Sie sind auf Seite 1von 49

SECTION – C

TECHNICAL SPECIFICATION
FOR

FIRE DETECTION AND ALARM SYSTEM


FOR
PROJECT STATION BUILDING
CONTENTS

PART-I : TECHINCAL SPECIFICATION

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 Scope of Supply/Works:


1.1.1.1 The equipments which shall be supplied by contractor are indicated in the
enclosed Annexure. Spare parts and maintenance tools as described in this
specification shall be supplied by the contractor.

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.

1.1.1.5 The entire system comprises of the following individual components:


(i) Individual detectors, monitoring, control and relay modules.
(ii) Fire alarm monitoring and control panel along with PC, printer,
monitor, rack etc at the ground floor entrance of Project Station
building.
(iii) Repeater fire alarm panels at all floors (total 4 floors) except ground
floor of Project Station building, Auditorium ground floor and
Substation building.
(iv) 2 core, 1.5 sq. mm, Twisted pair, FRLS cables connecting the
individual fire detectors, monitoring, control and relay modules.
(v) 6 core, 1.5 sq. mm, twisted pair, FRLS cables connecting the repeater
panels and main panel in Project Station building.
(vi) Power supply unit to the main panel along with battery backup to draw
power from 240Vac Power Supply Sockets.
(vii) Interconnecting of Aspiration system installed in Auditorium with main
panel in Project Station building
(viii) Interconnecting of detectors installed in Substation building with Main
panel in Project Station building
1.1.2 Exclusions:
Following item, is excluded from the scope of the work.
(i) Civil Works ( Foundation and Embedded parts in concrete).

1.1.3 Terminal Points:


CONTRACTOR shall supply, install, test / commission all fire alarm system
equipment including all interconnecting cables between various fire alarm
system equipment and associated cable glands and lugs. As such no terminal
point except that PURCHASER shall provide two nos of 240V, single phase,
AC .

1.1.4 Option for Placement of Order:-

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.

1.2 PROJECT DATA / SITE CONDITIONS

1.2.1 Purchaser : BHAVINI

1.2.2 Project Title : 500 MWe Prototype fast


Breeder Reactor Project (PFBR)

1.2.3 Location : Kalpakkam, 80km South of


Chennai on the Coast of Bay of
Bengal Latitude12° 33’ North &
Longitude 80° 11’ East.

1.2.4 Elevation above : 6.904m Above MSL.


Mean Sea Level (MSL)

1.2.5 Nearest Sea Port : Chennai – 80km from


Kalpakkam.

1.2.6 Nearest Air Port : Chennai(Domestic&International)


70km from Kalpakkam.

1.2.7 Nearest Rail head : Chengalput 32km from


Kalpakkam.

1.2.8 Nearest National Highway : NH 45 – Passing Through


Chengalput.

1.2.9 Transport : By Road, Rail and Sea.

1.2.10 Ambient Temperature


(i) Maximum dry Bulb Temperature : 316.6K (43.6°C)
(ii) Minimum dry Bulb Temperature : 290.6K (17.6°C)
(iii) Design Ambient Temperature for
Electrical Equipment/Devices : 318.6K (55°C)

1.2.11 Relative Humidity(RH) (condensations) : Max. RH = 100%,


Min. RH = 15%.

1.2.12 Air Quality : Air is Salt laden, free from


chemical pollution

1.2.13 Rain Fall : Average annual Rainfall =


1312mm
Highest = 2112mm,
Min.= 567mm.

1.2.14 Tropicalisation : Required.

1.3 LIST OF APPLICABLE DOCUMENTS

1.3.1 Codes and Standards


The design, material, construction, manufacture, inspection, testing and
performance of Fire Detection & Alarm System supplied shall comply with the
latest editions (including amendments thereto) of all currently applicable
standards, statutes, regulations and safety codes in the locality where the
equipment shall be installed. Nothing in this specification shall be construed to
relieve the CONTRACTOR of his responsibility. In case of conflict between
the standards, stringent specifications out of these standards shall govern,
whereas in case of conflict between the standards and this specification,
requirements of this specification shall govern. Other National Standards are
acceptable if they are established to be equal to or superior to the listed
standards. In all such cases, however, copies of English translation of such
National Standards shall be attached to the tender. The tenders not complying
with this requirement are liable for rejection. The latest currently valid codes &
standards as on the date of the offer made shall govern. In case of any
alterations in system / equipment required due to changes in the codes &
standards after placement of Letter of Intent, same shall be mutually discussed
and agreed upon by the VENDOR and PURCHASER.

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.

1.4.2 SYSTEM OPERATION

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.

(a) Project Station building (Ground + Four floors)


(b) Auditorium building (Ground + two floors)
(c) Substation building (Detectors already installed shall be connected as
One Loop)

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.

1.4.3.11 Following indications shall be provided on the fire alarm panel.


(a) Fire.
(b) Fault.
(c) Isolate.
(d) Pre-alarm .
(e) Multiple alarms.

Following controls shall be provided.


(f) Push button -Acknowledge.
(g) Push button- Reset.
(h) Push button -Test.
(i) Push button - switch -Isolate.

Following information shall be displayed on the panel.


I. Detector identification number (for addressable detectors).
II. Connecting line identification number.
III. Area description.

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.

1.4.3.12 Normal Condition


During normal condition of operation of detection system, quiescent current
shall flow through each connecting line. Local indication of individual detector
shall be continuously ON and all indications of fire alarm panel except ‘MAINS
ON’ shall be in “ off “ condition.

