Académique Documents
Professionnel Documents
Culture Documents
TECHNICAL SPECIFICATION
FOR
Page no.
1.1 Scope 4
1.1.1 Scope of supply/works 4
1.1.2 Exclusions/items related to scope but not included 5
1.1.3 Terminal Points 5
1.1.4 Option for placement of order 5
1.2 Project data / site conditions 5
1.3 List of applicable documents 6
1.3.1 Codes and standards 6
1.4 System Description 8
1.5 General Requirement 13
1.6 Design and Manufacturing Requirements 14
1.7 Operating Conditions / Requirements 24
1.8 Identification of Equipment / Components 24
1.9 Inspection and testing 24
1.10. Trial operation and taking over 25
1.11. Drawings, data and manuals 26
1.12. Data to be furnished by the contractor after award of contract 27
1.13. Spares 28
1.14 Special tools and tackles 29
1.15 Training 30
1.16. Warranty and AMC 31
1.17 Data sheets / Schedules 33
PART-II : ANNEXURE TO FORM OF TENDER
Page nos.
2. Technical data sheets 38
2.1. General particulars 41
2.2 Delivery schedule 42
2.3 Drawings, data & Manuals submission schedule 43
2.4 Tools and tackles 43
2.5 List of spares 44
2.6 Proof of ability 45
2.7 List of deviations 46
2.8 Guarantee 48
2.9 Declaration sheet 49
PART-I
TECHINCAL SPECIFICATION
1.1 Scope:
This specification covers the design, material, construction, manufacture,
inspection and testing at the CONTRACTOR's/his SUB-CONTRACTOR's
works, packing, transportation and delivery, installation & commissioning at
site, of Fire Detection & Alarm System with all accessories including loop
cables and conduits(Which are required between various detector) and a set of
cables and conduits required between PC, Printer, Main fire alarm panel,
Repeater panels, Annunciation panel and control terminals, complete in all
respects as per subsequent Clauses of this tender and Bill of Materials attached
as Annexure -1.
1.1.1.2 Whether called for specifically or not all accessories required for normal
operation of system are deemed to be considered as a part of the
CONTRACTOR'S scope of supply.
1.1.1.4 It is not the intent to specify completely herein, all details of design and
construction of the equipment. However, the equipment shall conform in all
respects to high standards of engineering, design and workmanship and be
capable of performing in continuous commercial operation upto the
CONTRACTOR'S guarantees in a manner acceptable to the PURCHASER,
who shall interpret the meaning of drawings and specifications and shall be
entitled to reject any work or material which, in his judgement, is not in full
accordance therewith.
The PURCHASER reserves the right to place order for all items / services
listed in this specification or for a part there of at his discretion.
The PURCHASER reserves the right to accept or reject the lowest or any other
tender without assigning any reason for the same.
The Fire Detection & Alarm system shall conform to the currently applicable
standards and codes of practice and reports as listed below.
i. IS: 5 Colours of ready mixed paints and enamels
ii. IS: 1646 Code of practice for fire safety of buildings (General) :
Electrical Installation.
iii. IS: 1893 Criteria for earthquake resistant design of structures.
iv. IS: 2062 Steel for general Structural purposes.
v. IS: 2175 Heat Sensitive Fire Detectors for use in automatic fire alarm
system .
vi. IS: 2189 Code of Practice for selection installation and maintenance
of automatic fire detection and alarm system.
vii. IS: 2629 Recommended practice for Electrical relays for power
system protection
viii. IS: 2633 Methods for testing, uniformity of coating on zinc coated
articles.
ix. IS: 2667 Fittings for rigid steel conduits for electrical wiring.
x. IS: 3034 Code of practice for fire safety of industrial buildings:
Electrical Generating & Distributing stations.
xi. IS: 3136 Polycrystalline semiconductor rectifier equipment.
xii. IS: 3156 Voltage transformers.
xiii. IS: 3837 Accessories for rigid steel conduits for electrical wiring.
xiv. IS: 3895 Mono crystalline semiconductor rectifier cells and stacks.
xv. IS: 4007 Part-I Terminals for electronic equipment General
requirement & tests.
xvi. IS: 4540 Mono crystalline semiconductor rectifier assemblies and
equipment .
xvii. IS: 5921 Metal clad base material for printed circuits for use in
electronic and tele – communication equipment
xviii. IS: 6005 Code of Practice for phosphating of iron and steel.
xix. IS: 6553 Environmental requirements semiconductor devices and
integrated circuits.
xx. IS: 6619 Safety code for semi – conductor rectifier equipment.
xxi. IS: 6875 Control switches for voltages upto and including 1000 V AC
and 1200 V DC.
xxii. IS: 7405 Printed wiring boards.
xxiii. IS: 9000 Basic environments testing procedures for electronic and
electrical items.
xxiv. IS: 9224 Low voltage fuses.
xxv. IS 9537 Part – II Conduits for electrical installation, rigid steel
conduits.
xxvi. IS: 11360 Specification for smoke detectors for use in automatic
electrical fire alarm system.
