of maximum 80 meters depending on the area
and application.

1.7.6 Each pipe should be capable of supporting minimum 6 air sampling holes.

1.7.7 The detector should have built-in event and smoke logging. It shall store smoke levels, alarm
conditions, operator actions and faults. The date and time of each event shall be recorded. Each
detector shall be capable of storing up to 18,000 events.

1.8. SOFTWARE

1.8.1 The software package shall centrally monitor and configure very early warning smoke detection
and fire protection systems in multiple locations.

1.8.2 The software package shall be compatible with smoke detection and fire protection systems that
are approved by global approval bodies and meet all local codes.

1.8.3 The software shall consist of monitoring and configuration components.

a) The configuration component shall allow users to configure detectors remotely by using a
connected PC connected over TCP/IP.

b) The monitoring component shall allow users to monitor individual detectors, multiple
detectors connected over TCP/IP.

1.8.4 The software shall support multiple no. of local and remote password based access control.
1.8.5 The software shall operate on Windows 7 latest version, having user friendly user interface.

1.8.6 The system shall be suitable for providing output in English languages.

1.8.7 The software shall connect directly to Air sampling network through necessary links and
connectors. The work station shall interpret status change data, transmitted from ports and
provide graphic annunciation, control history, logging and reports.

1.8.8 The software shall be able to connect directly to all Air sampling network interface unit
connections, thereby providing an all-in-one monitoring solution:

a) Using standard RS-232 ports (or Ethernet) on monitoring and control systems, PCs using the
software shall connect to and interpret status change data transmitted from the ports and
provide graphic annunciation, control, history logging and reporting as specified herein.

b) Network systems shall be able to interface, requiring the use of a dry contact or voltage
monitoring interfaces to connect to interface module.

1.8.9 The software shall be compatible with minimum four alarm levels:

a) Alert (Alarm Level 1) may be used to activate a visual and audible alarm in the fire alarm
control panel locations.

b) Action (Alarm Level 2) may be used to activate the electrical/electronic equipment shut down
relay and activate visual and audible alarms.

Contractor - 27 - EE(E)
b) Fire 1 (Alarm Level 3) may be used to activate an alarm condition in the Fire Alarm Control
Panel to call the Fire Brigade and activate all warning systems.

d) Fire 2 (Alarm Level 4) may be used to activate a suppression system and/or other suitable
counter measures (e.g. evacuation action or shutdown of systems).

1.8.10 The system & aspiration unit shall be able to connect to remote sites via TCP/IP.

1.9 SYSTEM DESIGN

1.9.1 Sampling Pipe Network:

The main sampling pipes shall be U-PVC/C-PVC with internal diameter of at least 20mm and
shall be identified as a Fire detection sampling pipe at intervals not exceeding the NFPA/FIA
guidelines for labelling pipe. The far end of each trunk or branch pipe shall be fitted with an end
cap and drilled with a hole appropriately sized to achieve the performance as specified and as
calculated by the system design. All joints shall be air tight and made by using solvent cement,
except at entry to detector mounting box.

1.9.2 Sampling Point Network:

Sampling holes of at least 2 mm diameter shall be separated by intervals of not more than 9 mtr
along the length of the pipe. These intervals may vary according to calculations. Each sampling
point shall be identified in accordance with NFPA. Consideration shall be given to local
regulations and Manufacturers recommendations in relation to the number of sampling points
and the distance of the sampling points from the ceiling or roof structure and forced ventilation
systems.

1.9.3 Capillary Sampling Network:

Where false ceilings/LT panels are installed, if required, the sampling pipe shall be installed
above the ceiling, and capillary sampling points shall be installed on the ceiling/LT Panels and
connected by means of a capillary tube. The minimum internal diameter of the capillary tube shall
be 5 mm and the maximum length of the capillary tube shall be 2.0 m. The capillary tube shall
terminate at a ceiling sampling point. The performance characteristics of the sampling points
shall be taken into account during the system design. A conventional tee fitting with a 15 mm
female port may be provided in the main sampling pipe for each capillary sampling point.