1.4.3.13. Shut down Condition


The fire detection and alarm system shall be in operation even during 240V ac
power failure for continuous 24 hours in normal condition and further 5 minutes
in ALARM condition.
1.4.4 Operation under OFF Normal Condition

1.4.4.1 Fire condition


Whenever the fire occurs in any area, the following sequence of events take
place.
a. One of the detectors located in the area after sensing the fire, shall send an
alarm signal to the fire alarm panel.
b. The fire alarm panel verifies the signal by sending a reset signal to the
detector or comparing with reference level set in the panel. After a
predetermined time (the time is field settable) if the detector is still in alarm
condition the panel confirms it as a fire alarm.
c. Once the fire alarm panel has reported the fire condition, following
sequence of annunciation take place in Project Station building on the fire
alarm panel. i.e. fire indication. If one more fire incident takes place
immediately before the first incident is set off, ‘new fire’ indication comes.
FAP faulty signal comes if any fire alarm panel becomes faulty. The
hooters located at convenient places in Project Station building,
Auditorium and sub-Station buildings shall give audible alarm.
The detector and the connecting line identification numbers and zone
description shall be displayed on the fire alarm panel.
(d) Simultaneously LED mounted on the detector shall light up.
(e) The status shall be reported to Data processing unit located in Project
Station building which shall give area description, the type of detector
and detector identification number and time on VDU.
(f) The audio visual alarm shall be annunciated through main annunciation
scheme in the main control panel indicating the sector (building) in which
the fire has occurred.
(g) The audible alarm can be silenced by the acknowledge push button
provided on panel or through system control terminal.
(h) Main control panel visual indication shall be reset like other annunciation
only after initiating contact in Fire alarm panel is reset.
(i) In case of multiple alarms, the multiple alarm indication shall be ‘ON’.
The indicated alarm shall be displayed on the fire alarm panel in
chronological order by pressing the push button provided on the fire
alarm panel.
1.4.4.2 Pre alarm
If the detector gets gradually polluted due to dust and other particles entering
inside the detector, the sensitivity of the detector changes. This shall be
indicated on the fire alarm panel as pre Alarm condition. This condition
indicates that detector needs servicing. The indication appears in the connected
fire alarm panel.

1.4.4.3 Test Condition


The healthiness of the system including connecting lines shall be continuously
monitored by the fire alarm panel. Facility to test the line shall be provided.
The healthiness of the lamps and the detectors shall be checked from the fire
alarm panel. The performance of the detector and its base shall be tested in its
location by the test equipment supplied by the manufacturer.
1.4.4.4 Isolation of zone
Facility to isolate any zone/loop shall be provided on the fire alarm panel. The
details of isolation shall be available on VDU in Main control room.
1.4.4.5 Audible Alarm
The audible alarm for fire shall be distinctive and different from any other
plant alarm. The minimum sound level shall be 65 db or 5 db above
background sound level whichever is more.
1.4.4.6 Power Supply Failure
One number of power supply unit for FA panel shall be provided with
adequate backup facility for 24 hours of normal operation and further 5
minutes operation in alarm condition, in case of failure of power.

1.4.4.7. Fault in the fire alarm panel


All the alarm and protection equipment of fire alarm panel shall be monitored.
Facility for auto scanning shall be provided for each card. The fault in the fire
alarm panel shall be indicated by ‘FAULT’ indication on the fire alarm panel.
1.4.4.7 Fault in Detector and Detector Line
An open circuit or short circuit condition of the detector lines, defect in
detector or its base by the way of component or internal circuit failure and
removal of detector shall be indicated on the Main Control Panel as ‘FAULT’
alarm..The fault alarms shall be communicated to Computer System. Even
when Computer System is out of action, fire alarm panel shall indicate the loop
under fire .

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.

1.4.4.8 System Requirements:

• Guidelines in various standards such as NFPA-72, IS:2189 standards etc., shall


be followed.
• 2C X 1.5 mm2 twisted pair PVC FRLS copper unarmoured cables shall be
used for detectors wiring through hot dipped 25mm GI conduits. All loops
shall get terminated at the system installed in ground floor of Project Station
building.
• Each area /zone shall be monitored by two independent loops.
• Control of individual elements of the system is possible from the fire alarm
panel. The FA panel shall be functionally independent and operates in stand-
alone mode. It shall be in operation even when there is failure of
communication with computer system.
• The locations of the individual detectors in the system shall be such that total
area under consideration is covered under the fire alarm detection system,
without any blind zone.
• The loop size shall be designed such that adequate spare capacity is available
in each loop for connecting any device in future.
• Aspiration type detector system installed in Auditorium building shall be
interconnected with main panel in Project Station building via input
addressable module or any other suitable module. The main purpose of
connecting so, is to consider aspiration system also as part of main detection
system and all alarm signals in aspiration system shall be made to known to
main panel and appropriate actions shall be initiated by main panel as like
other alarm signals.

1.5 GENERAL REQUIREMENT.

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.

1.5.2 It is the intent of the PURCHASER to incorporate these specification


documents in the final Contract or purchase order for the supply of material,
equipment and services. The TENDERER is required to review these
documents and clearly state in their proposals their acceptance of the same.
Exceptions, if any, shall be clearly stated in the appropriate tendering schedule.
The final contract between the PURCHASER and the CONTRACTOR shall be
subject to changes, mutually agreed upon between the PURCHASER and the
CONTRACTOR. However, during the execution of Contract, any variation in
the scope of supply to reflect the intent of this specification and to be in line
with good engineering practice shall not be subject to price variation.

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.