xxvii. IS: 13947 Part – I Low – voltage switchgear and control gear : Part 1
General rules.
xxviii. ASME Section – IX Qualification standard for welding and Brazing
procedures, welders, brazers and welding & brazing operators.
xxix. TE rules NFPA 72E Automatic fire detectors.
xxx. ANSI- UL 268 Smoke detectors for fire protective signalling
systems.
xxxi. ANSI-UL 521 Specification for heat detectors.
xxxii. BS 5445 Part – 9 Methods of test of sensitivity to fire.
xxxiii. BS 5839 Part – 2 Specification for Manual Call Points.
xxxiv. BS 5839 Part – 4 Automatic fire alarm system in Buildings : Control
and Indication equipment
xxxv. BS 5839 Part – 5 Specification for optical beam smoke detector
requirements, methods of test and performance criteria for detectors
with ranges between 1m and 100m.
xxxvi. BS 5839 Code of practice for fire detection and alarm system in
building .
xxxvii. ANSI-NFPA-72 Code of practice for selection , installation &
maintenance of automatic fire alarm & detection system.
xxxviii. AERB Safety guide No. AERB/SG/D-4
1.4 SYSTEM DESCRIPTION
1.4.1. The fire detection and Alarm system covered under this specification is
required to provide continuous surveillance against fire in the areas of Project
Station, Auditorium and Substation buildings under all conditions.
The main objectives of the Fire Detection system are:
To detect fire in its early stages and activate or alert for implementation of
emergency action, thus protecting personnel and equipment.
To provide an appropriate level of monitoring in the event of fire and audio
visual annunciation at Main Fire Alarm Panel (FAP) located in the Project
Station Building Ground floor.
To ensure high reliability and availability of the system with quick and exact
identification of the fire location without false alarm.
To provide an optional output from FAP to fire protection systems, for tripping
of Ventilation System Fans / Dampers / Air Handling Units on detection of fire
in specific area for effective fire protection.
1.4.3.1. Fire detection and Alarm System shall consist of individual detectors, fire
alarm repeater panels in all floors of Project Station building, Auditorium and
Substation buildings, Data processing unit, visual display unit, printer, system
control terminal, panel and annunciation in Project Station building GF,
1.4.3.2. The areas of buildings as listed below are covered by one
fire alarm (FAP) panel of analog addressable type located in Project Station
Building.
The Fire Alarm System consists of Multi sensors distributed throughout the
buildings and these detectors are connected to Fire Alarm Panel located in
ground floor of Project Station building. This system shall automatically
detect the presence of Smoke / Heat/Fire phenomena.
The detector shall determine whether a fire condition exists in the room / area
where the detector is located. In case of fire, the audio-visual fire alarm shall
be generated at Fire Alarm Panel FAP and also initiate signal to operate
Hooters located at convenient places in the Project Station building,
Auditorium and Substation buildings along with repeat display at fire alarm
panels in those buildings.
The Fire Alarm System envisaged for these buildings is “2-Wire Analog
Addressable” type. All the detectors are incorporated with microprocessors
(ASIC-Application Specific Integrated Circuit) which provide linear output
corresponding to the quantity of smoke or fire, the detector encounter. The
communication between detectors and the control unit is by means of digital
communication over 2-wire, which further provides power to the detectors.
The sensitivity of each sensor can be individually adjusted from the Control
Panel to suit the conditions of each location. Each detector shall have self-test
facility, which is monitored in the Control Panel. The Control Panel shall also
check each sensor for contamination of dust/dirt and give signal for “Service”
in case of accumulation of dust/dirt reaches a preset limit.
Communication and Data Acquisition from the detectors shall be done by
dedicated electronic detection system in the Project Station building. Indication
and Graphic Display shall be provided in main FAP and all repeater FAPs and
information from this Fire Alarm Panel shall be available in a dedicated
computer in Project Station building. This shall provide Graphic Display of the
detector location, on initiation of alarm.
FRLS cables shall be used for detector looping and also for Power supply.
1.4.3.3 Fire Alarm Panel shall be capable of operating in stand alone mode. FAP is
connected to the main computer in the Project Station building by a dedicated
Local Area Network (LAN). Each area/zone is monitored by one independent
loop whereas each floor is monitored by two loops.
1.4.3.4 The fire detector detects the fire in the early stage by sensing one of its
characteristic phenomena like combustion gases in fire, rise of temperature
due to fire and convert the same into an electrical signal for initiating the
alarm.
1.4.3.5 Detectors used in the buildings are all addressable detectors. The following
types of detectors are used in the buildings .
(I) Multi sensors
(II) Manual call points (MCP).
1.4.3.6.1 The above detectors are individually addressable type. In individually addressable
type, the detector which has detected the fire can be identified on the fire alarm
panel. Each individually addressable detector shall transmit its address and
analogue value in terms of voltage signal which is normally proportional to the
smoke concentration or temperature inside the detector chamber, corresponding to
the smoke / temperature, to the fire alarm panel.
1.4.3.7 The fire alarm panel shall continuously monitor the status of the detectors and
connecting lines. The panel shall evaluate the analogue information received
from each addressable detector and compare with set value to check for alarm
condition.