1.10 SINGLE CHANNEL-SINGLE ZONE AIR SAMPLING DETECTION UNIT

1.10.1 The unit should be complete with filters and associated electronics, programmable relays,
onboard 18,000 event log memory, TCP/IP.

1.10.2 All the units shall provide potential free relay contacts for both trouble & alarm to interface with
the Central Fire Alarm Panel and shall also be networkable over TCP/IP for remote monitoring
& control.

1.11 INSTALLATION

1.11.1 The Contractor shall install the system in accordance with the manufacturers recommendation.

1.11.2 Where false ceilings are available, the sampling pipe shall be installed above the ceiling, and
capillary sampling points shall be installed on the ceiling and connected by means of a capillary
tube.

1.11.3 The minimum internal diameter of the capillary tube shall be 5mm, the maximum length of the
capillary tube shall be 2m unless the manufacturer in consultation with the engineer have
specified otherwise.

Contractor - 28 - EE(E)
1.11.4 The capillary tube shall terminate at a ceiling sampling point specifically approved by the
Engineer in charge. The performance characteristics of the sampling points shall be taken into
account during the system design.

1.11.5 Air sampling piping network shall be laid as per the approved pipe layout. Pipe work calculations
shall be submitted with the proposed pipe layout design for approval.

1.12 COMMISSIONING TEST

1.12.1 Commissioning of the entire installation shall be done in the presence of the Engineer-in-
charge.

1.12.2 All necessary instrumentation, equipment, materials and labour shall be provided by the
contractor.

1.12.3 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.

1.13 FUNCTIONAL TEST

1.13.1 Introduce smoke into the detector assembly to provide a basic functional test.

1.13.2 Introduce smoke to the least favourable sampling point in each sampling pipe. Transport time is
not to exceed 120 secs.
1.13.3 During alarm condition, the VESDA panel should indicate the alarm in the fire panel.

Section 2 (ANALOG ADDRESSABLE FIRE ALARM SYSTEM)

2.1.0 SCOPE OF WORK

2.1.1 The scope of work shall include designing supplying and installing testing and commissioning of
Analogue addressable Fire Detection cum Alarm System. This shall conform to relevant latest
standards for fire alarm systems.

2.1.2 The Analogue addressable fire detection cum alarm system shall have the approval of
UL/FM/EN-54/VDS.

2.2.0 FIRE ALARM CONTROL PANEL (FACP)

2.2.1 This is a microprocessor-based panel which shall be connected to the various detectors/devices
by means of 2 wire loops.

2.2.2 The Fire alarm control panel shall be able to supervise individual detectors for proper
performance as well as to give pin point location of fire alarm.

2.2.3 The panel shall have hooter alarm.

2.2.4 The panel shall also have the provision through potential free contact to activate an auxiliary
device in case of fire i.e. auto dialer for automatically dialling select phone numbers in case of
fire.

2.2.5 Loop

a. A loop shall mean a 2-wire circuit connecting minimum 99 addressable detectors / 99


addressable modules/devices.

Contractor - 29 - EE(E)
b. The loop card shall have built-in circuit isolator to accommodate Class A wiring.

2.2.6 Addressable Devices

This term indicates the complete group of addressable devices such as detectors, Manual call
stations, addressable output/input modules etc.

2.2.7 Detectors

a. The Detector shall be analog addressable type.


b. The chamber should be easily removable for the purpose of easy maintenance.
c. The address programming shall be done by a Base/detector or from the Fire alarm control
panel.
d. The detectors shall have a common base to allow easy interchange of various types of
detectors.

2.2.8 Manual Call Station

a. The Manual call station shall be addressable type with input modules to define the
device/location.
b. The Manual call station shall be breakable type with suitable protection and base box.

2.2.9 Input Module

a. The input modules shall be of dual/single point type.


b. The dual channel module shall be selectable for Normally Open (NO) or closed (NC).

2.2.10 Fault Isolator

a. This unit shall be placed on the loop preferably between devices and shall be able to isolate
electrical short circuit in the wiring.
b. All the other detectors shall remain functional because of the Class A wiring of the loop.
c. The isolator shall not utilize an address and shall be built into the detector base wherever
required.