1.5.6 In case of conflict between/within various sections of this ‘SPECIFICATION'


or in case of any doubt, the interpretation/decision as given by the
PURCHASER shall be final.
1.6. DESIGN AND MANUFACTURING REQUIREMENTS
1.6.1. GENERAL REQUIREMENT
Fire detectors shall be designed to detect one or more of three characteristics
of fire, smoke or heat. The prime function of a fire detector shall be to detect a
fire in its early stage by 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 local and remote alarms.
(i) The electronic circuit shall be of solid state and of fail safe design and
virtually hermetically sealed to have resistance to humidity and
corrosion and to prevent its operation from being impaired by dust and
dirt.
(ii) The circuit shall be protected against usual electrical transients,
electromagnetic and electrostatic interference (EMI & RFI) normally
present.
(iii) Reverse polarity or fault in the field wiring shall not damage the
detector.
(iv) No moving parts subject to wear and tear shall be provided.
(v) The response sensitivity shall also be field adjustable and not only from
fire panel over a wide range to suit site conditions. It shall be possible
to test the sensitivity of a detector in the field.
(vi) The visual (alarm) response of a detector (by a LED) shall be clearly
visible from the outside by a steady / flashing light of sufficient
brightness.
(vii) The base plate of the detector shall be suitable for mounting on single
junction box for terminating directly the field cable run in conduit. The
field terminals shall be suitable for field wires of core size upto 1.5
mm2.
(viii) The detector shall be suitable to connect to the control unit via a two
wire circuit (Class –B wiring) as per UL standard.
(ix) The fire detectors shall be plug in type. Suitable locking device shall be
supplied along with each detector. It shall be inserted into or removed
from the standard base by simple push twist mechanism to facilitate
easy exchange for cleaning and maintenance.
(x) All types of detectors offered shall have in built electronic circuit for
addressing capability for individual address on the fire alarm panel. In
case of manual call points where the addressing capability is not an
integral part, a separate addressable interface unit shall be provided.
(xi) All types of detectors shall be suitable for connection in any particular
loop / circuit with any other type of detector.
(xii) The detector shall confirm to relevant National and International
Standards such as IS, BS, NFPA, etc. Test certificates shall be supplied
along with the tender.
1.6.2. PLUG-IN-BASES
(i) All detector listed above shall fit into the common plug in type standard
base.
(ii) Once a base is installed, it shall be possible to insert, remove and exchange
different types of detectors by a simple push twist movement. The standard
base shall be equipped with screwless wiring terminals capable of securing
wire sizes upto 2 sq.mm and with built-in strain limits to prevent permanent
terminal deformation and weakening of contact pressure. The standard
base shall be supplied with a sealing plate, preventing dirt, dust,
condensation of water from the conduit reaching the wire terminals or the
detector contact points. All standard bases shall be supplied with
removable dust cover to protect the contact area during installation and
construction phase of the building. The base cover shall allow the check
out and verification of the loop wiring before insertion of any detectors.
(iii) The standard base shall have a built-in mechanism that allows mechanical
locking of an installed detector head, thus preventing unauthorised removal
or tampering. The detector contact points shall be designed to retain the
detector safety and to ensure uninterrupted contact also when exposed to
continuous severe vibration. Reversed polarity or faulty zone wiring shall
not damage the detector.
1.6. 3. Multi-Sensors – Analogue Addressable

The multi-sensor should be capable of monitoring two different sensing elements:


1) Photoelectric
2) Thermal

The design of the point-type multi-sensor

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).

The multi-sensors shall be designed to have high resistance to contamination and


corrosion and shall include RFI screening to minimise the effect of radiated and
conducted electrical interference.

The sensor should be able to operate in the following modes:

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.

1.6.5. ALARM DEVICES (HOOTERS)


(i) Fire alarm hooters shall be addressable type and suitable to connect with
two wires to one of the FAPs signalling line circuit loops.
(ii) The fire detection system shall include the following co-ordinated and
complementary audible signalling devices. The system shall have
provision to annunciate any one or all the hooters on any given condition.
(iii) All alarm devices shall be electronic types (except sirens) for low voltage
and low power consumption. The fire alarm devices connected in parallel
shall be electrically synchronised. The sound intensity of the horns shall be
approx. 10 dB above the room (environmental) background noise. The
manufacturer shall provide exact technical data concerning the sound
output of the alarm devices.

1.6.6. MICROPROCESSOR BASED FIRE ALARM PANELS

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) Continuous supervision of the detector connecting lines, individual


detector performance / operation and disconnection / removal of
detectors.
(ii) The system shall automatically reset on clearance of a fault.
(iii) Discrimination between a real fire alarm and false fire conditions by
incorporating signal verification and other features.
(iv) Individual detector addressing capability.
(v) Detection of over / under sensitive detectors and automatic recalibration
by increasing or decreasing their sensitivity levels based on
environmental conditions like air movement, fumes, humidity, etc.
(vi) Pre alarm in case of any detector / detectors requiring maintenance.
(vii) Facilities shall be provided such that for alteration or access to the stored
program the relevant codes are to be entered. The system should be
protected against interference by unauthorised personnel.
(viii) Compatibility with all detectors / devices connected to the fire alarm
panel.
(ix) Logging of alarms, times and action text on printers.
(x) Programmed activation of various interlocks with fire protection system
and other associated systems such as ventilation and air conditioning etc.
(xi) Programmed activation of sequence of events to be carried out in case of
fire in any particular protective area of the plant including activation of
fire alarm sounders or evacuation alert signal.
(xii) The fire alarm panel shall have facility for hooking up with intra-site
communication system.
(xiii) The circuits shall be arranged such that a fault in the detector or an open
circuit in the connecting line does not affect the operation / performance
of other detectors in that connecting line and does not prevent receipt of
fire alarm signals on the fire alarm panel.
(xiv) Alarm verification features for smoke detectors shall be such that the
detector activates the alarm within one minute if the detector is still in
activated condition. In case of other type of detectors the alarm shall be
initiated within 15 s.
(xv) The fire alarm panel shall have adequate number of detector circuits /
loops so as to cover all the areas to be protected. Provision shall also be
made in the fire alarm panel to add additional detector loop modules for
further expansion.
(xvi) The fire alarm panel and the field devices shall be suitable for Class – B
wiring to meet all the requirements specified for the system.
(xvii) The fire alarm panel shall have provision to transmit annunciations to
main annunciation panel located remotely.
(xviii) The fire alarm panel shall have a provision to provide contact
infrastructure to all the fire protection panels for actuation and also
activity signals to isolation champers.
The annunciation scheme provided on the fire alarm panel shall have 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.