1.4.3.8 FA panel comprises of loop interface boards with specified loop capacity.
The individual elements (detectors / sensors/control / fault isolation modules /
interface modules) are looped together and connected to the loop interface
board on the FA panel on a 2 wire circuit (class B operation as per UL
standard).
1.4.3.9 The FA panel evaluates the analog information received from each
addressable detector and compares with set value to check for alarm condition.
1.4.3.10 The FA panel can individually communicate with the central PC system
located in the Project Station building by means of dedicated local area
network. The information from FAP is available in the central computer.
One potential free contact per loop/zone shall be provided for use in control of
ventilation system, one potential free contact per loop/zone for use in
extinguishing system. In addition, one spare contact shall be provided for each
of the loop/zone.
In the Project Station building, facility shall be provided to indicate the status of
the detector, sequence of the events, alarm and trouble summary etc. by
providing visual display unit and printer connected through PC and keyboard.
All floors of Project Station building (except GF), Auditorium building and
Substation building are provided with repeater panels. All alarms and
indications of FA panel are repeated in the repeater panel. Repeater panels shall
be provided with additional LCD & VDU display, which shall repeat the
information related to Floor Elevation, Room no. and Detector no. etc which
is also displayed in the Main Fire Alarm Panel located at Ground floor of
Project Station building. Repeater panels shall allow acknowledgement of all
alarm signals generated by fire alarm system.
For any failure of computer system in the main computer, the FA panel shall
operate in standalone mode. Indication of failure of communication with the
main computer system is available in the Main fire alarm and on the repeater
panels.
1.5.1 The TENDERER shall be deemed to have carefully examined all the parts of
the specification in its complete form and to have been fully informed and
satisfied himself as to the details, nature, character and qualities of the items to
be supplied, site conditions and seismic requirements and other pertinent
matters and details.
1.5.3 The TENDERER shall specify all deviations with respect to this specification
in the appropriate schedule. The deviations other than those indicated in the
Schedule of deviations shall not be considered.
1.5.4 The TENDERER shall furnish all the data called for in the schedules in the
standard proforma to facilitate correct evaluation of his tender in a most
expeditious manner. It is in the interest of the TENDERER to submit the tender
in the above manner failing which it is likely that his tender may not be
considered.
1.5.5 The TENDERER shall submit all supporting information, technical data,
catalogues, drawings and quality assurance to enable the PURCHASER to
make a detailed comparison and evaluation of TENDERS without the need for
further information from the TENDERERS. The TENDERER shall also
submit all information/price schedules.
Photoelectric smoke detector sensing chamber shall be optimised to minimise the effect of
dust deposit over a period of time. The chamber cover shall be removable for ease of cleaning
or replacement. The point-type multi-sensors shall incorporate screens designed to prevent all
but the very smallest of insects from entering the sensing chamber (50 holes per square
centimetre or more).
Combination Mode
The sensor should be able to operate as a Photoelectric sensor but when the ambient
temperature reaches 40o C or above, the thermal elements should be capable of sensing
the ‘Rate of Rise’ and adjust the sensitivity of the photoelectric element automatically.
The sensitivity of the photoelectric should be increased via an internal algorithm.
Photoelectric mode
The sensor should be able to return the analogue value for the photoelectric element
during a normal polling sequence.The sensor should also be able to signal to the FACP
if the thermal sensing element exceeds a fixed temperature threshold.
Thermal mode
The sensor should be able to return the analogue value for the thermal element during a
normal polling sequence. The sensor should also be able to signal to the FACP if the
photoelectric sensing element exceeds a pre-defined threshold.
The multi-sensor shall incorporate two LED’s, clearly visible from the outside, to provide
indication of alarm actuation. The LED’s should be controlled from the FACP if the LED’s
flash during the normal polling sequence.
The modes of the multi-sensor should be controlled by the FACP, when the FACP
changes from one mode to another the FACP should re-calibrate the multi-sensor.
In locations where the detector is not readily visible, remote indicator units shall be
provided. The multi-sensor should have the capability of monitoring both sensing elements, if
either or both of the elements fail it should be reported and displayed at the FACP.
1.6.4. ANALOGUE ADDRESSABLE BREAK GLASS MANUAL CALL POINT
(i) MCP consists of a push button which shall be designed to permanently
withstand corrosion, as defined by international standards and consists of
an aluminium cast housing. A built in alarm lamp indicator shall be
provided. It shall have a clear inscription reading “ IN CASE OF FIRE
BREAK GLASS” on the MCP front plate not on the glass. The MCP
housing shall accommodate a sealed electronic circuit for address system.
(ii) The enclosure of the manual call point shall be dust, weather and vermin
proof, having degree of protection IP: 54. The complete unit shall be
painted fire red shade NO. 536 as per IS – 5. The internal surface of the
enclosure shall be painted with semi glossy white. The push button knob
shall be red in color.
(iii) The manual break glass unit shall be addressable type and suitable to
connect with two wires to FAP signalling line circuit loops.