2.2.11 Sounders

a. The sounders shall be of addressable type/connected by addressable module/ panel.


b. The sounders shall derive power from separate cable with voltage adopter/panel.
c. It shall be capable of being directly mounted on the wall/ceiling or along with the detector.
d. The sounder shall have an output of at least 85 db at 1 mtr. The sounder shall be programmed
to get activated in event of an alarm from a single detector/device or a group of detectors/
devices.

2.3.0 FIRE ALARM SYSTEM

2.3.1 The Fire alarm system shall give audio/visual alarm signals when the temperature in case of Heat
Detector or smoke density exceeds the pre-set limit.

2.3.2 The system shall give pinpoint location of fire with warning system.

2.3.3 If the system is with PA & command control centre then, the voice communication for commands
and instruction shall be given to PA system console.

Contractor - 30 - EE(E)
2.3.4 The system shall have a microprocessor-based control and monitoring facility.

2.3.5 It shall be possible to program each loop with up to minimum 99 addressable detectors, and 99
addressable modules/devices.

2.3.6 Annunciation facility shall also be inbuilt into the Fire alarm control panel, the panel being able to
initiate alarm signal for any particular zone.

2.3.7 The system shall be fully supervised for all fault conditions with distinctive alarm operated for fault
and fire conditions.

2.3.8 Test buttons and software features shall be provided to test the electronic circuits and detector
health.

2.3.9 In case of Fire in an area handled by Fire suppression system the Fire alarm control panel shall
be able to actuate fire suppression system.

2.3.10 The system shall be based on an open protocol to ensure flexibility.

2.4.0 FIRE ALARM CONTROL PANEL

2.4.1 The Fire Alarm Control Panel shall be micro processor based fully Analogue Addressable,
Analogue Control Unit with centralized monitoring which shall control all Analogue Addressable
Detectors, Manual Call Stations and Switching Systems (for actuating Fire suppression system)
connected with IP card output for communication with other panel and central control station
(CCS).

2.4.2 All addressable units shall be connected to the Fire alarm control panel through the Loop Cards
and shall be addressed through individual numbers. The Fire alarm control panel shall be able to
obtain analogue value for all detectors in the circuit through a pulsed digitalized current data. The
Fire alarm control panel shall be able to analyses all analogue inputs from all addressable units,
and through its own software and ambient level screening the Fire alarm control panel shall be
able to identify fire, possible fire or fault conditions. The unit supervision shall be dynamic and
continuous.

2.4.3 All the events occurring anywhere in area covered under the scope of work shall be captured in
the Main Fire alarm panel provided and repeater panel if any or should be able to communicate
with existing panel in the building if any.

2.4.4 The Fire alarm control panel shall also give adequate warning signal whenever there is dust
accumulation in detectors. It should be possible to change the level of ambient alarm calibration
condition by the use of software program.

2.4.5 Short / Open circuit fault shall also be reported at the Fire alarm control panel. In such cases, the
system through the use of fault isolators shall be able to isolate that segment. The missing
Detectors/Devices shall also be reported at the Fire alarm control panel with identification of the
location.

2.4.6 The Fire alarm control panel shall have the facility to set each smoke sensor sensitivity. It shall
also be possible to set the sensitivity to a high level or low level based on night or day time (time
based sensing).

2.4.7 When an alarm condition is sensed at the Fire alarm control panel from a smoke or heat detector,
a delay time/alarm verification period shall be started. If the sensor is still in alarm after the delay
time expires, an alarm condition is reported. The delay time shall be adjustable from 0 to 990
secs.

2.4.8 The Fire alarm control panel shall have the facility to perform walk test.
Contractor - 31 - EE(E)
2.4.9 In the walk test mode, the performance of each device is checked out by initiating the device.

2.4.10 As each device is placed into alarm the Fire alarm control panel shall print/store the condition
and automatically reset the device.

2.4.11 Audible devices shall be initiated, if required at a pre-programmed time.

2.4.12 If a zone is inadvertently left in walk test mode, it shall automatically reset to normal after the
idle time is exceeded.

2.4.13 During the walk test the zones other than the programmed zones shall be under continuous
supervision (normal mode).