(iii) Hooters provided for audio annunciation in the buildings shall be


clearly audible even at the ambient noise level in the area installed. The
minimum sound level of the hooter shall be either 65 dB or 5dB above
the other noise likely to persist for a period longer than 30 s, whichever
is greater.

(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.

(vii) In case of multiple alarms, the multiple alarm indication shall be


‘ON’. The multiple alarm indication shall be displayed & scrolled on
the fire alarm panel in chronological order through push buttons
provided on the panel.

(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.

1.6.7. FIRE PANEL CONSTRUCTION DETAILS

(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.

(viii) Adequate space shall be provided for termination of external cables.


The minimum distance between two rows of terminal blocks shall be
175 mm. The minimum distance between the lowest terminal and the
gland plate shall be 250 mm.

(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.

1.6.8. CENTRAL PROCESSING UNIT (CPU)

(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.

(iv) The capacity of the processor shall be adequately designed to include


all input / output signals and various functional requirements of the
system.

(v) The processor offered shall be of min 32 bit processor.

(vi) The processor shall be designed to meet the following requirements.


(a) Updating of analog parameters display on VDU shall be less than 1 s.
(b) In case of graphic display, time for display on VDU screen on operators
request shall be less than 3 s.

1.6.9. VIDEO DISPLAY UNIT (VDU) WITH KEY BOARD

VDU with processing unit and keyboard (PC) shall be provided in Project Station building, in
addition to the fire alarm panels.

The VDU shall have the following features :


(i) Color monitor with graphic display facility
(ii) Data retrieval
(iii) Alarm annunciation, accept and reset facility.
(iv) Display of individual detector status sensitivity and setting of detector
sensitivity
(v) Commands and programming facility for performing various functions
Any other features necessary for proper functioning of the system.
(a) The VDU screen size shall be minimum 17 inches.
(b) The software used shall be provided with brief user’s guide menu to
enable the operator for proper use of various menu functions.
(c) Access to various programs and operation shall be through password to
restrict the use to authorized personnel.

The VDU shall be suitable for 240V, 1Ph AC power supply.


1.6.10. OPERATOR STATION SOFTWARE
The system and fire alarm panel in general shall be suitable to be able to be operated from PC.
The Fire Alarm Panel shall have capacity to connect to Building Automation System in future.
The system shall be upgradeable. PC and Printer if connected in remotely future shall have
the following minimum capabilities.
Operator Station (OS) software shall include as a minimum the operating System, Data Base
Manager, Communications Control, Operator Interface (OI) Trend and History Files, Report
Generator and Support Utilities, Scheduler and Time and Event Support Programs.
Real Time operating system shall be true multi-tasking providing concurrent execution of
multiple real time programs and custom program development. “Switching” from foreground
applications to background applications have the background applications are suspended is
not acceptable.

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

A separate printer connected to CPU shall be provided in Project Station building.

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.

All changes to system programming shall be recorded automatically.


Communication with CPU shall be monitored and faults displayed on the VDU.
The printer shall be suitable for 240V, 1 pH AC power supply.

1.6.12. CABLE & CABLING ACCESSORIES

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.

The CONTRACTOR shall coordinate his activities for installation / wiring of


detectors, laying of cables in various areas etc. with other contractor in the respective
areas.

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.

1.6.13 CONDUITS, PIPES AND DUCTS.


The conduit shall conform to latest revision of IS : 9537 Part I. The size of the
conduit shall be 25 mm.

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

The fabrication and installation of supports and the clamping or fastening of


conduits to racks and supports shall be included in the scope of work by
CONTRACTOR. Drilled and tapped holes for screw fastening for conduits on
galvanized or painted steel shall be touched up with red lead and same finishing
paint before making up the connections.

Conduit shall be entered into terminal boxes at locations provided by equipment


MANUFACTURER' s designs unless otherwise shown on the drawings, or unless
otherwise directed by the PURCHASER. In general, all equipment enclosures,
cabinets and housings requiring conduit or cable entry shall be provided with
terminal boxes designed for terminating and sealing the ends of paper insulated
cable with compound or will have conduit terminating above level of emergence
from floor concrete, with a wiped joint required between lead sheath and wiping
sleeve on terminal box. However, a reasonable amount of drilling cutting, reaming
and relocating holes shall be considered as normal part of the work. Pull boxes,
junction boxes, outlet boxes and terminal boxes other than standard items and
standard pull sleeves and floor plates, plates terminating conduit runs at cable trays
and other plates in the path of conduit runs should be initially furnished un-
galvanized and without conduit or cable entry holes. The CONTRACTOR will
later be required to cut entry holes located to meet actual conduit locations as
installed after which boxes and plates shall be hot dip galvanized / painted as
required.
Where and if thin wall conduit is specifically permitted, conduit systems shall be
made up in a neat manner, using compression type fittings, which do not require
threading of the tubing. Fittings shall be made up with full thread engagement
between nuts and expansion sleeves and where thin wall conduits enter boxes,
shoulder or fitting shall bear tightly against box, with locknut inside drawn up
tightly. If difficulty in attaining clamping action from both inside and outside of
entry hole is encountered in bringing shoulder of fittings to bear, locknuts shall be
used on the fitting both inside and outside of the box at the entry hole. All joints
shall have structural rigidity and low electrical resistance across joints.