(iv) The manual break glass unit shall be electrically compatible with the
standard range of automatic detectors so that it can be connected directly or
through interface on line module into a supervised two-wire zone of the
manufacturer’s standard range of control units for wiring. The manual
break glass unit shall permit its use as semi flush/mounted unit. . The
manual break glass units shall be designed for fast, simple and failure proof
dismantling and assembling. The manual break glass unit shall have
sealable openings for wire introduction through compression cable glands
on top and at the bottom of its housing. The manual break glass unit shall
have an internal as well as external terminal for connection of the earthing
wire with a section of upto 2.5 sq.mm (AWG 13).
(v) The lid of the manual break glass unit shall be permanently fixed to the
body of the call point by a hinge. Every opening/removal of the cover shall
release an alarm. The manual break glass unit shall release alarm upon
breaking the glass.
(vi) The alarm contacts shall be of self cleaning design to prevent failure after a
prolonged period of inactivity in unclean environments. The manual break
glass units shall be designed for failsafe operation.
(vii) The manual break glass units shall have screwless terminals with built-in
strain limits, accepting wires of 0.5 to 1.5 sq.mm (AWG 20 to 15). The
manual break glass unit alarm actuating mechanism shall be equipped with
strain limits preventing permanent deformation of P.C.B. and contacts.
The manual break glass units shall be equipped with a self holding device
to maintain the alarm condition until reset by an authorised person. The
manual break glass unit housing shall accommodate as an option the sealed
electronic circuit for an individual address system.
Microprocessor based fire alarm panel shall comprise of the processors, various functional
modules, adequate number of loop modules for detector loops, display devices, output
modules for alarm, control & interlocks, communication modules for interfacing with the
central processing unit, power modules, etc. as required by the system to incorporate all the
features called for in the specification.
For the purpose of easy identification and location of the fire, the entire building area is
divided into zones. Zones corresponds to the protective areas which are identified on the
panel.
The fire alarm panel shall receive signals from field devices viz. fire detectors, manual call
points, etc. connected in each loop.
The microprocessor based, intelligent addressable fire alarm panel shall incorporate the
following features:
(i) The annunciation system shall have visual and audible alarms with
accept, reset and lamp test facilities.
(ii) The fire alarm panel shall have a separate alphanumerical display
area for visual annunciation of fire alarm, system faults and to indicate
the address of the detector, connecting line, the zone description and the
action text, if any. The display should be clearly visible even in the
dark. The fire alarm shall be displayed with bold big red letters and
shall flash at a frequency of about 90 cycles per minute.
(iv) Fire alarm panel normal power supply failure shall be annunciated
audio – visually.
(v) Use of earth as a return circuit shall not be allowed for any
annunciation system.
(vi) Accept and reset facility of audiovisual alarms shall be possible
either from the fire alarm panel or repeater panels.
(viii) The fire alarm panel shall have provision for programmed
activation of required annunciations on the main control panel, control
and interlocks with fire protection systems.
(i) Fire alarm panel shall have a degree of protection of IP: 54.
(ii) Fire alarm panel shall be fabricated out of sheet steel having a
minimum thickness of 2 mm, with adequate bracing and stiffeners
provided where necessary to prevent wobbling or buckling.
(iii) All sheet steel shall be degreased, pickled, phosphated and then applied
with two coats of chlorinated rubber based primer and two coats of
finishing paint, both inside and outside with colour shade.
(iv) All doors, removable covers and plates shall be gasketted all around
with neoprene gaskets.
(v) Suitable removable undrilled cable gland plates shall be gasketted all
around with neoprene gaskets.
(vi) The panel shall be completely factory wired, absolutely ready in all
respects for installation at site and termination of all external cabling.
The internal wiring of the panel shall be carried out with 650 V grade,
stranded copper wires of size rated for the current in the corresponding
circuit. The minimum size of the wire shall not be less than 0.8 sq. mm
for electronic circuits and 1.5 sq. mm for electrical circuits & 14 AWG
for grounding.
(vii) Terminal blocks of 650V grade and of adequate size and current rating
shall be provided for terminating all external cables. A minimum of 10
percent spare terminals shall be provided on the terminal blocks. The
type, size and make of the terminal block shall be subject to
PURCHASER‘S approval.
(ix) All wiring termination shall be done using ferrules having indelible
marking.
(x) All floor mounted, free standing panels shall be provided with 240V, 1
– phase AC, fluorescent lighting fixture for interior illumination
controlled by a door switch. A 240V, 1phase, 5A, 3 pin receptacle shall
be provided on the fire alarm panels.
(xi) The fire alarm panel shall have provision for necessary control and
interlocking functions where the following systems / equipment are
provided on occurrence of a fire in corresponding zones :
(a) To switch off the air conditioning
(b) To close fire proof dampers in ventilation ducts.
(c) To switch off exhaust fans.
(d) Initiating the required alarms on the main annunciation panel / fire
station / security.
(i) Central processing unit (housed in the fire alarm panel) utilizing the
microprocessor shall form the central monitoring of all the functions of
the fire alarm system.