2.4.14 In case of any alarm initiated by detector/devices the walk test shall get terminated
automatically.

2.4.15 Programming functions shall include alarm/trouble type assignment, point descriptor
assignment, alarm message assignment, etc.

2.4.16 Programming shall be carried out from the Fire alarm control panel keyboard or utilizing the
authorized laptop/desktop computer software.

2.4.17 The Fire alarm control panel shall have a Liquid Crystal Display of Alphanumeric type.

2.4.18 In case of testing of the system from the Fire alarm control panel the display shall be able to
give readouts of analogue value of all detectors being tested.

2.4.19 The Fire alarm control panel shall also be able to carry out continuous self-monitoring when in
normal condition.

2.4.20 The Fire alarm control panel shall have provision to add either an in-built or external printer
coupled to the Fire alarm control panel, which shall log all events with time.

2.4.21 The printout shall clearly indicate the event Fire/Pre Alarm/Fault etc. With the unit address and
time.

2.4.22 The Fire alarm control panel shall also be able to discriminate between false alarms and fire
conditions.

2.4.23 The Fire alarm control panel shall carry out priority selection of alarm in case alarm activities in
two or more remotely located units simultaneously. In such cases, the manual call stations shall
have the highest priority.

2.4.24 The system shall be failure safe and adequate safe guards should be ensured that in the event
of a failure of a part of the system it shall not handicap the complete system.

2.4.25 The agency shall be responsible for preparation and installation of system software into the Fire
Alarm Control Panel.

2.4.26 The software shall be user friendly. Fire Alarm panel shall have provision for IP/ TCP, so that it
can be monitored from remote location on any PC/ laptop

2.4.27 The system shall be secured against software errors.

2.4.28 The system shall have the ability to be upgraded so as to incorporate more features at a later
date.

Contractor - 32 - EE(E)
2.4.29 The Fire alarm control panel shall have its own battery backup of a minimum of 4 hours in
normal run and then half an hour in alarm condition.

2.4.30 The voltage rating shall be from 12V DC to 31V DC, though the voltage may be change.

2.4.31 The Fire alarm control panel shall be totally enclosed dust and vermin proof type suitable to IP
30, dust inhibited sheet with good finish. The Fire alarm control panel shall be of completely
solid state design.

2.4.32 The Fire alarm control panel shall have EN 54/ LPCB /VdS approval.

2.4.33 The Fire alarm control panel shall have provision for interfacing with the Public Address System
& autodialer. Fire alarm control panel shall be able to call four telephone numbers per channel.

2.5.0 ADDRESSABLE DETECTORS

A Multi sensor Detector

2.5.1 All detectors shall be fitted with plug-in system type, from the maintenance and compatibility point
of views. An alarm condition should not affect a detectors good functioning. After resetting the
alarm, the detector shall resume operations without readjustment of any kind.

2.5.2 The detector shall have a Multi-sensor type integrates photoelectric smoke and fixed temperature
heat sensing technology. It shall be possible to use a single detector type for both above and
below false ceiling/false flooring applications. The detector shall be capable of detecting fast
flaming fires and slow smouldering fires equally well. The detector shall therefore be a multi
technology detector or shall be of unique design whereby a single type/model can be used in
applications where either ISD/OSD would be normally used.

2.5.3 The detector shall be able to sense incipient fire by detecting the presence of visible and invisible
products of combustion. The detector shall be suitable for low voltage (between 13 to 31V DC)
two wire supply. The detector shall be provided with Single/Twin LED indication. The sensitivity
of the detector shall not vary with change in ambient temperature, humidity, pressure or voltage
variation, air, currents and should not trigger the false alarm due to the above condition.

2.5.4 The detector shall be suitably protected against dust accumulation/ ingress. The detector shall be
free from maintenance and functionally tested at periodic intervals. All detectors shall be identical
in construction design and characteristic to facilitate easy replacement and interchangeable by
suitable programming.

2.5.5 The coverage per smoke detector shall strictly follow relevant standards. It shall be possible to
connect smoke detector with heat detector or manual push button in the same circuit. The
sensitivity of detector shall be set from the fire alarm control panel to suit the site requirement.