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.

1.7. OPERATING CONDITIONS / REQUIREMENTS


The Fire Detection & Alarm system shall be designed for conditions as below:
Ambient temperature : ranging from 290.5 to 316.5 K(17.5 to 50°C)
Relative humidity : ranging from 10 to 90%
Site altitude : 6.904m above Mean Sea Level.
The equipment shall be capable of operating with the maximum ambient temperature of
316.5 K (50°C).
All requirement shall be designed for operation under saline ambient conditions, being
close to sea.

1.8. IDENTIFICATION OF EQUIPMENT / COMPONENTS.


a) TAG Nos.
i) The Tag Nos. for Detector and Devices shall be as per various layout of
Buildings / areas enclosed.
ii) All panels shall have Tag number and the same shall appear on the front
and rear along with a descriptive name.
1.9. INSPECTION AND TESTING
The equipment covered by this Contract shall be subjected to inspection and
testing. The CONTRACTOR shall provide all services to establish and
maintain quality of workmanship in his works and that of his SUB-
CONTRACTORS to ensure the mechanical/electrical performance of
components, compliance with drawings, identification and acceptability of all
materials,parts and equipment.
The CONTRACTOR shall perform his internal inspection/testing before
offering the equipment for PURCHASER's inspection. Only after ensuring that
his inspection/test results are satisfactory, CONTRACTOR shall offer the
equipment for PURCHASER's inspection. However in case of such tests which
are required to be done only once in the life time of the equipment, the test
shall be carried out in the presence of PURCHASER's representative.
Distracting testing shall be done on the items supplied to purchaser.
The minimum inspection requirements for all components/equipment shall
conform to the design and fabrication requirements as defined in the Codes and
Standards referred to in the Specification document. The type of inspection
shall be as prescribed in Quality Control plan and as agreed upon by the
PURCHASER, and shall include, if applicable, inspection procedures
prescribed by Codes and Regulations recognised by the Governmental
Authority having jurisdiction over the installed goods.
Wherever required, getting approval of Government bodies under jurisdiction
is the sole responsibility of CONTRACTOR for his design, drawings,
manufacturing, testing and inspection by such bodies. In such cases approval
by Government bodies under jurisdiction shall not relieve the CONTRACTOR
from his responsibility of making good of defective
material/equipment/system. However, CONTRACTOR shall keep the
PURCHASER/his representatives informed in writing of any approval or
otherwise any comments of such Government bodies. CONTRACTOR shall
take the concurrence of PURCHASER or his representative before proceeding
with rectification procedures as called by the Government bodies.
Approval or passing of any such inspection by the PURCHASER or his
authorised representative shall not, however, prejudice the right of the
PURCHASER to reject the equipment if it does not comply with the
Specification when erected or give complete satisfaction in service.
COMMISSIONING CHECKS
The typical checks to be carried out at site are listed below ,however not
intended to form a comprehensvie commissioning check list as it shall be the
CONTRACTOR’s responsibility to draw up and carryout such a programme
duly approved by the PURCHASER.

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.

1.10. TRIAL OPERATION AND TAKING OVER

Commissioning stage extends from the moment of take over for


commissioning after Fire Detection & Alarm system completion upto and
including take over under guarantee at the end of successful completion of
“Performance Tests” and includes ‘Preliminary Operation’, “Initial Operation”,
“Trial Operation” and “Performance Test”. During this stage, the system and
Equipment/system shall be carried out under the supervision of the
PURCHASER’s start-up and Commissioning Engineer strictly in accordance
with the Manufacturer’s written instructions. The CONTRATOR’s
Commissioning Engineer shall satisfy himself regarding proper completion of
Equipment erection, pre-commissioningclean up, Electrical Testing ,
instrument testing and calibration . He shall also carry out operating tests to
determine appropriate settings for various devices and also direct minor repairs
which may have to be carried out in the field. All data collected by him during
commissioning shall be handed over to the PURCHASER’s commissioning
team.
On successful completion of testing, commissioning the PURCHASER shall
take over the system and equipment, under guarantee through formal
documentation. Besides the specified conditions governing the period under
guarantee, additional conditions may be imposed and agreed to between the
PURCHASER and the CONTRACTOR depending upon the outcome of the
results of ‘Performance test’.
The operation and maintenance of the system and equipment during the
guarantee period as stipulated in the specification after take over under
guarantee shall be carried out by the PURCHASER’s Operation and
Maintenance Department in accordance with the CONTRACTOR’s
Operation and Maintenance Instruction Manuals and Specific instructions laid
down by the CONTRACTOR’s Commissioning Engineer of specified by him
time to time. The CONTRACTOR shall be responsible for remedying design,
material ,fabrication and is also responsible for constructional defects. During
this period, the CONTRACTOR shall provide, if required by the
PURCHASER the services of Operation Engineers to advise the Purchaser for
such periods and in such number as may be mutually agreed upon. The
CONTRACTOR’s Operation Engineers shall also train the PURCHASER’S
personnel, act as a liasion between the PURCHASER and the
CONTRACTOR, assist the PURCHASER in ordering and obtaining spare
parts ,generally monitoring operation and maintenance and trouble shooting
and supervising repair work under guarantee. On successful Completion of the
guarantee period , the system and equipment shall be taken Over completely by
the PURCHASER but with such conditions as may be mutually agreed to
between the PURCHASER and the CONTRACTOR depending upon the
performance of the system and Equipment during the guarantee period.