(ii) CPU shall have provision for communicating / interfacing with various
components of the microprocessor based fire alarm system viz. fire
alarm panel, VDU, printer etc.
(iii) The system software shall be specifically designed for fire detection
and alarm system application which includes alarm processing, control,
status monitoring and various other functions to meet all the
requirements of the system specified.
VDU with processing unit and keyboard (PC) shall be provided in Project Station building, in
addition to the fire alarm panels.
Data Base Manager is to manage all data on an integrated and non-redundant basis. It shall
allow additions and deletions to the data base without detriment to the existing data. Cross
linkages are to be provided such that no data required by a software program may be deleted
by the operator until that data has been deleted from its respective program.
1.6.11. PRINTER
Printer shall provide all outputs of status, alarms, events, acknowledgement, reset,
commands, selection etc. with time and create records.
Alarms shall be highlighted differently than other messages, including type, location, time,
date, address of alarm point etc. Multiple alarm shall be recorded in chronological order. If
an alarm is received during the preparation of the reports, the printer shall interrupt the report
to record the alarm received and resume automatically on receipt of alarm.
The CONTRACTOR shall supply and install, test / commission all cables including special
cables required for interconnecting fire alarm panel, detectors, manual call points, CPU, main
control panel for annunciation purpose, VDU, printer etc. so as to include cabling for the
complete fire detection and alarm system.
Cables for the fire detection and alarm system shall be
I. 2Cx 1.5 sq. mm , Twisted pair , 650/1100V grade, PVC insulated, FRLS PVC inner &
outer sheath, unarmoured, stranded, copper cables shall be used between the main FA
panel and the detectors -i.e. looping of the detector and power cable for control
module, individual FA panel and repeater panels.
II. 6cx1.5 sq.mm Twisted pair , 650/1100V grade, PVC insulated, FRLS PVC inner &
outer sheath, unarmoured, stranded, copper cables shall be used as interface cables for
interconnecting the FA panel to Repeater panels and Communication cables for Local
Area Networking (LAN) interconnecting the FA panel to PC.
All cables supplied shall bear the relevant ISI certification mark. Cables without the
ISI certification mark shall not be accepted. The make of cable supplied shall be
subject to PURCHASER’S approval.
After installation, each core of the cable shall be tested in the presence of the
PURCHASER‘S representative for continuity and insulation resistance to earth and
between cores. These test values shall be submitted by the CONTRACTOR along with
the test reports.
Cable laying shall include laying, pulling of cables, proper dressing of cables, supply
and installation of cable fixing saddles, spacers and nylon cord for tying as required.
Cable termination shall include making the requisite holes in the gland plate of the
equipment, fixing the cable glands, terminating the cables in the gland, fixing of
crimping type cable lugs on each core if necessary ferruling and dressing of cable
cores inside the panel and connection to the equipment terminals. The cable and core
identifying tags / ferrules shall be supplied and installed as part of the cable
termination work.
The cables used for fire detection system are exclusive and are not shared with any
other system. The cables are routed away from other system cables.
After award of contract, necessary drawings related to this scope will be provided by
the PURCHASER. The CONTRACTOR shall design the routings for conduits and
cables and the same should get approved by the PURCHASER. Based on that the
CONTRACTOR shall install conduits, pipes and ducts embedded in walls. All
accessories / fittings required for making the installation complete, including but not
limited to ordinary and inspection tees and elbows, checknuts, brass or galvanized
steel end caps, PVS / brass bell mouths for water - proof / fire - proof sealing, pull
boxes, saddles, spacers and required steel supporting work shall be supplied by the
CONTRACTOR. Conduit fittings shall be of the same materials as conduits.
Conduits / pipes running horizontally above false ceiling and other exposed conduit
running along the walls / structural members wherever necessary will be under
CONTRACTOR'S scope. All conduits / pipes shall have their ends closed by caps
until cables are pulled.
Each conduit run shall be marked with its designation. Identification shall be by
means of painting so located that each run of conduit is readily identified at each
end. Where conduits terminate at flush mounted boxes, cabinets or other
enclosures, the designations shall also be painted on the inside of the enclosure
adjacent to the conduits.
The CONTRACTOR shall have available at side dies for threading pipe or conduit
Of diameters and threads corresponding to the standards of the countries furnishing
the equipment. He shall thread or cut off and rethread pipe / conduit and shall install
adapters or reducers when required to connect sections conforming to different
standards or specifications. He shall ream out threads and weld conduit to join the
system together, if necessary. When cutting a conduit, it shall be firmly held in a
vice or by other suitable means, and shall be cut square, preferably using cold cut-off
saw, power hacksaw or other approved tool for cutting conduit, without leaving
larger inside burrs or otherwise leaving damaged end. Cut ends shall be reamed and
all burrs and sharp edges removed. Ends requiring threading shall have field run
threads cut clean and true with sharp, unworn dies to conform with pipe thread
standards for thread dimensions, length of threads, depth of thread and taper. All
field threaded ends of metallic conduits / pips shall be reamed after threading and
anticorrosive paint applied.