2.6.0 MANUAL CALL STATIONS

2.6.1 The manual call station shall be breakable type with suitable protection and base box. The device
shall be red in colour and suitable for surface or flush mounting. Manual stations shall be
interface able to an addressable input module. The manual station shall have normally open fire
alarm and enunciator contacts and these contacts shall close on activation. Contacts shall
remain closed until station is manually reset.

2.6.2 The manual call station shall be fully addressable with its own addressable module and operated
by digitized signals from the FACP. The voltage range shall be from 13V -31V DC. It shall have
protection as per relevant standard.

Contractor - 33 - EE(E)
2.7.0 SOUNDER

2.7.1 The sounder shall be addressable electronic type and shall give discontinuous/ intermittent
audible alarm whenever any detector or call box operates.

2.7.2 The sounder shall be powered from Main Fire alarm control panel through loop / separate 2 wire
cable.

2.8.0 FIRE ALARM SYSTEM TESTING

2.8.1 Fire Alarm Control Panel (FACP)

a. The FACP shall be visually checked for input voltage and ampere. All zones one by one shall
be de-wired to check for fault signal indication in the FACP.

b. The power source shall be cut off and checked for stand by supply from the batteries. After
four hours the FACP source shall be switched on to check for auto switch over to the mains
mode.

c. Tests shall be conducted for AC fail, charger fail, DC fail, batteries disconnect or battery fail. In
all such cases the relevant LED should glow and the piezo sound shall also give sound
output.

d. Low battery indication, fault indication should be made available at the panel.

2.8.2 Smoke Detector

a. The testing shall be carried out for each loop / zone.


b. Initially one detector in a zone and subsequently 2 or more disassociated detectors in each
zone shall be tested for Alarm Priority, Alarm Queuing and Call Logging with time lapse
between detectors.
c. An identified detector shall be subject to smoke aspiration from burning paper / cigarette puffs,
rubber and other materials which give dense smoke held at 0.3 M distance from the detector.
d. The FACP should indicate increased analogue output for that address and after the
programmed delay time, a fire alarm signal shall be indicated. This delay shall be utilized for
alarm verification.

2.8.3 Combined Test

a. The combined test shall be in combination of Photoelectric / Heat Detectors simultaneously


with time lapse between application of smoke or heat or as Additional Test.

2.8.4 Additional Test

a. One detector of each type will be disconnected and subjected to slow dust build up and
again connected in the circuit.
b. Any part of the loop shall be short circuited. The FACP shall indicate the communication failure
of all the devices connected in the short circuited segment.
c. After the short circuit is corrected, the fault isolator shall return to its normal status
automatically, this being reflected in the FACP.
d.The Loop shall then be in normal operation again. Any part of the loop shall be dewired and
tested as given above for open fault.

2.8.5 All other tests as required by BSNL at the time of handing over shall also to be conducted.

2.8.6 All fire alarm system i.e. Addressable panel, Smoke detector, Hooter, manual call point
should be of same make. Master and slave actuator also be of same make.

Contractor - 34 - EE(E)
2.8.7 When the VESDA panel is in alarm condition, the necessary indications should be viewed in Fire
Alarm panel.

Section 3 (RODENT CONTROL SYSTEM)

3.1.0 SCOPE OF WORK

The entry of Rodents and other unwanted pests shall be controlled using nonchemical, non-toxic
devices. Ultrasonic pest repellents shall be provided in the false ceiling/flooring to repel the pests
without killing them.

The rodent control system should comprise of an Ultrasonic Pest of Repellent system comprising
of following: Ultrasonic Pest Repeller (VFHO Model), with 1 Master Console and suitable no. of
satellites. Factor range shall be between 0.5 and 2.0 (where 2.0 doubles the normal) of a VFHO
Model.