1.11.DRAWINGS, DATA AND MANUALS

To be submitted with the bid


The following data shall be submitted with the bid.
Completely filled in Data Sheet and Schedules called in Tender Document.
The TENDERER shall, however, not fill in the figures in the Price
Schedule copy to be enclosed with the Technical Part of the Tender.

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.

1.12.DATA TO BE FURNISHED BY THE CONTRACTOR AFTER AWARD OF


CONTRACT

• 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 literature / catalogues giving full particulars, principle of operation, range


and settings whether settings adjustable at site, colour, material of detector
enclosures, degree of protection, dimensional and mounting details for all types of
detectors offered.

• Detailed internal schematic and wiring diagram for :


i) Fire Alarm Panel
ii) Main Annunciation Panels
iii) Repeater Panels
iv) Manual Call Points
v) All types of detectors offered.

• 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.

The CONTRACTOR shall also furnish to the PURCHASER / CONSULTANT the


required data / drawings / information called for elsewhere in the specification and also
deemed necessary from time to time for design and engineering of the project.

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

a) Recommended spares are those spares which the TENDERER considers


necessary for five (5) years of normal operation and which are in
addition to the Essential spares. The TENDERER shall indicate his
recommended list of spares. Their unit prices shall be indicated in the
Schedule of Prices. The PURCHASER reserves the right to buy any or
all of the Recommended Spare Parts. The total price of Recommended
Spares shall be considered, while evaluating the tender after normalizing
the items and quantities for the 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.

c) All spares supplied under this Contract shall be strictly interchangeable


with the parts for which they are intended to be replacements. The spares
shall be treated and packed for long storage under the climatic conditions
prevailing at the Site, e.g. small items shall be packed in sealed
transparent plastic bags with desiccators packs as necessary.

d) Each spare shall be clearly marked or labelled on the outside of its


packing with its description and purpose. When more than one spare part
is packed in a single case, a general description of the contents shall be
shown on the outside of such case and a detailed list enclosed. All cases,
containers and other packages must be suitably marked and numbered for
the purposes of identification. A spare parts list with identification tag
nos. for each spare part shall be furnished.
e) The CONTRACTOR shall guarantee the PURCHASER that before
going out of production of spare parts, for the equipment furnished, he
shall give atleast 12 months advance notice, so that the PURCHASER
may order his requirement of spares in one lot, if he so desires.
f) All spare items shall undergo the same extent of inspection and testing as
of the original component.

1.14. SPECIAL TOOLS AND TACKLES.

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.

Heat detector tester


Heat detector shall be operable with 220 / 240Volt AC supply and battery. It shall
rapidly activate detectors by directing heat horizontally at the sensor. It shall be
supplied with 2 battery batons that fit inside the poles and a fast charger . It shall not
generate any flame and shall have 5 metre cable. It shall work using Cross Air
Technology in which air is heated and blown across the cup, which means the heat
source is directed at the detector sensor, not the plastic components or the infra-red
beam in the cup.

Smoke Test Aerosol


Aerosol shall be suitable for all makes and models of detector, whilst not harming the
detector, its components, the user or the environment.

1.15. TRAINING

a. The CONTRACTOR shall train the PURCHASER's engineering personnel


in the shops, where the Equipment shall be manufactured and or in their
collaborator's works and where possible, in any other plant/site where
Equipment manufactured by the CONTRACTOR or his collaborator is
under installation or test to enable those personnel to become familiar
with the Equipment being furnished by the CONTRACTOR. The period
of training shall be adequate and mutually agreed upon by the
OWNER/PURCHASER and the VENDOR/ CONTRACTOR.
b. The training shall be so oriented as to make the
OWNER'S/PURCHASER'S personnel proficient in operating the
Equipment

c. The PURCHASER'S personnel shall also be trained for routine


maintenance work and lubrication, overhauling, adjustments, testing
and replacement procedures to be adopted for the Equipment offered.

d. The CONTRACTOR shall train the PURCHASER'S personnel in carrying


out minor repairs, during the operation of the Equipment.

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.

g. The CONTRACTOR shall provide at no extra cost to the PURCHASER all


necessary facilities and reasonable assistance as deemed necessary for the
training. The travelling and living expenses of such personnel shall be
borne by the Purchaser.

1.16. WARRANTY AND AMC

a. The CONTRACTOR shall guarantee that material and workmanship of all


components and operation of the equipment shall meet the requirements of the
specification for the period of 3 years.

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.

b) Against Patent Infringements:


Except when the PURCHASER furnishes design specifications to the
CONTRACTOR, the CONTRACTOR shall at his own expense, defend
and save the PURCHASER harmless from the expenses and consequences
of any suit or procedure brought against the PURCHASER, so far as said
suit or procedure is based on a claim that the goods furnished constitute an
infringement of any patent in existence on the date of the order. In
addition, the CONTRACTOR shall secure at his own expense a fully paid
up license or licenses that shall permit the PURCHASER to continue use
of the goods furnished free of further claim for infringement.