Exposed conduit (if any) shall be adequately supported by racks, clamps, straps or
by other approved means. Conduit supports shall be erected square and true to line
and grade with an average spacing between as given below, except where details
give closer spacing. Nominal Bore (dia) - 16 to 25 mm -1.2M
For long conduit wiring runs, inspection / pull boxes shall be provided at intervals
not exceeding 10 m. Such facilities shall also be provided at conduit bends.
I. TYPICAL CHECKS
(a) Check name plate details of every associated equipment according to
(b) specification.
(c) Check physical damage if any.
(d) Check for tightness of all bolts ,clamps and connecting terminals.
(e) Check cleanliness.
(f) Check earthing.
(g) Check hooters provided.
II. ELECTRICAL CHECKS
(a) Each wire shall be traced by continuity tests and it should be made sure
that the wiring is as per relevant drawings. All interconnection between
panels/equipment shall be similarly checked.
(b) All the wired terminals shall be meggered to earth.
(c) Functional checking of all control circuit.
(d) Insulation resistance test of all circuits.
The following drawings / documents shall be furnished along with the Tender:
i) Drawing of individual equipment indicating overall dimensions / part list
/ specifications.
ii) Write up on operation of the system.
iii) Write up on fire detection and alarm system, with model numbers,
features and other technical specification of the equipment/device which
they are offering.
iv) Manufacturer’s catalogue on individual equipment offered.
v) Document indicating makes of bought-out items.
• Dimensional drawings, giving overall dimensional details, foundation and cable entry
particulars, weights, the necessary internal details, bill of materials, etc., for :
i) Fire Alarm Panel
ii) Main Annunciation Panels
iii) Repeater Panels
iv) Junction Boxes
v) Fire Sirens
vi) Manual Call Points
• Detailed write-up explaining the principle and operation of the complete fire alarm
system.
• List of inscriptions on modules / facia windows of the Fire alarm panels.
• Calculation for arriving at the number of detectors .
• Detailed layout drawings of all areas in the plant indicating location of detectors,
manual call points fire alarm panels, junction boxes, sirens, etc., and showing details
of mounting of the detectors and routing of the CONTRACTOR’s cables between
detectors, manual call points and junction boxes.
• Approval of relevant drawings from the Tariff Advisory Committee and other bodies
as applicable.
• List of routine, type and functional tests and the test procedure, for all equipment
supplied under the contract.
• Technical details of all cables being supplied by the CONTRACTOR.
• Interconnection schedule giving full particulars of cable type and terminal connection
details to be made between various component/devices of the system. Cable
schedules and design drawings shall be made as built after the installation.
• Approvals / clearances and test certificates for :
i) All flame-proof equipment
ii) All types of detectors offered.
iii) Cables.
(a) Ionisation type smoke detectors using radioactive method from DRP or
any other internationally recognised institute.
(b) Sensitivity / response time for all detectors.
• Guaranteed technical particulars of all equipment supplied under the contract and
additional details as required.
• Copies of all routine and type test certificates for all equipment / systems covered under
this contract.
• Detailed instruction manual for the fire alarm system provided.
1.13. SPARES.
The TENDERER shall include in his scope of supply, all the necessary (ii)
Essential spares and (iii) Recommended spares, as described below. The spares,
ordered by the PURCHASER, shall be delivered at site along with the main
equipment. The requirement of 'Essential' and 'Recommended' spares shall be
for a period of five (5) years of satisfactory operation of equipment. The
PURCHASER reserves the right to finalize the exact quantities of the spare
parts and effect price adjustment on the basis of the unit rates quoted by the
TENDERER.
ESSENTIAL SPARES
a) Essential spares are those spares which are considered necessary by the
PURCHASER for five (5) years of normal operation of the system.
b) The TENDERER shall quote unit rates for each Essential spare. The total
price of all Essential spares, as enlisted in the tender document, shall be
considered for tender evaluation. The PURCHASER reserves the right to
alter the items and/or quantities of spares while placing the order.
c) In case any Essential spare part is considered as not applicable for the
equipment offered by the TENDERER, the same shall be indicated as 'Not
Applicable'. However, the TENDERER shall still indicate the prices for
each and every Essential spare item specified in the tender document in
the Schedule of Prices, whether he considers it necessary or not to have
such spares. If the TENDERER fails to quote the price of any essential
spare item, the highest price quoted by other TENDERERS for that
particular item shall be considered for loading his TENDER.
RECOMMENDED SPARES
b) The TENDERER shall take into consideration the shelf life of spares
offered when deciding on the list and quantity of spares. The
TENDERER shall also indicate the service expectancy period for the
spare parts under normal operating conditions before replacement shall
be necessary.
a. For all major equipment, the CONTRACTOR shall provide appropriate structural steel
members for mounting various handling devices which are necessary for the
dismantling and reassembly of equipment components during erection and
maintenance.
b. The TENDERER shall indicate and include in his scope of supply all the necessary
tools and tackles required for erection, maintenance and servicing of the equipment
and components. The PURCHASER reserves the right to exclude any of the above
items from the TENDERER's scope of supply and effect price adjustments on the
basis of the unit rates quoted by the TENDERER. Maintenance tools and tackles
supplied shall be new and unused. The despatch of tools, tackles and lifting devices
shall be synchronised with the despatch of the related system/equipment.