Configuration : Master console with necessary transducer


Operating Frequency : Above 20 KHz (Variable)
Sound Output : 80 dB to 110 dB (at 1 meter)
Power output : 800 mW per transducer
Power consumption : 15 W approximately
Power Supply : 230 V AC, 50 Hz
Mounting : Wall /above or below false ceiling/false floor with suitable mounting
arrangements/brackets
Minimum coverage area of transducer: 150 sq. feet /transducer

Section 4 (ACCESS CONTROL SYSTEM)

Introduction

The concept of Access Management is to monitor, control and record the movement of personnel
within a designated area. An effective access control system will determine entry of unauthorised
persons. The employees authorised to enter the premises by showing the card encoded Access
Card provided. The system will be programmed in such a way that only employees authorised to
pass through a particular door will be permitted for entry or exit. For this purpose, each card will
be tagged to specific door/doors. The entry through the doors will be controlled by employing
card reader cum controller dedicated to each door. All the readers will be having TCP/IP
connectivity and connected to PC. Data from all the readers can be transferred directly to PC.

Application Software
The application software is the access, management software that is supplied together with the
system in order to provide a Graphical User Interface (GUI) for man machine interface.

TECHNICAL SPECIFICATIONS
Support of Proximity (RFID)/ Mifare technology
Supports access control of up to 6 doors in all respect including 8 entry/exit readers, 6 EM
locks and 6 exit switches etc.
Last 55000 transaction storage capacity, Flexible memory management for transaction and
database
Non volatile memory & RTC. Data retention for more than 10 years without external power
User configurable display on LCD for each given event
On-line attendance record update to database server
RJ 45 network (TCP/IP) interface for PC connectivity
16 characters x 2 Lines High contrast Backlit LCD display
12 keys keypad for various menu driven functions
8 user definable reason master card
Built in watchdog supervisor
Built in programmable siren interface
Audio and visual indication of card acceptance
Contractor - 35 - EE(E)
Plastic enclosure
Power Supply : 12Volts DC,
Door attributes : Card only, Biometric (Finger print) only, Card + Biometric (Finger print), Free
open,
Audio / Visual indication indicates power ON, Valid/ invalid card read

Application Software

Front end: GUI based user friendly interface based on client server technology for Windows
environment / ASP VB dot net /Windows XP

Back end: ODBC compliant database / My SQL/MS Access Operators : Multi Proximity Card
Technology : Proximity card

Power source : From Reader field, no internal batteries are used.

Contractor - 36 - EE(E)
LIST OF MAKES:
In the interest of job coordination and responsibilities the installing contractor shall contract
with the respective OEM for various equipment, engineering, programming, inspection, tests &
provide necessary approvals (UL, EN, FM, CE etc) and shop drawing for each of the system.
Sl. Item Makes
No.
1 Addressable Fire Alarm Notifier /Edward / Bosch /Cooper/ Siemens /Morley
Panel
2 Multi Sensor Smoke Detector Notifier /Edward / Bosch /Cooper/ Siemens /Morley
3 Manual Call Point Notifier /Edward / Bosch /Cooper/ Siemens /Morley
4 Addressable Sounder / Notifier /Edward / Bosch /Cooper/ Siemens /Morley
Hooter
5 Response Indicator Agni , ASE, DEVI
6 FRLS copper conductor ISI Mark
Armoured Cable
7 Addressable Control / Notifier /Edward / Bosch /Cooper/ Siemens /Morley
Monitor
Module
8 VESDA Xtralis / Siemens / Honeywell
9 Sealed Maintenance Free Amara Raja / AMCO / Furukawa / Hitachi / Exide/
Battery Prestolite / Standard
10 Rodent Repellent System Jay/Sontay/Maser/Star
11 Transducers Jay/Sontay/Maser/Star
12 FR PVC Conduit pipe ISI Marked
13 U-PVC / C-PVC Pipe Astral/ Ajay/ Dutron/As recommended by VESDA
Manufacturer/ISI marked
14 Cat-6 Cable Dlink/ Digilink/Schneider/ISI marked
15 Proximity based Access Spectra/ Syris Smarti/HID/Honeywell/Entry pass/GE
Control System
16 Proximity card reader Spectra/ Syris Smarti/HID/Ingressoland
17 Electromagnetic Lock Sekurit /Algatech / BEL/CE
18 Portable Fire Extinguisher Omex/Ceasefire/Minimax/Safex/Any other ISI Marked

Contractor - 37 - EE(E)

Vous aimerez peut-être aussi