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

FIRE DETECTION & ALARM SYSTEM REQUIREMENTS –


Data Sheet -A

1. DETECTORS
1.1 Resettability of detectors Self-resetting / remote resettable /
locally resettable / non – resettable..

1.2 Interchangeability of Yes / No


detectors required
1.3 Response indicator Flashes intermittently to indicate
healthy condition.
Lights up steadily under alarm
condition.
1.4. Test facility required on Yes / No
panel
1.5 Label To be provided with a tag.

1.6 Mounting facilities required Yes / No

1.7 Radioactivity for ionisation Limited to 0.5 – 0.9 µ curies.


smoke detector

1..8 Power Supply


(a) Fire alarm panel 240V AC

(b) Repeater panel


(c) Fire Siren
(d) Paint shade for panels
19 Degree of protection of IP54 for indoor areas
components / panels
1.10 Range / location of fire 2 kilometers.
sirens
1.11. Cables for the fire detection and alarm system shall be;
(a) 2Cx 1.5 sq mm , Twisted pair, PVC insulated, FRLS PVC inner &
outer sheath, unarmoured, stranded, copper cables shall be used
between the FA panels and the detectors-i.e looping of the detector
and power cable for control module, individual FA panel and repeater
panels
(b) 6Cx1.5 sqmm Twisted pair , 650/1100V grade, PVC insulated, FRLS
PVC inner & outer sheath, unarmoured, stranded, copper cables shall
be used as interface cable interconnecting the FA panel to repeater
panels and Communication cables for Local Area Networking (LAN)
interconnecting the FA panel to PC.
DESIGN SHEET FOR ADDRESSABLE FIRE ALARM SYSTEM

Sl.No. Description AFC BFC LAS MCP HD TC FACP FACP(R) Hooter


Ground floor
1 Entrance lobby 1 2 4 1 -
2 Store -1 1
3 Accounts 1 4
4 EPABX 1
5 UPS room 1
6 GYM 6
7 Ladies room 1
8 Rest room 1
9 Staff recreation 2
10 PA -1 1
11 Reactor Physics senior 1
12 Head 1
1 Canteen 4 4 1 1
14 Food counter 2 2 1 1
15 Kitchen 2
16 Store -2 1
17 OTS 2
18 AHU-2 1
19 AC Plant 2
20 Store - 3 1
21 P&IR 1 1 4
22 Waiting area 1 1
23 Maintenance 2
24 Health Physics Head 1
25 Senior 1
26 PA -2 1
27 VSAT room 2 2 1 1
28 Auxiliary staff 2
29 Corridor 13 8 2
Total 24 18 4 5 2 42 1 - 2
FIRST FLOOR
1 Entrance lobby 2 2 1 1 - 1
2 Conference 2 1 1 1
3 Mechanical maintenance 2
Junior
4 Senior -1 1
5 Head -1 1
6 Pantry 1 1
7 Xerox 1 1 1
8 Bag deposition and security 1 1
9 Library 10 7 2 2 1
10 AHU -3 1 1
11 OTS 6
12 AHU-4 1
13 Mechanical Engineering 1
14 Electrical Engineering 1
15 Store-1 1
16 Store-2 1
17 Civil engineering 1
18 Electrical commissioning 1 1 1
19 Junior-2 1 1 1
20 Senior-2 1
21 Junior-3 1 1
Sl.No. Description AFC BFC LAS MCP HD TC FACP FACP(R) Hooter
22
Senior-3 1
22
PA-1 1 1
23
C&I 1 1 1
24
Planning 2 2 1 1
25
PA-2 1 1 1 1
26
Senior-4 1
26
Head 1 1 3
27
Senior 1
28
UPS room 1 1 1
29
EPABX 1
30
Corridor 14 8 2 3 2
31
Entrance Lobby 1
Total 38 28 11 11 3 30 - 1 2
SECOND FLOOR
1 Senior-1 1
2 Junior-1 1
3 Junior-6 1 1
4 C&I construction head 1
5 Electrical room 1
6 IT 1
7 Junior-1 1
8 PA-1 1
9 Civil construction 1 1 2
10 Senior-2 1
11 Junior-5 1
12 PA-2 1
13 Junior-3 1
14 PA-3 1 1 1
15 Mechanical and piping 1
16 Senior-3 1 1
17 Senior-4 2 1
18 Electrical construction 1 1
19 PA-3 1
20 Junior-4 1
21 Operation head 1 1
22 AHU-5 1
23 AHU-6 1
24 Room adjacent to AHU 4 2 1 1
25Library 5 6 1 2
26Junior-7 2
27Document cell 3 2 1
28Senior-5 1
29Corridor 8 8 2 2 1 2
30Conference 4 4
Total 31 28 6 6 - 22 - 1 2
THIRD FLOOR
1 Reactor engg. 1
2 Generating power 1
3 instrumentation 1
4 Electrical room
5 Plant records 4
6 PA-1 1
7 TSS 1 1
8 PA Office Records-1 1
9 Industrial Safety room 1
10 Officer Senior visiting 2 2 1 1
11 PA-2 1 1
Sl.No. Description AFC BFC LAS MCP HD TC FACP FACP(R) Hooter
12 Office records-1 1 1
13 CCE 2 2 1 1
14 Rest room-1 1 1
15 AHU-7 1
16 AHU-8 1
17 Rest room-2 1 1
18 Room adjacent to AHU -7 1 1
19 Office records-2 1 1
20 CS 1 1
21 PA-3 1 1
22 OS 1 1
23 Corridor 8 8 2 2 1 2
24 PA Office records-2 1
23 MS 1 1
24 PA Office records-3 1
25 TS 1 1
26 PA Office records-4 1
27 Junior-1 1
28 Office records-3 1
29 PA 1 1
30 Senior-1 1
31 Junior-2 1
32 Junior-3 1
33 Head 1
Total
FOURTH FLOOR
1 Pantry 1
2 Discussion 1 1
3 SD’s Office 2 2 1 1
4 Visitor lounge 1 1
5 SD room 2 2 1 1
6 Rest room 1 1 1
7 Green house
8 AHU -10 1
9 AHU -9 1
10Electrical room 1
11Green house
12Rest room 1 1
13PD room 4 4 1 1
14Visitor lounge 2 2 1 1
15PD Office 2 2 1 1
Corridor 8 8 1 1 1 2
Total 24 24 6 6 - 5 - 1 2
AUDITORIUM