c. The CONTRACTOR shall supply all tools and tackles clearly marked with its size
and/or purpose. They shall not be used for erection purpose.
d. Each set of tools and tackles shall be suitably arranged in fitted boxes of mild steel
construction. The number of boxes being determined in relation to the layout of the
plant in question. The taps, stocks and dies shall be kept in approved mild steel boxes
with compartments for individual items. If the weight of any box and its contents is
such that it cannot be conveniently carried it shall be supplied on steerable rubber
tyred wheels.
e. Each tool box shall be fitted with a lock and two keys and shall be painted navy blue
and clearly marked in white letters, with the name of the system/equipment for which
the tools and tackles are intended.
f. The tools and tackles with the appropriate boxes are to be handed over to the
PURCHASER at the time of issue of the taking over.
g. The tools and tackles set shall necessarily consists of the following
Universal Detector Removal Tool : Universal detector removal tool suitable for use
with the majority of detectors with colour coded tri-grips twist into place to create
different size combinations. The combinations of the tri-grips shall enable
removal/replacement of different size detectors. The tool shall have a universal joint
ensuring that the tool remains parallel with the ceiling while in use, providing easy
extraction and replacement – even on detectors that cannot be accessed from directly
underneath. It shall allow removal/replacement of detectors at angles and adjustable
for different sizes of detectors.
Telescopic Pole
Telescopic pole shall extend from 1.26m to 4.5m in 4 sections allowing access to
detectors fitted up to 6m and shall be made up of . strengthened durable fiberglass. It
shall be of light weighted and portable. ‘Total lock’ system shall ensure easy telescopic
section lock and never allow twist. Removal Tool shall simply slide into top of pole
and are released by pressing a button. It shall be made up of non-conductive material.
1.15. TRAINING
e. The Charges for training the PURCHASER’s personnel and the cost of
training material, if any shall be included in the price for supply erection,
testing and commissioning.
f. The CONTRACTOR shall provide all necessary instruction material for
training which shall include manuals, booklets, pamphlets, drawings,
sketches, models, pictures, photo, colour slides, films etc. The training and
instruction material shall become the property of the purchaser.
b. With respect to the goods covered in the specifications the CONTRACTOR shall
provide to the PURCHASER guarantees:
a) Of Title:
The CONTRACTOR warrants that the goods are not subject to any
security interest, lien or other encumbrance.
c) Of Performance:
The CONTRACTOR shall guarantee that the goods furnished by him
shall be in full accordance with the requirements of this specification.
d) Of Quality:
The CONTRACTOR warrants that the goods are new and of high quality
and that the goods shall be free of defects in design, materials or
workmanship for a period of twelve(12) months from the date of
commissioning of the corresponding equipment.
c. If within the expiry of the stipulated warranty period, the subject goods or any
parts thereof are found defective because of design, workmanship or materials, the
CONTRACTOR at his own expense, repair or furnish and install replacement parts
within 15 days from the date of such intimation. Design, workmanship and
material of such repairs / replacements shall be approved by the PURCHASER.
The guarantee period for replaced parts or repair work shall be the same as above.
d. During warranty period Periodical testing and cleaning of all equipments, devices
connected in the network shall be carried out preferably once in a month. Supplier
shall quote for Comprehensive AMC for the period of 03 years which starts after
the warranty period. AMC scope shall include
e.
a. all breakdown maintenance
b. periodical testing and cleaning of all equipments and devices shall be
carried out once in a month
c. Quarterly preventive maintenance of all equipments and devices
During warranty and AMC period, the bidder shall record all tests and system
calibrations and a copy of these results shall be retained on site in the System
Log Book.
1.17. DATA SHEETS / SCHEDULES
1. DETECTORS
1.1 Resettability of detectors Self-resetting / remote resettable /
locally resettable / non – resettable..
1 Green room-1 1
2 Display lobby-1 8 6 1 1 1 1
3 Server room
4 Lunch room 1
5 Rest room 1
6 Pantry
7 VIP Lunch room 1
8 CMD, Chairman 6 4 1 1
9 Discussion room 2 1 1 1
10 Office & PA 1 1
11 Visitor Lounge 2 1 1
12 Green room-2 1
Sl.No. Description AFC BFC LAS MCP HD TC FACP FACP(R) Hooter
15 Projector room 1 1
16 Lobby area-2 1
17 Electrical room 1
18 Display lobby-2 1 1 1
Total 23 16 6 6 1 8 - 3 3
SUB STATION BUILDING
Electrical room 1
Total - - - - - - - 1
Grand total 165 139 37 38 6 128 1 8 13
ABBREVIATIONS
AFC Above false ceiling
BFC Below false ceiling
TC True ceiling
RI Response Indicator
LAS Loop addressable sounder
MCP Manual call point
FACP Fire alarm control panel
FACP(R) Fire alarm control panel
(Repeater Panel)
PART-II
The Tenderer shall furnish technical parameters of various components offered in the format of
Data Sheet for each equipment given below:
DATA SHEET-B
Sl. Item
No.