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

13 Lobby and AHU 3 3 1 1


14 Stage 1

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

ANNEXURE TO FORM OF TENDER


2. TECHNICAL DATA SHEETS.

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

1 Number of contacts on the push button NO / NC Nos.

2 Colour of Push button actuator

3 Catalogues for manual call point enclosed Yes / No.

4 Pedestals for Mounting Manual Call Points

5 Type of pedestal

6 Material of pedestal

7 Height of manual call point when pedestal mounted M


8 Details of painting with colour finish as per IS 5
(a)Normal areas
(b)Corrosive areas

9 Whether pedestals are with complete mounting bolts and accessories


Yes / No

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

13 Whether different type of detectors are interchangeable on the same base


Yes / No
14 Whether the addressable detectors of each type offered have all the
features as specified. If not, list out the features not incorporated
Whether all detectors are resettable type (without replacement of any part
15 or detector after operation) Yes / No
Whether all types of detectors are provided with a means for measuring
and indication of set sensitivity or sensitivity range or sensitivity test
feature after installation. Whether these details for each type of detector
16 furnished with the TENDER. Yes / No

Whether the detectors with variable settings are provided with mechanical
17 stop for maximum and minimum settings Yes / No

Whether response indicators for all types of detectors provided as


18 specified. 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

Coverage or zone of protection / spacing for each type of detector offered,


21 for different mounting heights furnished with the TENDER Yes / No

Whether any special mounting / maintenance procedure required for any


22 of the detectors type offered. Furnish details for each type.
Whether all routine / type / functional tests shall be carried out by the
CONTRACTOR at works and site on all types of detectors offered as per
23 relevant standards Yes / No

Copy of approval / clearance certificates from bodies / authorities listed in


24 the specification for all the detectors offered enclosed with the TENDER Yes / No
Whether all catalogues and detailed literature for all, types of detector
25 offered enclosed with the TENDER Yes / No
Whether experience list for each type of detector offered enclosed with the
26 TENDER Yes / No

Multi sensors

1 Make

2 Model No. & Type

3 Applicable standards

4 Principle of operation

5 Sensitivity / response threshold value.


Test certificates for sensitivity /
response threshold value test
6 enclosed with the TENDER Yes / No

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

9 Listed spacing of the detector

Whether the detectors are marked with their normal sensitivity,


10 listed spacing and tolerance limit Yes / No

Details to be furnished with regard to ionisation smoke detector


using radio active material Yes / No

11

ABBREVATION:-

MCP - MANUAL CALL POINT

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

The TENDERER shall furnish here the following general particulars:

1.0 Name of the TENDERER/ MANUFACTURER

2.0 Address of the TENDERER/ MANUFACTURER

3.0 Telegraphic and telex addresses of the


TENDERER
4.0 Name and designation of the Officer of the
TENDERER to whom all reference shall be made
for expeditious technical co-ordination
5.0 If the equipment is manufactured in foreign
collaboration, please furnish necessary details

6.0 Place of manufacture & assembly

7.0 Current registration number with DGS & D

8.0 Whether service facilities available, if so details

9.0 Whether sufficient spares are available in stock

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:

Time required for


Sl. time from date of
Equipment shipment to site
No. order to start the site
from date of order.
(months) (months)

SIGNATURE ______________

DESIGNATION ______________

SEAL OF COMPANY COMPANY ______________

DATE ______________

Page 42 of 49
2.3.DATA & MANUALS SUBMISSION SCHEDULE.
Drawings/Documents

Sl. No. DESCRIPTION Period from LOI

2.4. TOOLS AND TACKLES

The TENDERER shall give below the list of special erection and maintenance
tools and tackles offered by him.

Sr. No. Particulars Quantity

SIGNATURE ______________

DESIGNATION ______________

SEAL OF COMPANY COMPANY ______________

DATE ______________

Page 43 of 49
2.5.LIST OF SPARES

The TENDERER shall indicate hereunder the quantities of spare parts


required for all equipment.
If set. Delivery
Part Manuf Qty. of spares
Sl. Description Nos. period Remarks
No. acturer recommended
No per set (weeks)
(1) (2) (3) (4) (5) (6) (7) (8)

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.

SECTION CLAUSE No. DEVIATION

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.

SECTION CLAUSE No. DEVIATION

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.

b) The Tenderer confirms that he has clearly understood the requirements


of qualification specified in this tender document and confirms that he
is adequately qualified to submit the Ternder for this enquiry.

c) The Tenderer confirms that his firm has previously performed


equipment supply contracts of value equal to or higher than the Contract
price of this Tender and that his firm has adequate financial resources
for execution of this Contract.

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

Das könnte Ihnen auch gefallen