I Detectors/Sensors
5 Type of pedestal
6 Material of pedestal
10 Pedestal provided with suitable conduit / pipe for routing cables to MCP.
Yes / No
11 General
12 Whether all type of detectors are plug – in unit, fitting into a fixed base.
Yes / No
Whether the detectors with variable settings are provided with mechanical
17 stop for maximum and minimum settings Yes / No
Whether test facility on each individual detector provided for testing at site
19 as specified. Furnish the details for each type. Yes / No
20 Whether detectors (as applicable) are provided with inset guard Yes / No
Multi sensors
1 Make
3 Applicable standards
4 Principle of operation
Page 39 of 49
Whether sensitivity / response threshold value adjustable at site (if ,
7 so indicate range and type of setting)
Meters
Maximum and minimum mounting height at which the detector
8 operates satisfactorily
11
ABBREVATION:-
NOTE :- The Equipment mentioned in the above Tables shall be complete with all
accessories to meet the specified Performance and Operational requirement As
enumerated in Various Sections of this Specification. In case of multi sensors,
technical data sheet shall be filled for all sensors.
Page 40 of 49
2.1.GENERAL PARTICULARS
SIGNATURE ______________
DESIGNATION ______________
COMPANY ______________
DATE ______________
SEAL OF COMPANY
Page 41 of 49
2.2.DELIVERY SCHEDULE.
The TENDERER shall indicate the times for manufacture, delivery and other
activities of each equipment as shown below:
SIGNATURE ______________
DESIGNATION ______________
DATE ______________
Page 42 of 49
2.3.DATA & MANUALS SUBMISSION SCHEDULE.
Drawings/Documents
The TENDERER shall give below the list of special erection and maintenance
tools and tackles offered by him.
SIGNATURE ______________
DESIGNATION ______________
DATE ______________
Page 43 of 49
2.5.LIST OF SPARES
a) Essential
Spares
b) Recommended
Spares
(Discounting
quantity of
essential spares
above)
SIGNATURE ______________
DESIGNATION ______________
COMPANY ______________
DATE ______________
SEAL OF COMPANY
Page 44 of 49
2.6.PROOF OF ABILITY.
The TENDERER shall furnish here a list of all similar jobs and letter of
appreciation from them executed by him to whom a reference may be
made by the PURCHASER in case the PURCHASER considers such a
reference necessary.
Work Contact
Description of work Delivery Actual
SL. Order or Value of Address
including quantity of Date as Date of
No. P.O.No. Work of
items per P.O. Delivery
and Date Purchaser
SIGNATURE ______________
DESIGNATION ______________
COMPANY ______________
DATE ______________
SEAL OF COMPANY
Page 45 of 49
2.7.LIST OF DEVIATIONS.
All deviations from the technical specification shall be filled in by the TENDERER clause by
clause in this schedule.
The TENDERER hereby certifies that the above mentioned are the only
deviations from the technical specification of the enquiry.
SIGNATURE ______________
DESIGNATION ______________
COMPANY ______________
DATE ______________
SEAL OF COMPANY
Page 46 of 49
All deviations from the contract conditions shall be filled in by the TENDERER clause by
clause in this schedule.
The TENDERER hereby certifies that the above mentioned are the only
deviations from the General Conditions of the Contract.
SIGNATURE ______________
DESIGNATION ______________
COMPANY ______________
DATE ______________
SEAL OF COMPANY
Page 47 of 49
2.8. GUARANTEE.
TENDERER shall indicate tolerances applicable to each of the guaranteed parameters above
and the reference standards.
The Contractor warrants that the goods supplied under this Contracts shall be new, of high
quality and free from defects in design, materials or workmanship and shall perform
satisfactorily during the guarantee period.
The Contractor guarantees that the goods furnished by him shall be in full accordance with
the Contract.
If during the stipulated guarantee period, the subject goods are found defective of design,
materials and workmanship, the Contractor, shall (at his own expense), repair or furnish and
install replacement parts/equipment approved by Purchaser. The guarantee for the replaced
part or repaired work shall also be as per the original equipment supplied under this Contract,
SIGNATURE ______________
DESIGNATION ______________
COMPANY ______________
DATE ______________
SEAL OF COMPANY
Page 48 of 49
2.9. DECLARATION SHEET.
a) The Tenderer Confirms that he has carefully examined Part I to Part III
of the Tender and have fully informed and satisfied himself as to the
nature, character and qualities of items to be supplied, site conditions,
seismic and other special requirements, and other pertinent meters and
details.
d) The Tenderer confirms that his firm has clearly understood the
implication of the delivery period of this Contract and the guarantees
involved. He agrees to abide by the liquidated damages stipulated in this
Tender.
e) The Tenderer confirms that his firm either singly or along with his
collaborator has the adequate technical capability to design,
manufacture, test, erect and commission the equipment/system and meet
the performance requirements as specified in the Tender.
SIGNATURE ______________
DESIGNATION ______________
COMPANY ______________
DATE ______________
SEAL OF COMPANY